Loading...
HomeMy WebLinkAboutC-2319 - Westcliff, Dover Traffic Median Landscape DevelopmentCITY OF NEWPORT BEACH DATE: July 6, 1982 TO: FINANCE DIRECTOR FROM: City Clerk 162511 SUBJECT: Contract No. -3*1-9- Description of Contract OFFICE OF THE CITY CLERK (714) 640 -2251 Cep4A % ": voa% a2, Westcliff and Dover Dr, Traffic Median Development Effective date of Contract July 2, 1982 Authorized by Resolution No. Min.Act, adopted on 6/14/82 Contract with Sullivan Concrete Development Address P.O. Box 1890, 1111 Baker Street Costa Mesa, CA 92626 Amount of Contract 40,717.00 Wanda E. Andersen City Clerk WEA:lr City Hall. • 3300 Newport Boulevard, Newport Beach, California 92663 4 ,.. iS:SS �AG3C, =giA` S 0 i "I am aware of and will comply with Section 3700 of the labor Code, requiring every employer to be insured against liability for.' Workers' Compensation or to undertake self- insurance before commencing any of the work." . Date Signature ' NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663, until 2:00 pm_. on the 27 day of May 1982, at which time such bias shall bee opener and rear —Tor WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT Title of Project 2319 Contract No. $32,000 uperintendent s Estimate W • .r . r^ NF� FORS Approved by the City Council this 14th day of June 1962. Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Parks, Beaches and Recreation Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Jack Brooks at 640 -2275. Park Superin ten ent CITY OF NE14PORT BEACH PARKS, BEACHES AND RECREATION DEPARTMENT opnancAi WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT 2319 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Blvd. 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 proposes to furnish all materials and do all the work required to complete this Contract No. 2319 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 Demolition, clearing and grubbing @ Forty Two Hundred Dollars and Dollars & No Cents Cents $ $ 4.200.00 2. Lump Sum Site rough grading @ Thirty Seven Hundred Dollars Eighty Dollars and and No Cents Cents $ 3. Lump Sum Install pull boxes and pvc sleeving under new concrete for routing of rgv wires and irri- gation lines @ Twenty One Hundred Dollars Ninety Four Dollars and and No Cents Cents S 52,194.00 i 0 PR lb ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct 3" thick p.c.c, median pavement per plan @ Twen y Right HnnAraA Dollars and Thirty Five r No rAnta Cents $ $ 2,835.00 5, 11,3000 Construct 4" thick stamped sq. ft. "cobblestone" median pavement per plan @ Two Dollars & Dollars and Twenty Three Cents (rents $ 2.23 $25,199.00 (unit price) 6. Lump Sum Construct low concrete wall per detail and plan @ Twenty Five Hundred Dollars and Nine Dollars & No Cents Cents $ $ 2,509.00 TOTAL PRICE WRITTEN IN WORDS: Forty Thousand, Seven Hundred, Seventeen Dollars and Dollars and No Cents Cents $ 40,717.00 Contractor's License No. 408047 Sullivan Concrete Textures �i (Bidder's Name Date J��y��O Z �yll�,r�•vs���L� J2GQ Authorize8 Bidder's Address Address P.O. Box 1890, 1111 Baker Street, Costa Mesa, CA 92626 Bidder's Telephone No. (714)556 -7633 I. II. III. IV. CITY OF N IrPORT BE: CH KS, BEACHES AND RECREAT -- DEP TMENT SPECIP.L PPOVISIONS WESTCLIFF AND DOVER DP.IVE TRAFFIC NEDIAN LPN DSCAPE DEVELOPMENT 0-2319 SCOPE OF WO ?K The wor'- to be done under this contract includes (1) the removal of sections of existing concrete and a/c median pavement in designated traffic islands on Vlestcliff Drive and Dover Drive, (2) the construc- tion of "cobblestone" stamped concrete median paving and (3) providing PVC sleeves under all nev:ly constructed paving for future use. This contract requires the completion of work in accordance with these Special Provisions; the Plans (P- 5104 -S); the Standard Special Provisions and Standard Drawings for Public Works Construction, 1980 Edition; and the Standard SLeci fications for Public ':+arks rorstraction, 1979 'Edition and 1980 Supplement, hereinafter referred to as the Standard Specificatio= Copies of the Standard Specifications may be purchased from Building Nevis, Inc., 3055 Overland Avenue, Los Angeles 'CA 90034. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased for 35 from the Public Works Department. A',' -°ARD AND E\ECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerra�_ award and execution of the contract. COi,TLETION OF :'JOR'n The work to be done under this contract shall be completed vrithin 60 calendar days from the date the City aviards the contract. PAY1 uT The unit or lump sum price for items of work shown in the proposal shall be full cowpensation for labor, equipment, materials and all other things necessary to complete the vrork. incidental items of work not seaarately described in the proposal (i.e. traffic control, root pruning, formv;ork, etc.) shall be included in the unit price bid for the various items of