Loading...
HomeMy WebLinkAboutC-2265 - Landscaping & Irrigation, San Joaquin & San Miguel1101 CITY OF NEWPORT BEACH April 30, 1982 P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 Naturescapes, Inc. 3900 E. Whiteside Street Los Angeles, CA 90063 Subject: Surety: Bond Nos.: Project: Contract No.: OFFICE OF THE CITY CLERK (714) 640 -2251 Surety Insurance Co. of California 520151 San Joaquin Hills Rd & C -2265 San Miguel Landscape The City Council on April 12, 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 was recorded with the Orange County Recorder on April 21, 1982, Reference No. 82- 137674. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk 14EA: lr cc: Public Works File 3300 Newport Boulevard, Newport Beach f�iesse'return te: 82- 137674 ` Cdr Clerk MPT °'aa' o °" *� a or►Iaa I Chy of Merr m Bach canm, cµi C1 3300 .C. Booxx11768 s APR 21 '82 Newport Beech, CA 92563.3184 NOTICE OF COMPLETION PUBLIC WORKS NO CONSIDEMION To All Laborers and Material Men and to Every Other Person Interest YOU WILL PLEASE TAKE NOTICE that on April 12, 1982 . t. 1 �—_', the Public Works project consisting of San Joaquin Hills Road and Sa guel„-/�-�}Dtf6�94 )) Traffic Median Landsrape Development-_.. Irrigation_& Landscape only. ( 6S}7ffel�1r on which Naturescapes, Inc., 3900 E. Whiteside St., Los Angeles. CA 90063 -tom - was the contractor, and Surety Insurance Co. of California was the surety, was completed. WY OF NEEWWl()PORT BEACH (�L YZ 'Public 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 I April 16, 19$2- - at Newport Beach, California. ` J- Publi Iorks Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 12, 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 April 16, 1982 at Newport Beach, California. City Clerk fp i April 16, 1982 • CITY OF NEWPORT BEACH Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: P.O. BOX 1768, NEWPORT BEACH, CA 92-663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 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 on which Naturescapes, Inc. was the Contractor and Surety Insurance Co. of California was the Surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach i •?lease return W. City Clerk City of Newport Beach 3300 Newport BM L P.O. Box 1768 Newport Beach, CA 92663.3884 NO CONSIDERATION am," nm ov'"Um ON e6+wnw" Code 6105 NOTICF. OF COMPLETION PUBLIC WORKS I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of San Joaqui Traffic Median Landscape Development: Irrigation & April 12, 1982 Hills Road and S e on which Naturescapes, Inc., 3900 E. Whiteside St., Los Angeles. CA 90063 was the contractor, and Surety Insurance Co. of California was the surety, was completed. VERIFICATION I, the undersigned, say: C Y OF NEWPORT BEACH 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 April 16, 1982 at Newport Beach, California. Public, Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on April 12, 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 April 16, 1982 at Newport Beach, California. City Clerk April 12, .. L aa�� CI COON L AGENDA APR 12 1982 ITEM N0. TO: CITY COUNCIL G c a oG, FROM: Public Works Department SUBJECT: %ACCEPTANCE_:OVSAN s1Q1(IU:IN HI s R nn. 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 San Joaquin Hills Road and San Miguel Drive Traffic Median Irrigation and Landscaping has been completed to the satisfaction of the Public Works Department. The bid price was $75,851.00 Amount of unit price items constructed 71,281.46 Amount of change orders (- 4,032.52) Total contract cost 71,281.46 After.award of the contract it was determined that the existing soil in San Miguel was suitable and did not have to be replaced with imported top soil. Also, existing conduit stubs were available that permitted the use of spare stations in the existing sprinkler controller, eliminating the need for one of the new controllers. A deductive change order in the amount of $4,032.52 was issued to cover these changes. Funds were budgeted in the Park and Recreation Fund. The plans were prepared by Paula A. Bosza, Landscape Designer. The contractor is Naturescapes, Inc. of Los Angeles. The contract date of completion was September 12, 1982. The contractor was delayed in starting until the latter part of August due to in- ability to obtain the sprinkler controller and certain of the plant materials. The work was completed on October 19, 1981. The plant establishment and main - t nance period end February 10, 1982. BenJamin B. Nolan Public Works Director GPD:rb 0 23475 Long Valley Road Woodland Hills, Cali£ 91367 Phone(213)883 -1222 CERTIFIED 14 AIL * R]s TMI R ?CEIPT N-,rch 10, 1982 City of Newport Beach, Public 1�1or!.�s Department 3300 W. Newport P;oulevard Newnort reach, CA 92063 Dear Ya.nager: Enclosed is ^ur Stop Notice against funds you are holding for Naturescapes, Inc. for the land - scane improvement of your San Joaquin Hills Road Project in the amount of $2,164.10, representing plant materials supplied to this project but unnnid at this date. 'lease acknnwledge re.ceirt of this `ton Notice and also provide us with a copy of the Payment Bond posted by DT,at,re.scnpes, Inc. with the City of Newport Fench fnr this work. This action secure this east due. has been advised by amount of money wYyj U-1s�lo�N i. s 'tte�r Tnc•` Thank you for your assistance Sincerely, Boething Treeland ?arms, Ronald L. Rindge cc Vice President ?;atu.rescapes, Inc. ?iindel & Anderson J. E. Doething S. Helfinstein K. Escamillo S to Qng dlbk a Stop Notice NOTICE TO City of Newport Beach, Public Works Department Name 3300 W. �wport Blvd., Newport Beach, CA 9?553 Address (Public Body or Lender) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions, of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: — Sub Contractor (If Any) Owner or Public Body: Improvement known as. PTaturescnpes, Inc. ac an joaquln nli-is rtoaa: unygiass /pan Inao'ln ±i (name and address ofproject or work of improvement/ '.de-r. ^.�Crt in the City ooff Nowport Beach County of range fat "oath -ng Treeland Farms Inc, t,ornora +.ion g � ,claimant, a (Claimant) ( Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or fgrgpany by whom claimant was employed or to whom claimant famished labor, service, equipment or materials is a LuY 2 S Can e s , Inc. R R !' S The kind of labor, service, equipment or materials furnished or agreed to be famished by claimant was .nursery nlant ma erla s - trees, shrubs etc. (Describe in detail) Total value of labor, service, equipment or materials agreed to be furnished .......... $ .75 Total value of labor, service, equipment or materials actually furnished is ........... $ 17. 21 , 75 Credit for materials returned, if any ............................... $ none Amount paid on account, if any ... .......... ................. $ 14.q 5 Amount due after deducting all just credits and offsets .................... $ 211164 . 10 YOU ARE HEREBY NOTIFIED to withli l s cie t onies held by you on the above described project to satisfy claimant's demand in the amount of $ L s 0 m, as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided bylaw. A bond i S not attached. (Bond required on private jobs — not on public jobs.) (hrlis not) Date Parch 107 1982 Name of Claimant 'soething 'Treeland Par-is, Inc. _ (Firm Name) �oC4 By honald L. klinage, ice?resifjent (Official Capacity) Verification for partnership or Sole Ownership STATE OF CALIFORNIA COUNTY OF SS. (Claimant or Representative) being first duly sworn deposes and says that he is (Owner, Partner or Agent) Of (Firm Narnei named as claimant in the foregoing claim; that be has read said claim and knows the contents thareof, and that the fads therein stated are true. X (Sgmrwrc of Af,%ntj Subscribed ant sworn to bet'we me this day of (S$rMure of Notary Public) NDtwy 2ww ,19— Verification for Corporation STATE OF CALIFORNIA j LoseU+nge�es {1l ss. one L. r'ln ge (Claimant or Representative) be' fun duly morn,depoxs,and says that _he is Vice Pre,si enL (Official Capacity) of Boethi.ng Treeland Farms, Inc. (Exact Corporate Nome/ the corporation that executed the foregoing claim; tbaLhe makes this verification on behalf of said corporation; that-110 has read said claim and knows the contents thereof, and that the fads therein stated are true. (Signature ofAf r) Subscribed and sworn to before me this 1 filth day of h.a. rch 19 k) c ( Signarurre of Notary Publicl Notary, OF SEAL Stamp DONNA K ESCAMILLO m NOTARY PUBLIC - CALIFORNIA L OS ANGELES CUUNTY My tnmm. expires OCT 4, 1985 Origin, of above notice received this day of 19 MIDCA FORM 4 1REV. 8674) .. a a LAZOF AND SWANSON RONALD C, LA20F C. BRENT SWANSON