HomeMy WebLinkAboutC-2411 - Inspiration Point Landscape Improvement, Bluff Restorationog
�o
c
N
m
rata C! m
C,"f ►FS SENT Ttk N
❑ Mayor
m
❑ ancilm"
., o
�manager-
1 m
7Attorneym
y �'
❑ Bldg. Dlr5
v GenSery
❑M, &R0
p PtannE
lr.
c»
p Police CtRef
dPA Mr'
&Other
v_
v
D
N
r
as
O-<= =z
mO - -O
mCCG7, -1
Z�Z —IC7
�TOC*m
a-<
o�=Zo
-O
ya70z=
m z w = CA
a m O
C7" �Oy
z°masz
O Z --4
-�_C -h z
Z0 =Zw
r
maOaCO2
m m c m
C/A CO2 a
mOm --IC
m^000Zm°
� M C4
3zmCD
Z C y
-n=
A' O�CO
c� m c
p° 3
zmzz
m 310
--1 � = y
co 0
a I
w
I n
0
ON
CX
Cr
O
C
CL
0
m
0
Q
CD
x
0
co
0
w 0
CL
C
0
n.
0m
N
7 t'
fD �l
v
£ P
w
CD
w
C
C1 F
m
Co
Co nm
CD to
w m
�
0.
w
O7
n
0 �0
W p
m S
0
su
7
7 O
CD
N Os
N e
g°
0
v
�o
o
CD
0
7
m
C
a
CD
Ca
ro
CD
CD
0.
7
SD
N
w �o
o
� p m
� S3
w �
N �
w
C
n
O
G
-4
O
r
n m
=a
"z
"v
e �
m
r
Nm
N
CO)
"c
O
z
—n
r
a
m
0
11
0
LL
LL
O
W
U
4
LL
r
O
W
tG
K
U
N
W
O
0
W
CL
0
w p
F r
J
O �
W Z
Q
cc
a
O W
U. O
to
m
_s
: <
Q
WA
G
2
4i
4
I�
m
s !s
ae
w
us
N N
r
F IN O
Q Q
tu
Vf
10
rn
A ;
Ilk 1ff
7a
m
4
4
F
5
5
s
o
m
d
R
A
A
Ilk 1ff
Date 0/ - 4 _
G 1-ts Sr1VTJP:
❑ Vlayor 91-1
❑ Councilmen„
ovanager
o- Attorney
❑ Oidg. Dir. Q
cI unSery Mr.
13 r3 &RDir.
❑ Planning Diu=
0 Police Chief off
woftr
s
2
C),
m
0Z
O O
.0,
=. m
N N
� O
o
v
w
J N
N �
N n
O
m 3
�a
a�
N
m �
o m
�n
� C
Q�
v 3
� m
a
� N
d O
N
n n
m <.
a�
0
a
Q y
N fD
� n
O
N
a
0
�+ s
0 CD 3 a
m a v
a CD CD
0 N N
CD CD
O
C y
a
ww �
`y O
3 70
m
nm am
1 O y
0
�=r. O
ID
�cC 0
w CD u
0. 0 a
D O X
y w 0 3
p 7 (D
7 j
rp r
CL 0 CD
0 0
a
(D
O C C
Cam_
a C1 0
D a
N 0-�
C3 dT 0 0
O
3C
y 0
CD O 0
n w
C1.
L CO CD
0 w
P O
� w
CD
CD
b ZT 0 <
5 D
(, d ' CD CD
F CD
_ S CD .0
c
S, � w
3
a C 3 CD
O O
0
w
CD
CL
w
Z. 10
Sr
C
7
0
CD
aw
w �
a �
_ CD y O
y ,r
C1. 7 O CD
O (D O
0 O fj9 CD
C =_
3 CD >
D 0
�a � O
y ?
7 (n w
w (D
— CD Oa
(D m �` m
3w _w
p
(D m O.
(D G O O
CD a
n. 7 CD
_. a
y 1
O (D
7T-
CD a (D F
m Z 0
w a - 3
0
CD w
w y T
7 J
3 CD - A
CDd
(D' r
0.0
q
sop
�< 3
y o
(D CD 2 P
F 6
yw n5
O F ¢
0 0
O O
=:D
CD F
o 0
�_�
CL (0
7
s I-1
S
r
O
Z
v
O
Z
r
n_
C
m
C; zu
O
n �
m
o�
a
m
wn
N
VI ^w
�
n m
0
Z
T
z
r
n
EC
Z
—i
�J
of
11
\C
N
`
`
1 !
i
0
O
LL
LL
O
W
Q
LL
O
W
1G
C
fV/1
W
D
WW
Q Q
CL c
i O
F ~
J
J
co LL
W 2
4c 0
39 d
cc
O
LL
0 UJ
cc
00
x
W
t
S
O
S
m
W
F-
a
r,
a
W
0
FW
W
6
i
i
P.