work except that say.cutting concrete shoal be bid as a separate item o f viork. V AND TR4F71C C01,TTPc.IL The Contractor may cccaNy a 12-foot -v. de portion of the roadway ac''accnt to a traffic median v;here work is being perfcr^ed, provided that he insta= tr -=ffic control in accordance with Section 7 -10 of the Standard Special Provisions. VI. VII. WATER Pater 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) 6.LO -2221 to arrange for water service connections. CONSTRUCTION DETAIL A. DEP?OLITION AND GRUBBING All demolition, clearing and grubbing shall conform with Section 300 -1 of the Standard Specifications. B. SITE ROUGH GRADING The Contractor shall grade the site to the lines and grades shown on the plans. The lump sum price bid for site rough grading shall include but not be limited to the required unclassified excavation and fill necessary to bring the paved areas to sub -grade elevation and the planter to a uniform grade below finished grade. Utilizing the material available on the site, this item shall also include all costs involved with the removal and disposal of debris, trees,-vegetation, other deleterious materials and nor.-organic debris or concrete encountered in the grading operation. C. SUD-GRADE PPEPApATION FOR PAVED ?RESS Paved areas include all median p.c.c. pavement on grade. The sub -grade for paved areas shall be prepared in accordance with Section 331 -1 of the Standard Specifications. D. COBBLESTONE PAVP_Mr2,T 1. Concrete Portland cement concrete shall be class 520-C,-2.500. 2. Color a. Color hardener shall be a "Lithochrome color hardener" as manufactured by L.I.I. Schofield Co. of Los Angeles, California. b. Color wax curing and finishing compound shall be a "Lithochrome Colorwax." as manufactured by L.I.I. Scho- field Co. of Los Angeles, California. C. Final color shall appear uniform throughout the surface area a_nd shall match the existing Dover Drive median island paving when the concrete is fully cured. 3. Pattern "Cobblestone" pattern imprint shall match the existing Dover Drive median island imprint. 4. Workmanship "Cobblestone" pattern joints shall be straight and continuous without noticable swaying or offsets between dyes and with consistent depth of imprint. E. CONDUIT SLEEVES Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves shall be located below the finished paving surface. Sleeve diameters shown on the plans are to accomodate future in- stallations of PVC irrigation laterals plus 1" PVC pressure conduit with fittings and irrigation controller wires. Sleeves may run continuous through planter openings. Sleeve ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or heavier. 0 • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of.the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 408047 C -8 Sullivan Concrete Textures Contr's Lic. No. & Classification Bidder Date Authorized Signature /Title • • Page 3 i 1 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. Nobest, Inc. P.O. Box 874, Westminster,CA 92683 2. Nobest, Inc. " 3. Nobest, Inc. 4. Nobest, Inc. " 5 a 6. Nobest, Inc. " 7." 8. 9. 10. 11. 12. Sullivan Concrete Textures Bidder Authorized ignature /Title • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, SEE ATTACHED BID BOND , as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 y k%arcuvF OouiFa2.O,a.✓r,� %ti/iW�RYL /dr_a��S�+°O�•,Fi6u• e of Pro.iect Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . (Attach acknowledgement of Atto ey -i.7 aci) Notary Public Commission expires 07' ICM SEAL 'u LA ?'Y E. V/EICHMAN .");101 PJLL'C - C WOP NIA MY CCi:,::: 1 ;i G:: E 71: ;1 MAY 10 1 185 M Title Bidder Authorized Signature /Title ✓ rety !T` 0 0 FREMONT INDEMNITY COMPANY HOME OFFICE LOS ANCEL ES. CALIFCHNIA BID BOND Bond No. B 013411 KNOW ALL MEN BY THESE PIESENTS: That Francis W. Sullivan, Inc. DBA: Sullivan Concrete Textures (hereinafter called the Principal) as Principal, and IM FREMONT INDEMNITY COMPANY, a corporation n..led and .siding under the laws of the Slate of Colifomia, with its principal office in the City of Loa Angeles, California fhareinalier called the Surety) as Surely, are held and firmly bound unto City of Newport Beach Newport Beach, California (hereinafter called the Obligee), in the full and just sum of ** *TEN PERCENT OF AMOUNT BID *** Dollars IS _10� ), good and lawful money of the United Slates of America, to the payment of which sum of money well and truly to be mode, the said Principal and Surely bind themselves, their and each of their hair, executers, administrator,, successor, and assigns, jointly and seeernlly, firmly by these present.. pp Signed. sealed and doled this_.., 14th day of May A.D., i98 THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award to the Principal for CONTRACT NO. 2319 WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT. BID DATE: MAY 27 1982 aeoardtnq to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duty