ATTORNEYS AT LAW GERALD G, WILSON PROFESSIONAL CORPORATIONS THOMAS A. GRECO 1800 EAST SEVENTEENTH STREET GREGORY M. BECK ROBERT S. COLOREN SANTA ANA, CALIFORNIA 92701 GARY B. ROSS TELEPHONE (714) 973 -1700 RICHARD M. BLUMENTHAL RICHARD J. REYNOLDS CABLE ADDRESS: ORANGLAW TERRY R. OOWOAIL l January 19, 198 STOP NOTICE 95 SOUTH MARKET STREET SUITE 300 SAN JOSE, CALIFORNIA 95113 140BI 280 -6565 1496 AVOCADO ROAD INSIDE. CALIFORNIA 92054 1714) 436-2055 ��; 081131 N0 TO: PAT DUNIGAN tom- <\ YOU ARE HEREBY NOTIFIED that between July, 198-1, and November, 1981, Starlite /Blinkerlite Safety Supply Company, a Subsidiary of Signal Division of Lear Siegler, Inc., furnished traffic control safety devices to Naturescapes, Inc., used in the work of improvement consisting of the landscape project at San Joaquin Hills and San Miguel Road, which work of improvement is situated on real property reputably owned by the City of Newport Beach, or the County of Orange, located in Orange County, California. Traffic control equipment was furnished to Naturescapes, Inc., in order to carry out the work of improvement above - described. We are informed that this project or projects bears Construction No. 2265. The contract price of the equipment furnished to perform or assist in the work of improvement above - described, being the whole of the amount and value agreed to be furnished is $1,011.72, plus interest at the rate of 7% per annum from December 1, 1981. Therefore, the undersigned hereby requests and demands that you withhold sufficient funds to satisfy this claim, and the reasonable costs of any litigation as required under Civil Code Section 3186. D SWANSON I, Fredetick E. Turner, declare as follows: I am the agent of Starlite /Blinkerlite Safety Supply Co., a subsidiary of Signal Division of Lear Siegler, Inc., named as claimant in the above Stoo_ Notice; I am authorized to make this verification for the corporation. 13 a+ STOP NOTICE . To: Pat Duniga January 19, 1982 Page Two I have read the Stop Notice and know its contents to be true of my own knowledge and that it is a correct statement of the demand by the claimant after deducting all credits and assets. Executed this 19th day of January, 1982, at Santa Ana, California. I Declare under penalty of perjury that the foregoing is true and correct. State of California County of Orange On January 19, 1982, before me, a Notary Public, for Orange County, California, residing therein, personally appeared Frederick E. Turner, known to me personally to be the person whose name is subscribed to the instrument, and acknowledged to me that he executed the same. ss lic for said and State My Commission expires September 27, 1985. L SE:��eet^r op—� OFFICIAL SEAL JUDY D. BASS NO]ARY PUBLIC - CALIFORNIA Pk6tiC:PAI OFFlCE IN ORANGE COUN " +Y My Commissior. &p. Seo:. 27, ISbi ll a� STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS '� Tr crrycf,�'FV 8 2 ryFWapRJY Op TO: City of Newport_Be_ach._._ `Name of owner, construction lender or public officer) 3300 Newport Blvd., Newport Beach, Ca. HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, M.J. Tonkinson Trucking 2600 Walnut Ave., Suite H, Tustin (Name and address) Ca. 92680 has furnished or has agreed to furnish_ Labor, equipment, and materials (labor, services, equipment, materials) of the following kind 950 Loader, 10 Wheel Dump Truck, and Top Soil (general description of labor, services, equipment or materials) to or for Naturescapes Inc. for the work improvement, located at, or known as: (name of person to or for whom furnished) San Juaquin Hills and Spyglass, Newport Beach, Ca. (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 1, 936. 00 The amount in value of that already done or furnished by claimant is $ 1 , 9 36 . 00 Claimant has been paid the sum of $ —0— and there remains due and unpaid the sum of $1, 9 -16 , on plus interest thereon at the rate of 18 per cent per annum from October 10 , 19 81. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: December 18, 1981. STATE OF CALIFORNIA COUNN 'TY OF 1)4AN6F J ss. M.J. Tonkinson Trucking Name of Claimant 2600 Walnut Ave., Suite H Address of Claimant Tustin, Ca. 92680 To me s tJ • , v O P—Q I S — , being duly sworn, deposes and says: That —he is the persons) who signed the foregoing Stop Notice; that . —he has read the same and knows the contents thereof to be true of h own knowledge, except as to any matters or things that may therein be stated on h information and belief and as to those matters and things —he believes them to be true. ubscribed and sworn to before me ii F <•.i �" OFFICIAL. SEAL t, MARGARET L. GRADEN Notary Public and in and for said State f •'♦jaY �h;`?Y NOTARY PUBLIC-CALIFOPNIA PRINCIPAL OFFI TIN ORANGE COUNT'/ My Commission Expires Dec. 2, 1983 This standard form cri wort usual problems ba the field Indicated. Before you sigts, read It SB in all blank,, STOP NOTICE and make changes proper to your tra saction, Consult a lawyer if you doubt the form's fitness for Your purpose. WOLCOTTS FORM 1394 -111 2 -73 • � i ° CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 DATE Aug. 13 j 1981 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: City Clerk SUBJECT: Contract No. 2265 Description of Contract San Joaquin Hills Road and . San Miguel Drive Traffic Median Landscape Develop- ment: Irrigation and Landscape only. Effective date of Contract August 12, 1981 Authorized by Resolution No. 10093 , adopted on July 14, 1981 Contract with Naturescapes Inc. Address 3900 E. Whiteside Street Los Angeles, CA 90063 Amount of Contract$ 75, 851. 00 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk WEA:lr i City Hall 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 ..fix r. X- .u:� � � - ... �� `. ... .. � � i. f �. [F e iS�Y,. x'.G f: Y e.. ri�+ ?Y�' S.CA.g'L.Z A' LG yp;i:. e "I am aware of and will:comply with Section: 3700 of the Labor Code, requiring every employer to be insured against liability for.Workers'. Compensation or to undertake self- insurance before commencing any of the work." .luj� 93� 14R1 i_ Date Si re Clyde R. Cowan, President ft ft PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY 2265 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 pro- poses to furnish all materials and do all the work required to complete this Contract No. 2265 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 @Sixteen Thousand Eight Hundred Dollars and No Cents $ 16,800.00 $ 16,800.00 2. Lump Sum Construct landscape (except trees in San Miguel Drive medians), including maintenance and plant establishment @Forty -Six Thousand Seven Hundred Be44ars and Fifty -One Dollars and No----- - - - - -- Cents $ 46,751.00 $ 46,751.00 TOTAL PRICE WRITTEN IN WORDS Sixty-Three Thousand Five Hundred Fifty- One- - - - - -- Dollars and No-------------------------------- ----------- - - - - -- Cents $63.551.00 (See Page PR lb) ftPR lb ADDITIONAL BID ITEM * * * * * * * * * * * ** ITEM QUANTITY - ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Construct landscape (trees in San Miguel Drive medians) including maintenance and plant establishment, @Twelve Thousand Three Hundred - - - - -- Dollars and No Cents $12,300.00 $ 12,300.00 TOTAL PRICE WRITTEN IN WORDS INCLUDING ADDITIONAL BID ITEM: Seventy Five Thousand Eight Hundred Fifty - One - - - -- Dollars and No Cents $ 75,851.00 Contractor's License No. C27 292599 Date June 30, 1981 Naturescapes, Inc. Bidder's Name /s/ Clyde R. Cowan, President Authorized Signature /Title Bidder's Address 3900 E. Whiteside Street, Los Angeles, California 90063 Bidder's Telephone No. (213) 266 -6030 INSTRUCTIONS TO BIDDERS Page 2 The attached bid documents shall be completed, executed and received by the City Clerk in accordance with the NOTICE INVITING BIDS: Page 1 2 3 4 " 5 6 7 PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTOR(S) BIDDER'S BOND (sum not less than 10% of total bid price for contract, including Additional Bid Item) NON- COLLUSION AFFIDAVIT STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 10% of the total bid price for contract including Additional Bid Item) 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 possess a City of Newport Beach business license prior to exe- cution of contract. Bids are to be computed upon the quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy 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. Quantities indicated in the PROPOSAL are approximate and given solely to allow the comparison of total bid prices. 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 Di- rector 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 contract. 