5
LL.
r,
a
W
0
FW
W
6
i
i
Date
03F-3L8 SFNT TO:
❑ Mayor
� �A-
0 councilmen
"anager 6'RECEIVED
trAtterneY
USBOMW3
❑ rildg. Bit.
CenSery Dir.
❑ R 16 &
Dir
0 Fiannin Dir.
❑ Police c1liet
UNC,ONDI%tg'L WAIVER AND RELEASE UPON
PROGRESS PAYMENT
The undersigned has been paid and has received a progress payment in the sum
of $ for labor, services, equipment
or material furnished to
on the job of
located at
Description)
and does hereby release pro tanto* any mechanic's lien, stop notice or bond right
that the undersigned has on the above referenced job to the following extent. This
release covers a progress payment for labor, services, equipment or materials
furnished t Z-411'25WI120,67 through
(your Customer) (Date)
only and does not cover any retention or items furnished after that date.
Dated:
US RENTALS
(Cam ny Name)
m
v J
J. cha4211a-vacky
I/
Credit Manager
NOTICE TO PERSONS SIGNING THIS WAIVER: THIS DOCUMENT
WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU
HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS
DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT,
EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN
PAID, USE A CONDITIONAL RELEASE FORM."
ch ;-aa-tar as it goes.
Fors"6
u,-mush: --asmaY be
US RMM& W— P.O. BOX 8068. FOUNTAIN VAU&, CALIFORNIA 728-8068 92 , (714) 848-2428
CITY OF NEWPORT B BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 19, 1989
(714) 644 -3005
Gateway Landscape Construction, Inc.
6300 Indiana Avenue
Long Beach, CA 90805
Subject: Surety: Employers Insurance of Wausau, a
Mutual Company
Bonds No.: 0650 68 040416
Contract No.: C -2411
Project: Inspiration Point Landscape
Improvement and Bluff Restoration
The City Council of Newport Beach on August 14, 1989,
accepted the work of subject project and authorized the City
Clerk to file a Notice of Completion and to release the bonds
35 days after the Notice has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on
August 25, 1989, Reference No. 89- 456164.
sin erely,
Irene Butler
Assistant City Clerk
IB:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
DING REQUESTED BY AND
.a RECORDED RETURN T0:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
41EMPT RECORDING REQUEST PER
GOVERNMENT CODE ,6103
EXEMPT � RECEIVED
C8 1 18 NS
K
CF. oj�"CO ON
PUBLIC Vv�KS
8456164
RECORDED IN OFFIOLM RECORDS
OF ORANOR COUNTY, CAUFORNIA
3:00 AUG 2 5 1989
4 a. 96...,(RECORDER
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 28, 1989
the Public Works project consisting of Inspiration Point Landscape Tmnrovemant _
and Bluff Restoration - Contract No. 2411
on which Gateway Constructi
was the contractor, and Empl
was the surety, was completed.
I, the undersigned, say:
of
VERIFICATION
M OF NEWPORT �BFACH
,. )4G1
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 August 24 19.89 at Newport Beach, California.
ar'
:!v- N �V )Zh
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 August 14, 1989 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 A „g„Gt 24s t 9R9 at Newport Beach, California.
F"Wral-A - - '
=Wx-
0
A
•
August 14, 1989
CITY COUNCIL AGENDA
ITEM NO. F -12
EY Tf' f,ITY COUNCIL
CITY OF'iWc OIT 3EACI':
TO: CITY COUNCIL AUG 14 1989
._.._APP -11fim -
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF INSPIRATION..POINT LANDSCAPE IMPROVEMENTS AND BLUFF
RESTORATION - (C -2411)
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 the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
• The contract for the construction of the Inspiration Point pathway and
filling of the wave cut cave has been completed to the satisfaction of the
Public Works Department.