make and enter Into a contract with the Obligee In accordance with the terms of said proposal or bid and award and shall give bona for the faithful performance thereof with the FREMONT INDEMNITY COMPANY, as Surety, or with other Suretv or Sureties approved by the Obligee: or if the Principal shall, in case of failure so to do, pay to the Obliges the damage, which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and veld; otherwise it shall be and remain in full force and effect. µIy Pigged a� ., In Testimony Whereof, the Princlpal and Surety have causes these Pre serdnC lS W liiv 8r,; Inc I) L WITNESS: DBA: Sullivan Concrete Textures `•lar.l, (Seal: TTEST: (If individual or Film) A hinu Pal j ( j 1 (itCorparaflpn) FREMIO "4 "CEVNITY CO "PANY E. E. CRISTIANO AOern.Y -, 'F`d STATE OF CAIIPOFNIA 1 ` u COUNTY or Los An,eles I On this 14th doy of May 19 fit , hots. me Nancy L. Okamoto o Notary Public. n and car the C ... ty and Slate afore sa ld, r.,id:.g therein duly commlssipaed and sworn, personally app..,,d E. E. Cristiano ` Rr- tt<c..-- �'SSfr- .,'�"'.° know" to me to be the Ane. Fa or FREMON IND MNITY COMPANY, the Cor CFTICIAL SEAL lt(' "`y "in- po.oban Ir that ....Wed th. within instrument oho con t me to a the p. .sell who u.,osid the wilh,n 'i NANCY L. OKANI 0 l� n,I,umem pr, hehou orP ll I r. a ad an acknowledged to m. that such Corp.,* NUTARY FU3LIC LALIFURNIA !n tier" ....used the Fame. *=y, , V LOS ANGELES COUNTY J` MY Commission Lxpacs AJR. 13, 1982 = y'"��"� Notary reel,c on and r r tn. st of ia eal,rarn ea.nty al Los Angeles SUR 15 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this day of 19_Z�-2r My commissio expires: Sullivan Concrete Textures Bidder Authorized Signature /Title Notary Public OFFICIAL SAL v: LARRY E. VVE!CHMAN IdY CJas iG I; nIC(< E.1. RES MAY 10 lYBS Sullivan Concrete Textures Bidder Authorized Signature /Title Notary Public • 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. Will submit financial statement as requested should the undersigned be low bidder. Sullivan Concrete Textures Bidder i / Authoriz�Sgnaturejl- t e� ' • 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. 1981 City of Newport Beach, Traffic Median Lanscape Development (paving only) Contract No. 2211, as Sub - contractor to Nobest, Inc. Mr. Bob Nodland (714)894 -5000 to this contract on San Joaquin Hills Rd. and San Miauel Drive 1981 Citv of Newport Beach, Stamped Concrete paving on Ford Road between MacArthur and San Miguel on Purchase Order #18106. 1981 J. M. Peters Mr. Ronald Whitley 1 (714)640 -2270 Stamped concrete in median islands on Bison Street, Jamboree Street and Ford Road between Mac Arthur and Jamboree. Mr. Tom Knutsen (714)833 -9331 (Mr. Knutsen - Project Manager for Belcourt Hill Project) Sullivan Concrete Textures Bidder j/l — — ut ' /' ��'�LQ'� . Ahorized Signature /Title NOTICE The following are samples of contract documents which shall be . completed and executed by the successful bidder after he receives a letter of award,from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 CERTIFICATE Of INSURANCE & ENDORSEMENTS. (pages 13, 149 15) CONTRACT (pages 1.6 & 17) Since the.City of Newport Beach will not permit a substitute format for.these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES. shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category.Class VII (or larger) in accordance. with the latest edition of Best.' K Ratin Guide: Property - Casualty. .Coverages shall be providd or ail- -TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the'bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edi- tion adopted for use in the, ity.o , Newport a except as supplemented or mgdfified by.the Speeial.Provisions for this project ,,. ->- ��-.- f 3i1Ci�Sk�rS .Ot Page 11.. ' That . of the :City, d b „prieici 1 A't(oit ct';far ���i tw4i1[ 1a:; fin 4tVict coAfdm ##t the i5i t�s :Aflii Serif #hens file. i;n fa t af, tfiei Cleric of t#te .City of .: r e�secutao or is t`to es a� #t ami fhe T jing ori '116i ##r #1a #€!brn�an�;of Safi::. r m of nat s i n Ogoffid , Ma!!l� lrri i #fi�bf£1' 7 � Rl ltl iiiltEy a a o esti atRSin# therit: eeatd 'to` ia a nay its s�iecessp s +� : ` ` rdt' pay nt *Of t4tratGMS, ;AetiEj*ai y Ep:'.:i l the "'Ni 15 I #t -t -�f the -am-" � @amotn Princfipal , #s -sEl .in all ��'� a�et t1Y �ee� .and �er�ot�t�lt& setts. toa said t a►ry alttrat #eNt them, �� as t#a�eiR _contr to i hntfd at ? ids =add is the tamer :k. respect# at to fir tt t ami meaesing, ;and the. City ofeaiii, i tlfi"i£ers and. agents, �;-F-�tgatian ;hail tece�e.,nu�l vbW, otherwisa .3;t jv.*d t a fue r - ee n change, ; .a w.. aaiii t.innc � A Y.trio f�WA1C Ff'f -; 9P CailtrAct Or t0 the : r k � s _ 4 R s. i �g� t3 -obilgatl�sii�;�adeY t►iis = '; ;- ,... _ `.: _ - ;,; Y ��y .' ���. ... � A. :`T. .... .� �'._ / y.R-.. � �Y�n' L 1y3'si$'�.