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 re- lating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The City of Newport Beach reserves the right to award contract items Nos. 1 through 2 only; however, bidders shall bid all contract items Nos. 1 through 3. C27 292599 Contractor's Lic. No. & Classification June 30, 1981 Date Naturescapes, Inc. /s/ Clyde R. Cowan, President Authorized Signature /Title ft ftPage 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. None Naturescapes, Inc. Bidder //s, lyyde R. Cowan, President AujhOF Signature/Title Premium included in Bid Bond Service Undertaking ft Page 4 FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Bond No. 520073 - -55 That we, Naturescapes, Inc. , 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 Ten Percent (10 %) of the amount of attached bid, total bid not to ��cccoed One Hundred Thousand and no /100-------------------- - - - - -- Dollars �b10% of bid ), 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 I anckranP nPVPTnnTPn +• Tr"ina +inn and 1 anilc rant nnl,, C -2265 e 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 29th day of June , 1981 (Attach acknowledgement of Attorney -in -Fact) /s/ Kimberly Johnston ommisslon Expires December 25, 1984 Naturescapes, Inc. Bidder /s/ Clyde R. Cowan. President Authorized Signature /Title Surety Insurance Company of California Surety By /s/ Patricia H. Johnston Title Attorney -In -Fact J curet, .insurance Company of Cahlornia "1M Doilors and Sense Surety" HOME OFFICE IN LA HABRA, CALIFORNIA Box 2430 !o Habra, California 90031 CERTIFIED COPY OF POWER OF ATTORNEY Jlnow all men 4 these presenfrr 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 71b). 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, r ^ntracts 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 Patricia H. Johnston of .Hacienda Heicihts, 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 lass 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 1100 — i'j150,D1W.001 -- 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 WI �1p W ..OF. Surety Insurance Company of California has caused these presents to be signed by its duly aut ,`i �fetD dt corporate seal to be hereunto affixed this .... �:.l.tih...........day of.....Dgcember,_......... Sg _ o Cr' SURETY INSURANCE COMPANY OF CAIAF-ORNIA INCORPORATED ° y n > > By �/. 1l. G.r�..�.1...... N IAN. 31. 1969 iv' "John F. - Merrill President i Pit fL 0 'SS: )UNT GE On thisll ...day of............. DeC.QMber ............ A.D. 19...8.0.... before the subscriber, a Notary Public of the Stale of California, in and for the County of Orange. duly commissioned and qualified, came John F. Merrill, President of 5URF:T]' 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 Curporate 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. ............... .............................._ .. bl . . Linda R. Davis Noo - tary ...... Puubic ��ss°-;may• CERTIFICATION OFFICIAL SISAL LINDA R DAVIS NOTARY PUBLIC - CALIFORNIA ORANGE COUNTY My comm. expires SEP 25, 1984 1, the uncer;i:: -z certify that I am the Secretary of SURETY INSURANCE COMPAA-Y OF CALIFORNIA and that the Pov:er of horsey remains in full force and effect, and has not been revolved; and furthermore that Article IV Section 7(b) By -Lacs of s >_id company as set forth in said Poker of Attorney. are now in full force and effect. , IN TESTIMONii %VIIEP.F.OF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this..29thday of..._. 7�E . 1 ............... _....... 19..... ... ......... _ (SEAL) Secretary 56GG5 -02 (R?V. 12 -80) ft ft 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. Naturescapes, Inc. Bidder /s/ Clyde R. Cowan, President Authorized Signature /Title Subscribed and sworn to before me this lst day of July 1981 . My commission expires: March 16, 1984 /s/ Carol S. Howard Notary Public ft ftPage 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. Naturescapes, Inc. Bidder /s/ Clyde R. Cowan, President Authorized Signature /Title ft% 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. 1979 Brand Blvd., Glendale, CA Sully - Miller Contracting Co. Larry Bonnell (213) 531 -3550 1978 Pasadena Street Trees Buck 3) 577 -4191 City of Long Beach (Cherry Ave 1979 Griffith Comnanv Ernie Hott (2131 595 -5461 Valley Plaza Park 1980 City of Los An9eles R.C. McClennahan (213) 485 -5671 Oxnard Median 1980 Tom Downey Construction Co. Tom Downey (805) 649 -2231 Naturesca es, Inc. [Bidder G1 a R. Cowan, President u� o ize Signature /Titer . - Lxecuted in-four counterpart No. i or 4 ti age 9 - _ KNOW ALL: MEN BY THESE PRESENTS,'That WHEREAS, the City Com►cil of the.-City. of Newport'Beach, State of California, by r ` 'motion- adopted :: ` Judy 74, 1381 has awarded to Naturescapes, Inc: hereinafter designated as the "Principal ", -a rnntract for San{�uin Nills� and Sail idiEel Drive Traffic hkdi�h W&Ape Den]oftnt• Irrioat,66 and to 4scappC'2_265 a in the Cify of :N ort-Beach, in..strict conformity with the Drawings,.,and Specifications_ and.other contract docume' op file in the office of.the City Clerk.of the'City of v Newport. Beach WHEREAS, said PHnc .' 1 has _ Executed or is about to execute said contract and._tiie; terms thereof regoiie the #ut�tishinq;of, a bond -with said contract, proYidi" .that. -,f said Principal or. any of his sir lt8 subcontrattors,.shall faiI --to pay; for any ';materials, provisions, provender, or. sther, supplies or teams used, fn, upon, for, or about.the per formancE of the work agreed to be dbne.,:or for': any wcrk or,labor ;- :thereon, any ... -of kind; the Surety on this ;!bond ;Wi;11: pay the- same .to- the extEnt Here rafter sit ,forth: '- . NOW, THEREFORE, We: NRTURESCAPES Inc. as Princi,;pal,'and SURETY INSDRAHEE COMPANY OF cAUT ` as Surety, -are held firmly #►ourr unto the City of Newport Beach, in the sum of THIRTY -SEVER THOMANp NIt4; H1R�R wE"Y- FIVE -AID 5o /1QODollaft ('$`39,925.50 : - --- -- said sum.6efng one half'ef he Wimated:Amount payable: by the:City.of;Newpurt.Beach 4 under the terms of the cootraci,, -for which-0a; ment well and trimly to_be made we bind:; - ourselves, our heirs, executors and adminrsi<rators; successorst -E)r assigns, "jointly and _ severaily,.finnly by the_ *# presents`. A. c , THE_CONDITIOW OF THIS OB WATION IS SUCH; 'if the -above bounden Principal or _that his subcontractors, fail. to pay materials, provisions, provender, or other - supplies:or teams, used in, upon .for, or about the, performance of the .work, contracted to be done; or for any other wurk;:or labor ,thereon of. any kinA:or for' - .amounts 'due under the Unemployment` insurance Code with respect to such work, or labor, the . -that Surety ,gr 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, urt As< required by::the Provisions of Section 4204 of the` Government. Code of the 'State- of'California: This bond ! jshalljt_wg_;_ta yhQ benefit of 'any and - al hers its, -omi ie;,Y esd Coroorations S' nLi1lP[ i-- Ti�G' f= l'Ai�,C= HRlI6R.Ciy,F�.R.S. -lF� .s.sc�,_.r•�a.r�;: � - _ r� ��. k ... � _,� '. R, ... i... :'..:. .. ''. ' . '. .. ' ...... .. !' � j .. �.1 ., ....." I I. ., .. ..r ... y ` ' �. '.' ... '. �_ ( : X '. F1 .� i� (" �CJ F ' ."�i.. y L. �s �1f`JY" 'A � y�%�°: t� iYx x � rs'�� � !L �e F -��N .l .L Y e��a_wa'�"� .4. y'�'�il._A 'F:1�' .a. T.'S'.'= flLti�"�' i $ § § B ` / E;M'2 ! / F Nn ' r x I \{§()§ ! \a f ;aJt !a « o !�� | ZE # ; ;± —� * • i 7e7( \ 777 \\(8 7 \ 2 \ §\ \ \\ o \ ! t■ ¥ U _ ly A , Cl 1; tiN d$ r G C � n Cy ny C�O'4 l „� • n C Ft y O y F y 4F c, ,r' �' ,� -� y, �y m � S •,: y :' a`r .ate , ` y�41 `�• o� 'yz +� ` ``� h mn T S , o • o� � � �!y�y :` Sy u� 0 1eoq aQJ m n' SC, n 5 � h~• i i i boa Q cnn a n•%y0n o . y n SUpely JnJurance Company 01 Catilornia 14NEW "The Oolloa and Sense Surely" HOME OFFICE IN LA 11"RA, CALIFORNIA Box Un 4 Habra, California 99651 CERTIFIED COPY OF POWER OF ATTORNEY Jlnow aff men iy tAese 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 theme presents does make, constitute and appoint Patricia H. Johnston Hacienda Heiahts. Californ its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and an 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 — ( 4150,000.001 -- 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 WI W OF, Surety Insurance Company of California has caused these presents to be signed by its duly Cjf'�J o Ofll 11th ..da Decemb x 80 � i corporate seal to be hereunto affixed this .......................... y of......... ................�............., 19........... SURETY INS URANCE COMPANY OF CALIFORNIA ORPORATED . By .......... ts� . r��+,r. ..... . 31, 1969 ra' John F. Merrill President On thisIZ, -day of ............. December ............ A.D. 19...B.0...., 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 CALIFORN ►A, 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 sigrwture 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. y� w _.(r• aCJ.......! C .. OLIN Ai R DAV SL _....... _ ................._.._..._..... .p m NOTARY PUBLIC - CALIFORNIA Linda R. Davis Notary Public ORANGE COUNTY My comm. expires SEP 25, 1984 CERTIFICATION I, the und_r_ -41 e . certify that I an: the Secretary of SURETY INSURANCE CUMPANY 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 s =_id company as set forth in said Power of Attorney, are now in full force and effect. IN TESTIMONY - WHERF,OF, I have hereunto subscribed my name and affixed the corporate seal of the said Company thiOth ... day of .... ........... JULY .. 79.... 81... - ..... ........... .............................. . (SEAL) Secretary s6&-.o"2 Mw. 12-80) Exec*utod in four counterm Vl V Page 11 ,: 1 �.y "y r _ I I to I I ar Approved aA to - -�- - -�1'y�'R.'Cbwan;'president Authorized Signature an - Title Olive F. 'Woods, Secretary TETY FMS' mama COMP �OF- trFDR g— (Seal)... Name of. Surety PO FF SOX 2430. IA HABRAr `ACA ^- 9063.; Ares urety ,- - - Y . P RICIA H. JOHNS Attomiay4 Signature and Title of r z' gent R. JOHNSTON SURETY BONDS/INSURANCE SERVICE - "' POST OFFICE BOX X5625 HACIENDA HEIGHTS 'CA 91745 Address of Agent 213/330 -2239 ,Telephone No. of Agenj i R` y _ eG a _ k.� �... ,. �; . _. on � 3 Nano_ z s On; Em1�^�rm -in ^'' rr a #4.Npn yr z m a G '3 a h 5 m 6 d K n m a � d � s N � O � a m � R � m � N N Q O m � 0 m° w �r ci 0 iJ A m y 0 m K I� ~ 1� Q J Q. .may 4�2 �£ / ƒ 2 C »Z\ rb \CD .\ / \ { \\ /f a asses >: 2 &J ƒaZ! ƒ7/ ZQ §a�lZ /»«g•!!Z \3S � #•! � JZ Z= �erD0 S"ret,.9►ndurance Compan • 1 California -the Dnabrs and Serve Surety" HOhM OFFICE IN ILA HABRA, CALIFORNIA Box 2430 V Habra, Caularob 00831 CERTIFIED COPY OF POWER OF ATTORNEY Anew all men ly d ese 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, 1989 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 time make, constitute and appoint Patricia H. Johnston Hacienda Hei hts California ........ ............................................................................ of.............................I..........................._!................. ....... .......... . ........... _. 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 he desired by contract, or may be given in any action or proceeding in any court of law or equity; policies indemnifying employers against lose 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 NO1IO0 — ($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 W OF, Surety Insurance Company of California has caused these presents to be signed by its duly aut J`'�1P` � C�I corporate seal to be hereunto affixed this ....11 t1.1, - -- ,...,_,day of...., .......... 19- _8_Q -- Qy C't SURETY INSURANCE COMPANY OF CALIFORNIA INCORPORATED — — By - ......( ...... '--- .....�y .. _--- -- (_K.i,:L+- LA..v1,[.'........ N JAN. 31, 1969 d' John F. Merrill President )UN T GE 1. On thisil .... day of ........... ..De.c.elilkler ............ A.D. 19...8.0...., 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 -Lawa 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. aLN01rARY L .. OLI N AI R DAV S .................... ......I.............----- ...... PUBLIC • CALIFORNIA Linda R. Davis Notary Public ORANGE COUNTY n, expires SEP 2'a, 1984 CERTIFICATION I, the unde7z:gne;, certify that I am. the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of Atorney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Lai ,.s of said.-company as set forth in said Potter of Attorney, are now in full force and effect. IN TESTHION-Y N% HEREOF, I have hereunto subscribed my name and affixed the corporate se`al -of the ssaid�Company this 20th ... day of ............ 7II LY ............._............... 19...81..... (SEAL) Secretary 56G.P"2 Mev. 12-80) "I am aware of and requiring every em Compensation or to of the work." Lily 7�_ 77 Date •. -• will comply with Section. 3700 of the Labor Code, Moyer to be insured against liability for.Workers' undertake self- insurance before commencing any 331 iL Signature Clyde R.' Cowan, President 4 � City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 3900 E. Whiteside Street lifornia 90063 CERTIFICATE OF INSURANCE Q r' B ny C r_ n -y D E • This is to certify that policies of insurance listed below have been is above and are in force at this time, including attached endorsement(s). Page 13 to the insured named COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Date ac Occurrence A re ate GENERAL LIABILITY 13 Comprehensive Form ❑ Premises- Operations ❑ Explosion & Collapse Hazard Bodily Injury Property Damge $ $ $ $ ❑ Underground Hazard ❑ Products /Completed - Operations Hazard Bodily Injury 0 Contractual Insurance and Property $ $ ❑ Broad Form Property Damage ❑ Independent Contractors Damage Combined Q Personal Injury Personal Injury $ ❑ Marine ❑ Aviation A AUTOMOTIVE LIABILITY M Comprehensive Form 02- 05175 6 -1 -82 Bodily Injury Each Person $ ® Owned W Hired. Non -owned odi y Injury Each Occurrence $ ;\ Pro D ama e $ Bo y Property Damage $ 600 Combined A EXCESS LIABILITY Ey Unbrella Form Q Other than Umbrella Form 2022- 03- 05175 -1 -82 Bodily Injury and Property Damao Combined $3,000 $3,000 WORKERS C EN N Statutory and EMPLOYER'S LIABILITY 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, _ Attention: Public Works Department By: 7 Q• Agency: uut oMzzed Representative Date Issued Description of operations/locations/vehicles: All operations performed or the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: SAN JOA U N HLLLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: #226 5 Project title and Contract number i. N TILE: 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. Not withstanding any tocluirement, form or condition of any contract or other docu• mane with resptoo to which IhL corrificote may bo Issued or rhoy pertain, the in. saroaco affad =d by lit- Pdi(Y ;pallclus) d,,cnbed 64,va is cuF,joct to ell of tie .. forms, eaclusloas and coacitions of such policy (policies) duting the turm(s) ttsereof. It ,-.ity of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 • CERTIFICATE OF INSURANCE Los Angeles, California 90063 • 11 Page 13 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 I , Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE:{ No. Exp. Each Date Occurrence Aqqregate GENERAL LIABILITY _ 0 Comprehensive Form Bodily Injury $ $ 0 Premises- Operations 0 Explosion b Collapse Hazard Property Damge $ $ 0 Underground Hazard 0 Products /Completed - Operations Hazard Bodily Injury 0 Contractual Insurance and Property $ $ 0 Broad Form Property Damage Damage Combined o Independent Contractors 0 Personal Injury Personal Injury $ C] Marine ❑ Aviation AUTOMOTIVE LIABILITY 0 Comprehensive Form Bodily Injury $ Each Person) $ Bodily Injury 0 Owned Each Occurrence \ 0 Hired. \ Pro art Dama e S n u Bo y ry a n p Non -owned Property Damage $ Combined , EXCESS 0 Unbrel1a Form Bodily Injury Other than Umbrella Form and Property $ $ 0 Damage Combined A WORKERS' 2012- 1 -28 -8 tatuto r 100,000 ac Accident) and EMPLOYER'S LIABILITY 00- NOTE: The Comprehensive General Liability orlCa nd) 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, By z Agency: Description of operations /locations /vehicles: All operations performed for the Beach by or on behalf of the named insured in connection with the following des SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVEL (Project title an contract number) Date IssueF contract: -This certificate or verification of nsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, 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. Not wlthttardlna any requirement, term or condition of any contract or other docu. ment wlth respect to which this certificate may be issved or may pertain, the in• i suronee afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the terms) thereof. tE , . • t r }Tit Not wlthttardlna any requirement, term or condition of any contract or other docu. ment wlth respect to which this certificate may be issved or may pertain, the in• i suronee afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the terms) thereof. r S CERTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 •CERTIFICATE OF INSURANCE • A Letter B Company C A Page 13 --...r -.., E Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. Each Date Occurrence Aggregate GENERAL LIABILITY 2022- - I _-8 2 A ® Comprehensive Form 