[ � �fl k ' -. .... .. it { _ � y - t .rte M1 ��. \ � \a \Z �\ \// \5 \ig _ \ }/# k \ } \ ( / ) \ () 7 1 ) ƒ$o ! \ \ ƒ ƒ§ r»m� } � g / \ / } \ }\ OW 19 now } I 0 0 9, Z t3 EG / §. I � { /(e \ } ID \/ INN ƒ� \ } \ ( / ) \ () 7 1 ) ƒ$o ! \ \ ƒ ƒ§ r»m� } � g / \ / } \ }\ } I 0 0 9, §?rE EG / §. I � � 22 )z ID [ ƒ� I E«� \ } \ ( / ) \ () 7 1 ) ƒ$o ! \ \ ƒ ƒ§ r»m� } � g / \ / } \ }\ PAYMENT BOND 0 Page 9 land se. t2S M Trasdaa incladed anler targets& & load KNOW ALL, MEN BYm ESE PRESENTS, That Quaty lCda WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Jane u, 1l32 has awarded to 1htmau q, saliiyas. Iaa. ! Ialiisas Caearets laeta w hereinafter designated as the "Principal ", a contract for Vaetalitt sad Duet Drive Trait" Madiaa Loodeaafe aarela"Ist. atntrest so. 2319 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We 3'raaels N. talliwas. Ise. BUt falilaaa Concrete Tatter" as Principal, and iceboat Iade1•it7 *1000" as Surety, are held firmly bound unto the City of Newport Beach, in the sum of eealerty Ikessand sews Mmil d ferwttaaa sad Aa /108 l l a rs ($ 40, 717.00 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 10 k • Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Se.GtWs 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, heiy stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Princi al and Surety above named, on the 17th day of � , 194 Approved ajs to form: �VlaA City Attorney yreasie V. seii V"* tae. Mt felllwa 0reetete Textures (Seal) Name of Contractor Principal Authorized Signature and Title Authorized Signature and Title rrw t laiwity Qeganr (Seal) Name of Surety 1709 V. st4 street. Lae laselea$ Ste• 90017 Address of Surety i get i t tuae tor' e$ gent Address of Agent Telephone No. of Agent N A to O ii 0 G o' O w O .Oi. r 0 N (D i~ m �M 3 3 Z n y 3 o A Z c mz m { c m O y w r zx� 0 n -{ M 0 w a na By °o d7 w a.o 0 0 C oO C rt O rn D. � coo P. rt O rr rC � c7o 7 tA"e C R E C � o o � .O R C O m o m O ^j e [T? O O N� a w o r m O r z n ° 9 ri O w b R. O x n C 5 `G a O .y. w N O" O O ' Ilia FRLPiONT INDEMNITY COMPANY HOME OFFICE — LOS ANGELES, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, FREMONT INDEMNITY COMPANY, by HARRY W. DEGNER its Vice President, in pursuance of authority granted by Resolution of its Board of Directors at a meeting called and held on the 18th day of February, 1972, which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy: "RESOLVED: That the President or any Vice- President may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company, and either the President or any Vice - President, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or under- takings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." does hereby nominate, constitute and appoint E.E. CRISTIANO its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed: ANY AND ALL BONDS AND UNDERTAKINGS IN WITNESS WHEREOF the said Vice President has hereunto subscribed his name and affixed the corporate seal of the said FREMONT INDEMNITY COMPANY, this 24th day of March A.D., 1976 By STATE OF CALIFORNIA COUNTY OF LOS ANGELES f as P INDEMNITY COMPANY rry W. Degner On this 24th day of March A.D., 1976 , before the subscriber, a Notary Public of the State of California, in and for the County of Los Angeles, duly commissioned and qualified, came the above named Vice President, of FREMONT INDEMNITY COMPANY , tome 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, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Los Angeles, the day and year first above written. ♦ ♦ ♦ ♦ ♦♦♦ ♦♦- ♦ ♦1 ♦ ♦ ♦O ♦ ♦ ♦ ♦ ♦ ♦ ♦i ♦ ♦ ♦ ♦ ♦♦ ♦ OFFICIAL SEAL 4 NANCY L OKAMOTO ♦ 'a NOTARY PUBLIC - CALIFORNIA♦ ' (SEAL) PRINCIPAL OFFICE IN LOS ANGELES COUNTY ♦ N tar Pu lit MY Commission Expires May 21,1978 y I, the undersigned, Assistant Secretary of FREMONT INDEMNITY COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the Corporate Seal of the Corporation, this 17th day of June 19 82 w CD ranI 111Qetay B rt T. Tanami PCS-63 (5/72) ` CERTIFICATE OF INSURANCE • City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED W. Sullivan, Inc. DBA: Sullivan Bomanite P.O. Box 1 Page 13 INSURANCE COMPANIES AFFORDING COVERAGES Company A Ohio Casualty Insurance Co. Letter Company B Fremont Indemnity Company Letter Company C Letter Company D Letter Company 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. 0 ze ve Agency: Beckwith Insurance Agency _ 6/23/82 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: Westcliff and Dover Drive Traffic Median Landsca a Developments Contract #2319. Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. *The Explosion & Collapse Hazard and Underground Hazard are not covered; however the insured has no XCU exposure. 