00- Bodily Injury $ $ Q Premises - Operations ® Explosion & Collapse Hazard 051 75 Property Damge $ $ ® Underground Hazard Q Products /Completed- Operations Hazard Bodily Injury Contractual Insurance and Property $ 500 . $ 500 Broad Form Property Damage Damage Combined t Independent Contractors KI Personal Injury Personal Injury $ ❑ Marine ❑ Aviation AUTOMOTIVE LIABILITY p Comprehensive Form Bodily Injur Each Person $ Q Owned [I Hired. $ Bodily Injury Each Occurrence Pro ert Dama e $ ❑ Non -owned Bo y Injury and Property Damage Combined $ EXCESS LIABILITY ❑ Unbrella Form Bodily Injury Other than Umbrella Form and Property $ $ Damage Combined WORKERS COMPENS and Statutory ac 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 mail, By trca Agency: Date Issued Description of operations/locations/vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: SAN JOANQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: #2265 Project title and contract number . NOTICE: Jhis certif cate or verification of nsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, 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. Not withstanding any requirement, term or condition of any contract or other docu- ment with respect to which this certificate muy be issued or may pertain, the In• surence afforded by the policy (policies) doscribed ubove is subject to all of the farms, e:dusions and ronditians of such policy (policies) during the term(s) thereof. It is agreed that: A CITY OF NEWPORT BEACH 0 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 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 $ each occurrence Property Damage Liability $ each occurrence (X ) Single Limit Bodily Injury Liability $ 600,000 each occurrence and Property Damage Liability Combined 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. SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN 5. Designated Contract: LANDSCAPE DEVELOPMENT: #2265 Project Title and Contract No.). This endorsement is effective 7 -17 -81 at 12:01 A.M. and forms a part of Policy No.2022 02 051752 Named Insured NATURESCAPES, Inc. Endorsement No. p Name of Insurance Company EMPLOYERS INSURANCE OF WAUSAU3y A MUTUAL COMPANY uhorized R presentative Not withstanding any r quire+ne,n t, t.un or condition of ae, con Irart or edher doau- nKnt with respect to whki% V:is cc niLtoia +n m/ bu isuad a may penain, The in- w+unce oltordad by iota pc; icy Ls is nll ul the lei ms, QA0Vsi91V5 91+4 wriol fwrn:(s) thereof. 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 1 nsurance) 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. S. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 500,000 each occurrence and Property. Damage Liability $500,000 AGGREGATE 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 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 SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN 7. Designated Contract: LANDSCAPE DEVELOPMENT: #2265 Project Title and Contract No. This endorsement is effective 7 -17 -81 at 12:01 A.M. and forms a part of Policy No. 2022 00 051752., Named Insured NATURESCAPES, Inc. Endorsement No. Name of Insurance Company Not wilhsiondby any regniremont, win or cendWon of any contract or other cucw ment with rerpKI to whkh this cariifi;mo rncy !w i;vwd w may perf -1ln, ifl± IF,• svronco offordcd by ilia pcfiry (90i6as) deccibnd a6 ;avr is mwi¢ct to UN of The Wins, oxclasions and conditions of such rl 14 (poli:b:) du: my Ills 16rm(a) I:ioreol. Page, 16 {�� Ceiti #icate .uf IA�uraiiae and?_en�rs�ment(s) _ _ - _ ow � =� - - - _ _ -� �».. -.=_ z °�:+3._,.... � �' -��:: r.:�2s�4- ',., 3_ x..__ �.. ��. a�" i- z_^ u.,. r...-.-. �. �- m=.. m��:: s: �= :- :�+-,._- �.- _r-.�- r,�s�` -.� f _- _.. i II ,.ate .«. ..- v Y 2 as \ � _- Q Vo k a % § | !� 1i.� }\ | tE §&! 0` °\ vo ƒ M600 \ \° | j E! �� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY C -2265 INDEX TO SPECIAL PROVISIONS Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BASIS OF AWARD . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. WORK AREA AND TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . 1 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 VII. CONSTRUCTION DETAIL . . . . . . . . . . . . . . . . . . . . . . . 2 A. IRRIGATION . . . . . . . . . . . . . . . . . . . . . . . 2 1. Scope . . . . . . . . . . . . . . . . . . . . . . . . . . 2 2. Plans. . . . . . . . . . . . . . . . . . . . 2 3. Irrigation Materials . . . . . . . . . . . . . . . . . . 2 4. Installation . . . . . . . . . . . . . . . . . . . . 2 5. As -Built Plans . . . . . . . . . . . . . . . . . . . . . 3 6. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . 3 B. LANDSCAPE . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Scope . . . . . . . . . . . . . . . . . . . . . . . . 4 2. Inspection . . . . . . . . . . . . . . . . . . . . . . . 4 3. Plant Materials. ' 4 4. Fertilizing and Conditioning Materials 5 •5. Earthwork. . . . . . . . . . . 5 6. Topsoil Preparation and Conditioning . . . . . . . . . . 6 7. Planting Pits and Backfill . . . . . . . . . . . . . . . 6 8. Planting . . . . . . . . . . . . . . . . . . . . . . 7 9. Certification. . 7 10. Maintenance and Plant Establishment. 7 11. Project Site Maintenance . . . . . . . . . . . . . . . 7 II III 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 0 SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY C -2265 SCOPE OF WORK SP l of 7 The work to be done under this contract includes installation of complete irrigation systems and landscape, including a 60 -day period of maintenance and plant establishment. Additional work which may be done under this contract consists of installing trees identified as "Additional Bid Item" on the plans and proposal. 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 may be purchased for $5 from the Public Works Department. BASIS OF AWARD Award will be in accordance with Section 2 -1 of the Standard Special Provisions, except that the City reserves the right to award contract Item Nos. 1 through 2 only. Bidders shall, however, bid all contract Items Nos. 1 through 3. COMPLETION OF WORK The work to be done under this contract, exclusive of the period of maintenance and plant establishment, shall be completed within 60 calendar days from the date the City awards the contract. IV. PAYMENT Payment for incidental work, such as excavating and disposing earth, locating and cutting conduit sleeves, controlling traffic, etc., shall be included in the unit prices bid for each item of work in the Proposal, and no additional compensation shall be made. WORK AREA AND TRAFFIC CONTROL The Contractor may occupy traffic median where work control in accordance with VI. WATER a 12- foot -wide portion of the roadway is being performed, provided that he Section 7 -10 of the Standard Special adjacent to a install traffic Provisions. 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 Superintendent, Mr. Gil Gomez, at (714) 640 -2221 to arrange for water service connections. 0 • SP2of7 VI. CONSTRUCTION DETAIL A. IRRIGATION 1. Scope The work of this section includes all labor, materials, equipment, services, supervision and transportation necessary to complete irrigation work indicated on the plans. 2. Plans Due to the scale of the plans, it is not possible to indicate all offsets, fittings, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all his work, and plans his work accordingly, furnishing such fittings, etc.,as may be required to meet such conditions. 3. Irrigation Materials a. General Materials shall conform with Section 212 of the Standard Specifi- cations except as modified herein. b. Brass Pipe and Fittings Brass pipe shall be IPS standard weight 85% Red Brass. Fittings shall be with standard 235 -pound cast bronze threaded fittings. 4. Installation a. General Installation shall conform with Section 308 of the Standard Specifications except as modified herein. b. Existino Conduit Sleeves To facilitate installation of irrigation and control wiring systems, PVC sleeves were previously installed between planters and paved areas. These sleeves were installed at approximate trenching depths prescribed under Detail K, Sheet 5 of the plans, and at the locations shown on Sheet 6 of the plans. Conduit sleeve diameters are also shown on Sheet 6. The Contractor shall sawcut to remove excess lengths of PVC sleeve. c. PVC Pipe PVC pipe shall be installed in a manner which will provide for expan- sion and contraction as recommended by the pipe manufacturer. All plastic to metal joints shall be made with plastic male adaptors. 9 0 SP 3 of 7 d. Valve Boxes Valve boxes installed near planter walls, curbs, or paving shall abut and be flush with those items. e. Automatic Controllers All local and other applicable codes shall take precedence in connecting the 110 volt electrical service to the controller. Contractor shall complete service hook -up to controller. f. Control Wir Control wiring shall comply with local and state codes and be installed by those skilled and licensed in the trade. g. Backfill Backfill may be with native material except that clods and rocks over 1" in size shall be removed and disposed of at no additional cost to the City. 5. As -built Plans Contractor shall procure from the Engineer sepia transparencies of the sprinkler layout and mark the exact "as- built" arrangement including location of all equipment installed. Locations shall be shown by measurements from easily identified permanent features such as sprinkler heads, planter walls and curb faces. The "as- built" plans shall be pre- pared by a competent draftsman. After final inspection and before final payment, the transparencies shall be delivered to the Engineer. 6. Guarantee If, within one year from the date of completion, settlement occurs and adjustments in pipes, valves and sprinkler heads or paving is necessary to bring the system or paving to the proper level of the permanent grades, the Contractor, as part of the work under his Contract, shall make all adjustments without extra cost to the City, including the restoration of all damaged planting, paving or other improvements of any kind. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the Engineer may be due to inferior material and /or workman- ship, said difficulties shall be immediately corrected by the Contractor to the satisfaction of the Engineer at no additional cost to the City including any and all other damage caused by such defects. 0 B. LANDSCAPE 1. SCOPE SP4of7 The work of this section includes all labor, materials, equipment, services, supervision and transportation required to complete all land- scape work indicated on the plans. The work shall be performed in accordance with the best standards of practice relating to the various trades and under continuous supervision of a competent foreman, capable of interpreting the plans and these Special Provisions. 2. INSPECTION All inspections herein specified shall be made by the En ineer. The Contractor shall request inspections at least two (2 days in advance of the time inspections are required. Inspections will be required for the followinq parts of the work: a. During finish grading and soil preparation. b. At the nursery prior to shipment to the jobsite. c. When shrubs and trees are spotted for planting, but planting holes are not excavated. d. When lawn areas are prepared for hydroseeding. e. Completion of landscape construction, prior to the start of maintenance and plant establishment period. f. Completion of maintenance and plant establishment period ( "Final Maintenance Observation "). 3. PLANT MATERIALS a. General Plant materials indicated on the plans shall conform to the require- ments of Sections 212 and 308 of the Standard Specifications. b. Nomenclature Plant names indicated on the plans conform to "Standard Plant Names" established by the American Joint Committee on Horticulture. Except for names covered therein, the established custom of the nursery is followed. c. Substitutions Substitutions for the indicated plant materials will be permitted provided the substitute materials are approved in advance by the Engineer and the substitutions are made at no additional cost to the owner. If the accepted substitute materials are of less value than those specified, the unit price will be adjusted in accordance with the provisions of the Contract. .' . • SP 5 of 7 d. Plants Not Approved Plants not approved are to be removed from the jobsite immediately. The Engineer reserves the right to reject entire lots of plants represented by defective samples. e. Lawn Planting The following materials shall constitute the slurry mixture per 1,000 square feet of area to be hydroseeded: 1) 10 pounds Alta Tall Fescue. 2) 30 pounds wood fiber. 3) 1 pound crop maker 6- 20 -20. 4) 3 pounds IBDU Slow Release 31 -0 -0. 5) Adequate green coloring additive to identify hydroseeded areas. 6) Adequate water to disperse and apply the mixture. 4. FERTILIZING AND CONDITIONING MATERIALS a. General Fertilizers and conditioners shall conform to the requirements of Section 212 of the Standard Specifications as modified herein. b. Organic Soil Amendment Organic soil amendment shall be Type I. c. Samples Samples of all fertilizing and conditioning materials shall be submitted for and stored on site until furnishing of materials is completed. Delivery may begin upon approval of samples by the Engineer. 5. EARTHWORK a. General Earthwork shall conform with the requirements of section 308 -2 of the Standard Specifications except as modified herein. b. Weeding Before and during preliminary and finish grading, all weeds and grasses shall be dug out by the roots and disposed of off the site (except those weeds and grasses not of the perennial type, less than 22" high and not bearing seeds, which may be turned under). . • • SP6of 7 c. Scarification All planting areas shall be scarified to a depth of 12 inches below grade with the spacing of the ripper teeth no greater than 12 inches on center prior to placing conditioners and fertilizers. All rock and debris more than 2" in diameter shall be removed from the site. d. Preliminary Grading Preliminary Grading shall be done in such a manner as to anticipate the finish grading. Excess soil shall be removed or redistributed before application of fertilizer and mulch. Where soil is to be re- placed by plants and mulch allowance shall be made so that when finish grading has begun, there shall be no deficiency in the specified depth of mulched planting beds. 6. TOPSOIL PREPARATION AND CONDITIONING a. General Topsoil preparation and conditioning shall conform with the require- ments of section 308 of the Standard Specifications except as modified herein. b. Class Topsoil shall be Class A topsoil 6 inches thick. c. Conditioni The following quantities of soil conditioners per 1,000 square feet of area shall be thoroughly cultivated in two directions into the top 6 inches of soil: (1) 6 cubic yards nitrogen stabilized sawdust. (2) .100 pounds agricultural gypsum. (3) 20 pounds 6 -20 -20 commercial fertilizer. d. Trenches If sprinkler system is installed after grading and conditioning is completed, the upper six inches of backfill shall be retilled and reconditioned to conform to these Special Provisions. e. Finish Grading Finish grading shall be smooth, even and one inch below grade of adjacent pavement or wall. Grading shall be done when soil is at optimum moisture content for working. 7. PLANTING PITS AND BACKFILL a. General Planting pits and backfill shall conform with the requirements of Section 308 of the Standard Specifications. 5 • • SP7of7 b. Backfill Backfill shall be 50% topsoil and 50% Type I organic soil amendment. 8. PLANTING a. General Planting shall conform with the requirements of Section 308 of the Standard Specifications except as modified herein. b. Layout and Plant Location The relative location of all trees and plants is subject to approval by the Engineer, and shall, if necessary, be relocated as directed by the Engineer as a part of the Contract. c. Mulch Mulch shall by Type I organic soil amendment. 9. CERTIFICATION Prior to commencement of the maintenance and plant establishment period, the following written certifications shall be submitted to the Engineer: a. Quantity and quality of commercial fertilizer b. Quantity and quality.of soil conditioners. c. Quantity and quality of seed lawn planting. 10. MAINTENANCE AND PLANT ESTABLISHMENT a. General Maintenance and plant establishment shall conform with the require- ments of Section 308 of the Standard Specifications except as modified herein. b. Duration The period of maintenance and plant establishment shall be 60 calendar days. c. Plantaino Maintenance Planting maintenance work shall consist of applying water, weeding, caring for shrubs and trees, edging, aerating, mowing,fertilizing and controlling pests and diseases. 11. PROJECT SITE MAINTENANCE Project site maintenance shall conform with the requirements of Section 7 -8 of the Standard Specifications. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY 2265 Contract No. 