81 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each g. ro uc s/ Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations XLO(83 149503 4/19/ 83 Bodily Injury Property Damage $ 500, $ 250, $ 500, $ 250, • • x Explosion & Collapse Hazard x Underground Hazard Ix Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation A AUTOMOTIVE LIABILITY (]x Comprehensive Form XYO(83 149503 4/19 83 Bodily Injury Each Person $ 500, �x Owned $1,000, o i y Injury Each Ocrrence cuama Hired Qx Non -owned ro ert a 250 Bodily njury and Property Damage Combined $ EXCESS LIABILITY A ® Umbrella Form Other than Umbrella Form LXO 523586 4/19 83 Bodily Injury and Property Damage Combined $19000, $ 1,000, WORKERS' COMPENSATION AA -82— 4/1/ Statutor ac Accident) B and EMPLOYER'S LIABILITY 015765 83 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. 0 ze ve Agency: Beckwith Insurance Agency _ 6/23/82 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: Westcliff and Dover Drive Traffic Median Landsca a Developments Contract #2319. Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. *The Explosion & Collapse Hazard and Underground Hazard are not covered; however the insured has no XCU exposure. 81 0 CITY OF NEWPORT BEACH 0 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( x) Multiple Limits Bodily Injury Liability Property Damage Liability ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $500,000 /1,OOO,000.each occurrence $ 250,000. each occurrence occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Westcliff and Dover Drive Traffic Median 5. Designated Contract: Landig e elo ment. Contract #2319. Project it a and Contract No.). This endorsement is effective 6/16/82 at 12:01 A.M. and forms a part of Policy No. XYO(83)149503 Francis W. Sullivan,Inc. DBA: Named Insured _Sullivan Concrete Textures and Endorsement No. 1 Channel Island Bomanite Name of Insurance Company Ohio Casualty Ins. Co. 8y 4hored Representative ~ • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. (x) Multiple Limits Bodily Injury Liability $ Sno,000_ /son,non_ each occurrence Property Damage Liability $ 250,000./250,000. each occurrence ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department Westcliff and Dover Drive Traffic Median 7. Designated Contract: Land sca a Develo ment. Contract #2319. Project Title and Contract No. This endorsement is effective 6/16/82 at 12:01 A.M. and forms a part of Policy No.XLO(83)149503 Francis W. Sullivan, Inc. DBA: Named Insured Sullivan Concrete Textures and Endorsement No. _3 Channel Island Bomanite Name of Insurance Company Ohio Casualty Ins. Co.BY horized Representative *The XCU is not covered, however the insured has no XCU exposure. CONTRACT a Page 16 THIS AGREEMENT, entered into thisday of 19 Oa , by and between the CITY OF NEWPORT BEACH, hereinafter "Ci an Sullivan Concrete Textures , hereinafter "Con ractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Wpctcliff R nnvpr Drive Traffic Median andsrapp Op_ valnnment 2319 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Westcliff & Dover Drive Traffic Median Landscape Development 2319 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Forty Thousand. Seven Hundred. Seventeen Dollars and No Cents ($40L717.00 ). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) lave 17 . . . . . . . . . . . yY ti May 14, 1982 038 JUN 14 1W CITY COUNCIL AGENDA By 00 C fy COUF401L ITEM N0. F -3(a) QTY OF NEWPORT WA TO: MAYOR AND CITY COUNCIL FROM: Parks, Beaches and Recreation Director SUBJECT: WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN DEVELOPMENT (C -2319) RECOh1MENDATION: Award Contract No. 2319 to Sullivan Concrete Textures and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 2:00 p.m. on May 27, 1982, the City Clerk opened one bid for the subject project. Bidder Sullivan Contrete Textures Bid $40,717.00 The bid is 27% above the superintendent's estimate for the project. As the patterned concrete process is a specialized construction application only one bid was submitted. The unit cost of the contract has been analyzed with recent work awarded to the contractor by the City and found to be consistent. Sullivan Concrete Textures is a well qualified contractor that has successfully completed recent contracts for the City. This project provides for the demolition, clearing, and grubbing of the medians, site grading, installation of pull boxes, sleeving, and ir- rigation wires, 3" concrete paving, 4" cobblestone paving, and concrete retainers. The Westcliff and Dover median projects have also included the two new median islands that have resulted from the recent Coast Highway bridge construction. Funding for the project is proposed from the following accounts: Description Account No. Amount Median Island Improvement Program 02- 7797 -207 $21,000 Gas Tax Budget Amendment 18- 3311 -008 $14,000 Westcliff, Dover Traffic Island 10- 7797 -044 $ 5,717 Improvement Mayor and City foUncil Page 2 May 14, 1982 Bid documents were All work should be prepared by Design Construct of Huntington Beach . completed by August 31, 1982, Ronald A. Whitley RAW :ma • ! NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport beach, CA 92663, until 2:00 p.m. on the 27 day of !