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 Instruction 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 this Contract No. 2265 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 @ c�i�cTGEN �i5%DaS.4+L� C= // l ars and / (, A<I� �'/ r o Cents $ izo $ /6" d ad+ 2. Lump Sum Construct landscape (except trees in San Miguel Drive medians), including maintenance and plant establishment @ f29�Qi�y' /f Z)S'ow.& Dollars ' and / /�� L /itJl Cents TOTAL PRICE WRITTEN IN WORDS s $ 3�. °� v (See Page PR 1b) i ADDITIONAL BID ITEM * * * * * * * * * * * ** NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 3. Lump Sum Construct landscape (trees in San Miguel Drive medians) including maintenance and plant establishment. @ QIl'LL'� %i+1G9U5i�it/� Dollars �/ and TOTAL PRICE WRITTEN IN WORDS INCLUDING ADDITIONAL BID ITEM: !% . Dollars R'v Contractor's License No. C27 292599 / IN Date June 30, 1981 PR lb UNIT TOTAL PRICE PRICE TURESCAPES, INC. Clyde R. Cowan, President Bidder's Address 3900 E. Whiteside Street. Los Angeles. California 90063 Bidder's Telephone No. (213) 266 -6030 0 INSTRUCTIONS TO BIDDERS Page 2 The attached bid documents shall be completed, executed and received by the City Clerk in accordance with the NOTICE INVITING BIDS: Page 1 PROPOSAL 2 INSTRUCTIONS TO BIDDERS 3 DESIGNATION OF SUBCONTRACTOR(S) " 4 BIDDER'S BOND (sum not less than 10% of total bid price for contract, including Additional Bid Item) 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 that 10% of the total bid price for contract including Additional Bid Item) 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 possess a City of Newport Beach business license prior to exe- cution of contract. Bids are to be computed upon the quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy 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. Quantities indicated in the PROPOSAL are approximate and given solely to allow the comparison of total bid prices. 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 owners ip, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Di- rector 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 contract. 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 re- lating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The City of Newport Beach reserves the right to award contract items Nos. through 2 only; however, bidders shall bid all contract items Nos. 1 through 3. C27 292599 4�1�NATURESCAPES, Inc. Contractor's Lic. No. & Classification Bidde June 30, 1981 - Date Auth z d Signatur%Title Clyd R. Cowan, President t. f 0 0 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 2. 3. 4. 5. 6. 7. 8. G•] 11. 12. ESCAPES. Inc. n signature /Title . Cowan, President _ Premium included in B* Bond Service Undertaking Page 4 BIDDER'S BOND BOND NO. 520073 -55 KNOW ALL MEN BY THESE PRESENTS, That we, NATURESCAPES, INC. , 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 TEN PERCENT (10 %) OF THE AMOUNT OF ATTACHED BID, TOTAL BID NOT TO EXCEED ONE HUNDRED THOUSAND AND No /loo ....................... Dollars ($ 10% )� 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 IRRIGATION AND LANDSCAPE ONLY 2265 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. w 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 29th day of JUNE 1981. NATURES PE S, INC. Bi de (Attach acknowledgement of Attorney -in -Fact) BY: Authori� Signature /Title Clyde R. Cowan, President SURETY INS CE COMPANY OF CALIFORNIA Surety t By - ATRICIA H. JOHN N Title Attorney -in -Fact § (z )§ \? of \\ [: \k7k) T : \ >1 �:\ ƒ\2} a© �; ■ ¥e2§ < &~ : } }\ #z 7 : >ƒ0= - ,k ,a \: \00 0cz V :Et2), f :mute\ ���2j \\ ,:_,� ®! P, i E {j 0 :-z\ k \itue \§a »e$ z )±� ©f 2] &a /±I)■ � \ § Y • durst . AM.nce Company 01 California. °[MDdion ono SsnaSUwry- Box 2450 Ii Habra, callforl" 50051 HOME OFFICE IN LA HARRA, CALIFORNIA CERTIFIED COPY OF POWER OF ATTORNEY Jlnow all men 6y dese presents, That Surety Insurance Company of California, a California Corporation, hay. 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, 1959 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 Patricia H. Johnston Hacienda Heights, California .......°°°.°.°........_......_....°.......-_ ....................... ot._.............................._.°.._.:..........-----.._....... ........._......... °-..._._..._ 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 — (i150,WO.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, an 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 WI S(S W/l OF, Surety Insurance Company of California has caused these presents to be signed by Its duly aut J`i of QM I corporate seal to be hereunto affixed this ----- lth ........... day of .....December..- 19,. 90„ f Cy n SURETY INSURANCE COMPANY OF CALIFORNIA INCORPORATED. Z o By .......... ..._._-- lC..,IiGvk . N IAN, 31. 1969 m John F. Menlll President "c } SS: F )UNT GE On this1l.::.day of............. December ............ A.D. 19...8.0...., 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. _(rKJ ..... .. - ........ ° ........ OLIN Al R DAV IS Linda R. Davis Notary Public NOTARY PUBLIC - CALIFORNIA ORANGE COUNTY My comm. expires SEP 25, 1980 CERTIFICATION I, the under_,:, e;, certify that I am the Secretary of SURETY INSURANCE COMPANY OF CALIFORNIA and that the Power of. ttarney remains in full force and effect, and has not been revoked; and furthermore that Article IV, Section 7(b) By -Lar:s of said company as set forth in said Poker of Attorney, are no%v in full force and effect. IN TESTIMONY II'HERF.OF, I have hereunto sub= cribed my name and affixed the corporate seaal -of the said Company this.. 9t..day of.......- ........:ILT ...... ...................... 19..... $l.. ....... (SEAL) - Secretary 56o.05.02 Mev. 12-80) 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 this /sT 1921. sworn to before me day of j1kyr My commission expires: OFFICIAL SEAL CAROL S. HOWARD o NOTARY PUBLIC - CALIFORNIA - - PRINCIPAL OFFICE IN LOS ANGELES COUNTY MYC. "MMISS10"ExPiresMar. 16,1984 Clyde R. Cowan, President S�9� Notary Public lop 0 _VVIC-15 p- ZM aN men! to 14004 1" 7 4 An 00 ou -vG7 UAW. vas 1SIVAle "Yon Von mW "MAIM, Y 7�� 04 1-6 W 0, , 1 1 OKI my 10071jenrun solo wuv- VwFn: �'eh Ig ;� -LIQ w991 y W6 c� ra y 1. Ap"L,11 =5 10NO No nfv�nnq ;� vq4 10 ­:-4wn wr �v 7-30- v an 021 Ila 200 MY "N� MN o v;OWN w" its? `VW v� 0 onto 01 40 DrA a,- on .S! oil am: so wn 0, 4w, l" Mv , v j� �m T c H O g cv d 1J J 'O 5 m f H �m « �o Em c � m �o y x « E E c o m cr • 6 C C m Y y 4 d� m Y m � m 111 N �j N V W GG .Wyk r 122 m m E o� m« i N O g g H 3 a � z J Q O W F~ Z 7 J V OW'S U�q6� e 4 nus v 0 OQ<,OCi O r 2 � 9 v W C A • 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. NAT*E$CAPES, Inc. signature i1v e . Cowan, President ,• • • 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. Brand Blvd., Glendale, CA 1979 Sully- Miller Contracting Co- larry Ronne]] (213) 531 -3550 1978 Pasadena Street Trees George Buck (213) 577 -4191 1979 City of rnn Long Beach (Cherry Ave) rrn,o unfr (213) 595 -5461 1980 C1 ye�fPLosa Angeles R.C. McClennahan (213) 485 -5671 1980 Oxnard Median Tom Downey Construction Co. Tom Downey (805) 649 -2231 NATMtESCAPE,S Inc. itnorl �jignaturew tie Clyde R. Cowan, President Jul _J05 a JAG4 1 � 1QN1 • By fha Qiiy C(X.i,v:%L TO: CITY COUNCIL CITY Or i':'.- N/FURT BEACH FROM: Public Works Department a July 14, 1981 CITY COUNCIL AGENDA ITEM N0. f- ,?rf ) SUBJECT: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY (C -2265) RECOMMENDATION: Adopt a resolution awarding Contract No. 2265, including Additional Bid Item, to Naturescapes. Inc. for $75,851 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The "Additional Bid Item" referred to herein and in the bid documents is the installation of trees in the unlandscaped portions of San Miguel Drive medians. Since some portions of San Miguel Drive medians were previously landscaped with trees by private developers, it is desirable to install trees in the remaining portions as soon as possible to minimize height differentials. Account Number 10- 7697 -041 includes $67,000 appropriation for this 1 project. If Contract No. 2265 is awarded to include the Additional Bid Item, the additional cost of $8,851 will be funded from Account Number 02- 7797 -207, the Median Island Improvement Program. Naturescape, Inc., the low bidder, has not performed previous con- tract work for the City. However, a check of their references has indicated that Naturescape has successfully completed similar projects as general con- tractor or subcontractor for numerous southern California agencies. At 11:00 A.M. on July 1, 1981, the City Clerk opened and read the following bids for this project: Bid Position Bidder Without Additional With Additional . Bid Item Bid Item 1. Naturescapes, Inc. $ 63,551 $ 75,851 2. Environmental Landscape Contractors 64,700 85,400 3. Amerco Industries, Inc. 58,000 92,000 4. Tracy & Haigh Landscape, Inc. 88,625 101,411 5. Valley Crest Landscape, Inc. 107,500 127,000 6. 