#_y 1982, at which time such s shall be opened and read or WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT Title of roect 2319 Contract $32,000 Superi nten ent s st mate `0 Approved by the City Council this ^ day of , 1982. an a . Andersen . City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Parks, Beaches and Recreation Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Jack Brooks at 640 -2275. Park uper nten ent OIL �, }, • • PR la CITY OF NEWPORT BEACH PARKS, BEACHES AND RECREATION DEPARTMENT PROPOSAL WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT 2319 Contract No. To the Honorable City Council City of Newport Beach 3300 Newport Blvd. 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 proposes to furnish all materials and do all the work required to complete this Contract No. 2319 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 N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1.- Lump Sum Demolition, clearing and grubbing @ Forty Two Hundred Dollars and Dollars & No Cents Cents $ $ 4,200.00 2. Lump Sum Site rough grading @ Thirty Seven Hundred Dollars Eighty Dollars and and No Cents Cents $ $ 3.780 -00 3. Lump Sum Install pull boxes and pvc sleeving under new concrete for routing of rgv wires and irri- gation lines @ Twenty One Hundred Dollars Ninety Four Dollars and and No Cents Cents $ $2,194.00 ', • • PR lb ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION U141T PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. Lump Sum Construct 3" thick p.c.c. median pavement per plan @ Twenty Fighr HunAraA Dollars and Thirty Five r No rang Cents $ $ 2,835.00 5. 11,3000 Construct 4" thick stamped sq. ft. "cobblestone" median pavement per plan • @ Two Dollars & Dollars and Twenty Three Cents Gents $ 2.23 $25,199.00 (unit price) 6. Lump Sum Construct low concrete wall per detail and plan @ Twenty Five Hundred Dollars and Nine Dollars & No Cents Cents $ $ 2,509.00 TOTAL PRICE WRITTEN IN WORDS: Forty Thousand, Seven Hundred, Seventeen Dollars and Dollars and No Cents Cents $ 40,717.00 Contractor's License No. 408047 Sullivan Concrete Textures (Bidder's Name Date .S— — (Authorize signature /Title Bidder's Address P.O. Box 1890, 1111 Baker Street, Costa Mesa, CA 92626 Bidder's Telephone No. (714)556 -7633 I. II. III. IV. • CITY OF NE:ivPORT BEACH F)iRKS, BEACHES AND RECREATION DEPARTMENT SPECIAL PP.OVISIONS WESTCLIFF AND DOVER DP.IVE TRAFFIC TEDIAN LANDSCAPE DEVELOPMENT 0-2319 SCOPE OF WORK The work to be done under this contract includes (1) the removal of sections of existing concrete and a/c median pavement in designated traffic islands on Piestcliff Drive and Dover Drive, (2) the construc- tion of "cobblestone" stamped concrete median paving and (3) providing PVC sleeves under all newly constructed paving for future use. This contract requires the completion of work in accordance with these Special Provisions; the Plans (P- 5104 -S); the Standard Special Provisi the Stzr_dard S;ecificatiors for Public o rks 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. A1ARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. COTS? ETION OF WORK The work to be done under this contract shall be completed within 60 calendar days from the date the City awards the contract. PA ,EP!T The unit or lump sum price for items of work shown in the proposal shall be full compensation for labor, equipment, materials and all other things necessary to complete the work. Incidental items of work not separately described in the proposal (i.e. traffic control, root pruning, formwork, etc.) shall be included in the unit price bid for the various items of work except that sawcutting concrete shall be bid as a separate item of work. V. WORK AREA A_,TD TRAFFIC C01,71ROL The Contractor may occupy a 12- foot -wide portion of the roadway adjacent to a traffic median where work is being performed, provided that he install traffic control in accordance with Section 7-10 of the Standard Special Provisions. VI. WATER VII. 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) 6L.0 -2221 to arrange for water service connections. CONSTRUCTION DETAIL A. DEMOLITION AND GRUBBING All demolition, clearing and grubbing shall conform with Section 300 -1 of the Standard Specifications. B. SITE ROUGH GRADING The Contractor shall grade the site to the lines and grades shown on the plans. The lump sum price bid for site rough grading shall include but not be limited to the required unclassified excavation and fill necessary to bring the paved areas to sub -grade elevation and the planter to a uniform grade below finished grade. Utilizing the material available on the site, this item shall also include all costs involved with the removal and disposal of debris, trees, vegetation, other deleterious materials and non- organic debris or concrete encountered in the grading operation. C. SUB -GRADE PREPARATION FOR PAVED-AREAS Paved areas include all median p.c.c. pavement on grade. The sub -grade for paved areas shall be prepared in accordance with Section 301 -1 of the Standard Specifications. D. COBBLESTONE PAVEMENT 1. Concrete Portland cement concrete shall be class 520 -C -2500. 