'Allied Sprinkler Co., Inc. 131,000 143,000 The low bid including Additional Bid Item is 9% below the Engineer's estimate of $83,000. The low bid without Additional Bid Item is 9% below the Engineer's estimate of $63,000. The "Additional Bid Item" referred to herein and in the bid documents is the installation of trees in the unlandscaped portions of San Miguel Drive medians. Since some portions of San Miguel Drive medians were previously landscaped with trees by private developers, it is desirable to install trees in the remaining portions as soon as possible to minimize height differentials. Account Number 10- 7697 -041 includes $67,000 appropriation for this 1 project. If Contract No. 2265 is awarded to include the Additional Bid Item, the additional cost of $8,851 will be funded from Account Number 02- 7797 -207, the Median Island Improvement Program. Naturescape, Inc., the low bidder, has not performed previous con- tract work for the City. However, a check of their references has indicated that Naturescape has successfully completed similar projects as general con- tractor or subcontractor for numerous southern California agencies. Q- lao�3 rde4l� JUf 1 J loin By tha Vii i COii:� JiL y✓ TO: CITY COUNCIL CITY Oi- i' "WAORT BEACH FROM: Public Works Department _4" July 14, 1981 CITY COUNCIL AGENDA ITEM NO. /- ,?i(Z) SUBJECT: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY (C -2265) RECOMMENDATION: Adopt a resolution awarding Contract No. 2265, including Additional Bid Item, to Naturescapes, Inc. for $75,851 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on July 1, 1981, the City Clerk opened and read the following bids for this project: Bid Position Bidder Without Additional With Additional Bid Item Bid Item 1. Naturescapes, Inc. $ 63,551 $ 75,851 2. Environmental Landscape Contractors 64,700 85,400 3. Amerco Industries, Inc. 58,000 92,000 4. Tracy & Haigh Landscape, Inc. 88,625 101,411 5. Valley Crest Landscape, Inc. 107,500 127,000 6. Allied Sprinkler Co., Inc. 131,000 143,000 The low bid including Additional Bid Item is 9% below the Engineer's estimate of $83,000. The low bid without Additional Bid Item is 9% below the Engineer's estimate of $63,000. The "Additional Bid Item" referred to herein and in the bid documents is the installation of trees in the unlandscaped portions of San Miguel Drive medians. Since some portions of San Miguel Drive medians were previously landscaped with trees by private developers, it is desirable to install trees in the remaining portions as soon as possible to minimize height differentials. Account Number 10- 7697 -041 includes $67,000 appropriation for this project. If Contract No. 2265 is awarded to include the Additional Bid Item, the additional cost of $8,851 will be funded from Account Number 02- 7797 -207, the Median Island Improvement Program. Naturescape, Inc., the low bidder, has not performed previous con- tract work for the City. However, a check of their references has indicated that Naturescape has successfully completed similar projects as general con- tractor or subcontractor for numerous southern California agencies. Am d �. -ti July 14, 1981 Subject: San Joaquin Hills Road and San Miguel Drive Traffic Median Landscape Development: Irrigation and Landscape Only (C -2265) Page 2 This project will provide automatic sprinkling systems and low main- tenance landscape within the medians shown on the attached sketch. The work will be completed in September, except for the 60 -day period of maintenance and maintenance and plant establishment subsequent to completion. r , Q /'4 Benjamin B. Nolan Public Works Director LD:jd Att. t • 0 4.1 .l �opcaf \ ' r ao � J/ -% ac•,Zi . ` �IYFt I •6 LPr'iit _ O —J /kit ii Z• v. co 21y P v nf•/ F % UY.G IrA ry. P�Q R F;E n/ aYl.`i / �. H'9ru"f✓'\s. ,� lit •.,;, tt ,V,�`t ` t boa ,cP SwF'.�rc •. \ t\ � 11 r. /, i : 1 yz P2 E1 p4 r & ✓ °af r✓ ice• t',t�"oo � S i�.x N% ,; �Rr•�w mt- . : /r Ns . .c r I •7 k ,\ \ ` J , 1 r` c : t ✓�tl, sJ fn._8r .�. E /,cy PoRi cS ?=Q! - q:�` u 14, .. �ti • ��+ rv- i .N '.. ,�4- _�L:E.c. a•a er I u7ypv -) r-' t `• ,'�' � '-.:, 1 ^"�'•1i '� ��,_. .+OR L i � � :`-`i` Y �\ LO .L LITYGG R/OGf bf. LfKEi �.¢��� Y!��)�C��, /��'T))J ,,,,,Y O/FJ/- �`=.,zr p4�C/l�f� /G /• �'rGrN F ! I ✓G /Y��T LJCIJC/ Tye �CJa'.�vlt /QG d `�II C4NY \1".liat^lES`EQY _ _ 1\\` � ;``,, %•'' ,' 111 CANYQw GN N/ED /iti: (j 1 � / ,. _J L0 �, 2 /cvc_ J ice• �\ '.:. ''JJ}} n ' C ; -f OF NEWPORT BEACH _ Ft:. -,UC WORKS DEPARTMENT _ 5A ICA -�U;N MILLS ROAD AID SAN MG(JEL R1V= TRAFFIC ME-01Art 1,4ND- SCAPE DEVE�.nPMENT 1XV45 [TION .A) DRAWN °%{ DATE APPROVED PUBLIC WORKS DIRECTOR R.E. 00. _- LANDSCAPE DNLY i RESOLUTION A RESOLUTION OF CITY OF NEWPORT (NO. C -2265) TO CONNECTION WITH DEVELOPMENT NO. 1 � 0 09,304 THE CITY COUNCIL OF THE BEACH AWARDING A CONTRACT NATURESCAPES, INC. IN IRRIGATION AND LANDSCAPE WHEREAS, pursuant to the notice inviting bids for work in connection with San Joaquin Hills Road and San Miguel Drive traffic median landscape development - irrigation and landscape only, and the plans and specifications heretofore adopted, bids were received on the lst day of July, 1981 at 11:00 a.m., and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is NATURESCAPES, INC. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of NATURESCAPES, INC. in the amount of $75,851 be accepted, and that the contract for the described work (Contract No. C -2265) 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. JUL 14 `1} . 1981. ADOPTED this day of Mayor ATTEST: City Clerk THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, a 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 .1.0 , 1981.... . I certify (or declare) under penalty of perjury that the foregoing is true and correct. Date - at Newport Beach, California, this 1 Oday of JU , 19 81 r Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Contract #2265 PROOF OF PUBLICATION 7- 4096MG -0 p 4un—e 8, 1981 Adyet7 ie rw 01,66 CITY COUNCIL AGENDA (//N� T4,' l/ / yg� (lg j ITEM N0. F -12 �1 IAA �? ly.t I TO: CITY CtlUNCIL By wo •, I wuw�ar FFOW Q0WM~ff1KQ4rtment SUBJECT: SAN JOAQUIN HILLS ROAD AND SAN MIGUEL DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT: IRRIGATION AND LANDSCAPE ONLY (C -2265) 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 July 1, 1981. DISCUSSION: Plans and specifications for this project (see attached median loca- tion map) 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 in her design. Since current budget funds were insufficient to provide for paving, automatic irriga- tion systems and plant materials, the Public Works Department staff revised the plans and specifications to provide for a paving only contract (presently under construction), and an irrigation and landscape contract (proposed for 1981 -82 budget). It is staff opinion that a prompt July award of the 1981 -82 irrigation and ladnscape contract will (1) provide a longer period for plant establishment prior to the winter season, (2) minimize the effect of inflationary erosion upon the appropriation, and (3) allow the completion and enjoyment of this long - awaited landscape project. The Engineer's estimate for the irrigation and landscape contract is $83,000. Since the proposed $60,000 appropriation, plus a $7,000 carryover from current budget funds for the project may not be sufficient for award, the installa- tion of trees in the San Miguel Drive has been set aside as an "Additional Bid Item" in the bid documents, thereby reducing the Engineer's estimate to $63,000. The award may then be with or without the San Miguel Drive trees. The estimated date j9rday period of maintenance J/'Gp' If z-�t, Benjamin B. Nolan Public Works Director LRD:jd Att. of completion is September 1, 1981, except for the and plant establishment subsequent to completion. oc. Q�Qa•f 'SNC,si t'PL t F 1� `C �s° � RcP pL, 1 -• t' -• CPC DL' .. 0 P- l ca. K6..r J !� 0 � L I �i yrr I 1 1% w J LDS" • Li ;✓'CO[ "� i .. JoP Po ,• �- L.. v POCK_;LA + 1 / IPiA'r V_ -�� / le ri. �� ) .�. • yi t l i 41 -�� / le ri. �� ) .�. • yi t l �- ��rsFti`� c OZ r�'Cy, � \\ \ \ •Y 1 � A t ry 11 •Pe'rr _ '�� GANYO.•vGN�C.O,%YOO,(j� /VTGPG!�fL:!G scucc•� Ci ; yE NEWPORT BEACH _ °,zL:C WORKS DEPARTMENT 5AN JNA -_)tJ kI PILLS ROAD AND SAN M160EL R)Vr TR:;i!F)C MEOIAN LdND- ISCAPr DEVELOPMENT -- 1KK16A'T/0N .A, DRAWN.._ '= DATE APPROVED PUBLIC WORKS DIRECTOR R.E. 00. —_ LANDSCAPE DNI.Y \