2. Color a. Color hardener shall be a "Lithochrome color hardener" as manufactured by L.M. Schofield Co. of Los Angeles, California. b. Color wax curing and finishing compound shall be a "Lithochrome Colorwax" as manufactured by L.M. Scho- field Co. of Los Angeles, California. C. Final color shall appear uniform throughout the surface area and shall match the existing Dover Drive median island paving when the concrete is fully cured. 0 0 3. Pattern "Cobblestone" pattern imprint shall match the existing Dover Drive median island imprint. 4. Workmanship "Cobblestone" pattern joints shall be straight and continuous without noticable swaying or offsets between dyes and with consistent depth of imprint. E. CONDUIT SLEEVES Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves shall be located below the finished paving surface. Sleeve diameters shown on the plans are to accomodate future in- stallations of PVC irrigation laterals plus 1" PVC pressure conduit with fittings and irrigation controller wires. Sleeves may run continuous through planter openings. Sleeve ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or heavier. . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 408047 C -8 Sullivan Concrete Textures Contr's Lic. No. & Classification Bidder / Date Authorized Sig at re /Title • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. Nobest, Inc. P.O. Box 874, Westminster,CA 92683 2. Nobest, Inc. 3. Nobest, Inc. " 4. Nobest, Inc. " 5. ANUMOMWORM• w 6. Nobest, Inc. " 7. 8. 9. 10. 11. 12. Sullivan Concrete Textures Authorized ignature /Title • -•- - - • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 Cv -+rte. r X23/ f 4nowAw, .fle sAw, %.AiwcpC /jazusov 41v540V. ,L ea. Title of Pro.iect Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , lg . (Attach acknowledgement of Atto y- ac ) Notary Public Commission expires .. .._ OFFICIAL SEAL LARRY E. WEICHMAN NOTAR7 PJ5L1C - Cr,L1FOANf,� FR1nG Pi+t DYr'I CB IW MY COMMISSION E.IPIiiES MAY 10 1985 Bidder Authorized Signature /Title 0 Title Surety FREMONT INDEMNITY COMPANY HOME OFFICE LOS ANGELES, CALIFORNIA BID BOND Bond No. B 013411 KNOW ALL MEN BY THESE PRESENTS: That Francis W. Sullivan Inc. DBA: Sullivan Concrete Textures (hereinafter called the ►rincipa0 as Principal, and the FREMONT INDEMNITY COMPANY. a clrporalion created and existing under the laws of the Slat. of California, with its principal office in the City of Lot Angeles, California (hereinafter called the Surety) as Surety, are held and firmly bound unto City of Newport Beach Newport Beach, California (hereinafter called the Obligee), In the fall and lest sum of ***TEN PERCENT OF AMOUNT BID * ** Dollan L: -- -10 %-- - - -) good and lawful money of the United Slates of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrotars, successors and assigns, jointly and Personally, firmly by these presents. Signed, Foaled and datod this 14th day of May A.D., 191 THE CONDITION OF THIS OSUGATION IS SUCH, That. if the Coligee shall make any award to the Principal for CONTRACT NO. 2319 WESTCLIFF AND DOVER DRIVE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT. BID DATE: MAY 27, 1982 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter Into a contract with the Obligee In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof with the FREMONT INDEMNITY COMPANY. as Surety, or with otner Surety or Sureties approved by the Obligee; or if the Principal shall. in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty at this bond, Mon this obligation shall be null and vote; otherwise it shall be and remain in 1.11 torte and eeffe9cctt.6,ap In Testimony Whereof, the Principal and Surety have caused these PregranCl$ W . I Jllllivan; Inc. - WITNESS. PDBA: Sullivan Concrete Textures. .lsi,fl - � (s.dlT Ill Individual or Firm) ` ATTESTr: i�pddd6 a .iJll�e. -r_� v ze—ri /siG.e r (S..q A /iJ1/ �i•. �% 9AL• Principal (It Cor motioN FREMONT . D ED E M P gy f rte E. E. CRISTIANO Atlom.y -in -Fa STATE OF CALI►ORNIA1 COUNTY OF Los Angeles On this 14th day of May 19 H2 , batore me Nancy L Okamoto , a Notary Public. in end for the County and Slate aforesaid, residing therein duly commissioned and sworn, Personally appeared E. E. Cristiano OMCLAL SEAL, known to me to be the Alforney -in -Fa of FREfe MNITY COMPANY, the Corporation NANCY L. OFT8 i. that executed the wifnin instrument also Awn a the person who . ..ruled the within instrument en behalf or 1 r.' n nowledged to me that such Corpora - p NOTARY PUBLIC - CALIFORNIA lien executed the mine. LOS ANGELES COUNTY My Commission Expires Aug. 13.19a2 taat.ry Public in oven 1 r the S el Colifornie count' of Los Angeles SUR 15 • . Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me 3 � this � day of , 19� My commissio expires: OHICIAL SEAL ro LARRY E. WEICHMAN NOTARY PUBLIC - C,'LIFORNIA FRINCIPAL OFFICE I;J ORANGE COUNTY MY COMMISSION EXPIRES MAY 10 1985 Sullivan Concrete Textures Bidder Authorized Signature /Title 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. Will submit financial statement as requested should the undersigned be low bidder. Sullivan Concrete Textures Bidder Az 9nature /Title ���� TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 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. 1981 City of Newport Beach, Traffic Median Lanscape Development (paving only) Contract No. 2211, as Sub - contractor to Nobest, Inc. Mr. Bob Nodland (714)894 -5000 A siihiliar job to this contract on San Joaquin Hills Rd. and San Miquel Drive 1981 City of Newport Beach, Stamped Concrete paving on Ford Road between MacArthur and San Miguel on Purchase Order #18106. Mr. Ronald Whitley •(714)640 -2270 1981 J. M. Peters Company, Stamped concrete in median islands on Bison Street, Jamboree Street and Ford Road between Mac Arthur and Jamboree. Mr. Tom Knutsen (714)833 -9331 (Mr. Knutsen - Project Manager for Belcourt Hill Project) Sullivan Concrete Textures Bidder // Authorized ignature /Ti tle THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Apr i 1 2181, . 1.982. ... . . I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 28day of Apr i 11982 A Q� LoAsiy v Signature THE NEWPORT ENSIGN 2721 E Coast Hwy., Corona del Mar, California 92625 0 C- a�t9 This space is for the County Clerk's Filing Stamp A NOTICE INVITING BIDS Proof of Publication of WESTCLIFF 6 DOVER DRIVE eveucn'ofccE — NOTICE IXVRWGuos PROOF OF PUBLICATION . , ..,., se"2T BwACH TO: MAYOR AND,di! COUNCIL 0 April 26, 1982 (--a319 CITY COUNCIL AGENDA ITEM NO. -F- I 1 FROM: Parks, Beaches and Recreation Department and Public Works Department SUBJECT: LANDSCAPING AND IRRIGATION SYSTEMS FOR MEDIANS IN DOVER DRIVE AND WESTCLIFF DRIVE (C -2319) RECOMMENDATIONS: (�s 1. Approve in concept the addition of the two islands at Dover Drive and Coast Highway to the Dover Drive and Westcliff median landscaping and irrigation system project. 2. Approve plans and specifications for the median landscaping and irrigation installation for median islands in Dover Drive and Westcliff Drive. 3. Authorize the City Clerk to advertise for bids to install patterned concrete median paving with bids to be opened at 2:00 p.m. on May 27, 1982. DISCUSSION: The current budget provides funds for the installation of irrigation systems and landscaping in the Dover Drive and Westcliff Drive median islands. The Dover Drive project did not include the two new median islands created by the widening of Dover Drive at Coast Highway. The CALTRANS project provided for the landscaping of areas inside the State's right of way only. Since the two Dover islands are outside State right of way and were to be maintained by City forces, they were not included in the State's landscaping project. City staff agreed to this concept during the design of the bridge project. Now that the State is almost finished with their project, the islands are ready to be landscaped. It is recommended that the installation of an irrigation system and landscaping of the two islands at Dover Drive and Coast Highway be included with the project to relandscape the Dover Drive islands between Cliff Drive and Westcliff Drive. If the Council approves this concept, a budget amendment to the Gas Tax Fund will be processed at the next meeting to transfer $22,000 into an account for landscaping the Dover Drive medians. The plans and specifications prepared for the Dover Drive and Westcliff Drive medians provide for new irrigation systems, some new patterned concrete median paving, and relandscaping of the medians. The irrigation system will use an automatic timer and drip irrigation, and the landscaping will utilize low maintenance plant material. • Mayor and City Council Page 2 April 26, 1982 The project recommended for advertisement will provide for the instal- lation patterned concrete median paving. At the completion of the proposed contract, the irrigation system and plant material will be installed by contract and City forces. The plans were prepared by the landscape architecture firm of Design - Construct, Inc. of Huntington Beach. The estimate for the patterned concrete work is $32,000. The irrigation and plant materials are estimated to cost $25,900. These above estimates include the two median islands at Dover Drive and Coast Highway. The estimated date of completion for the median paving is July 27, 1982; with the landscaping being completed by September 27, 1982. Ronald A. Whitley Director Parks, Beaches & Recreation /ma Benjamin B. Nolan Director Public Works Department