The Bid Price was $310,300.00
Amount of Unit Price Items constructed 316,163.75
Amount of Change Orders - 10,306.96
Total Contract Cost $305,856.79
The increase in the amount of the unit price items resulted from
additional debris to be hauled away and the need for additional rock rip -rap at
the bottom of the trail.
Six Change Orders were issued. The first, in the amount of $1,129.87,
provided for adjustment of the sewer main grade and construction of the
connection to a house lateral at the lower end of the pathway. The second, a
credit of - $1,900.00, provided for a reduction in the amount of color added to
the concrete for the path and walls. The third, in the amount of $1,350.00,
provided for a change in the bench material from Douglas Fir to Apitong, a more
durable species of wood. The fourth, a credit of - $7,700.00, provided for
• deletion of the plant materials at the request of the State Division of Parks.
The planting will be performed by a native plant specialist under separate
contract and under the supervision of the State Parks' staff. The fifth, in the
amount of $1,313.17, provided for the filling of an additional wave cut cave
found while excavating for those included in the contract. The sixth, a credit
of - $4,500.00, provided for the deletion of the hydro - seeding of the slope and
the maintenance thereof.
I
Subject: Acceptance of Inspiration Point Landscape Improvements and Bluff
Restoration - (C -2411)
August 14, 1989
Page 2
Funds for the project were budgeted in the General Fund, Account Nos.
02- 5588 -102 and 02- 7797 -314; and the Parks and Recreation Fund, Account No.
10- 7797 -070.
The contractor is Gateway Construction, Inc. of Long Beach.
The contract date of completion was November 11, 1988. The contractor
was delayed in starting by nearly one month while awaiting final approvals from
the various State agencies. Due to the limited access to the site, the pathway
construction was considerably more difficult and time consuming than had been
anticipated. In addition much of the alignment and grade was designed in the
field by the contractor and City's inspector as the work progressed. The work
was completed on March 28, 1989.
J,/u
Benjamin B. Nolan
Public Works Director
PD:so
•
1
Stop Notice •
NOTICE TO City of Newport Beach, City Controller
Now
PO Box 1768 Newport Beach, CA. 92658 -8915
(Public Body or Lender) I - 1'I
Of Public Job — file with office of controller, auditor, or other public disbursing officer whose duty Ris to �I
under provisions of the contract.) !&M �ftf
(If Private Job — file with responsible officer or person at office or branch of construction leer admma t e
construction funds.)
Prime Contractor: Gateway Construction
Sub Contractor (If Any) Gateway Landscape Construction
Owner or Public Body: City ot Newport Beach
Improvement known as inspiration Point, orchard/ocean, Newport Beacn
(name and address of pro leer or work of improvement)
in the City of Newport e . ach County I Orange
Stale of �a�forlda.
US RENTALS, INC. claimant,a Corporation
(Cfalmant) (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 company by whom claimant was employed or to whom claimant furnished labor, service,
equipment or materials is Gateway Landscape Construction
6300 Indiana, Long Beach CA 90805
(Name of Subronfraetor .n rmaor Owner- BulfdaI
The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant war
various rental equipment
(Describe In derail)
4,134.80
Total value of labor, service, equipment or materials agreed to be furnished .......... S
Total value of labor, service, equipment or materials actually furnished Is ........... S 4,134.80
Credit for materials returned, if any ........ ..... . .. ...... . .. ... $
Amount paid on account, If any .... . .. ....... . .... ............ $ — ° —
Amount due after deducting all just credits and offsets .... .. .. .. .. .... .... $ '
YOU ARE IIEREOY NOTIFIED to withh�ldls1facf" monies held by you on the above described project
to satisfy claimant's demand in the amount of $ ' 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 by la-.v.
A bond is not attached. (Bond required on private jobs — not on public jobs.)
/!f Is nor)
Date 7-31 -89
Name of Claimant US Rental Inc.
b am
y re 1 mana r
(ONLiaxerpacityl
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA
COUNTY OF 1 SS.
(Claimant or Representative)
being first duly sworn deposes and says that he Is
(Owner, JVrrna or Agent)
or
(Firm Name)
named as claimant in the foregoing claim; that he has
road said cWm and knows the wntents thereof, and that the
facts therein stated are true.
X
(Signature of AJJ'mnr) Date
Subscribed and sworn to before me this MR
day or . aa.,....,19-
0 councilmen
(Stgrorwe of Notary fLblrrb Attorney
Notary O Bldg. Dir.
Sump o (enSevv Dir.
❑f'u &RDir.
[3 planning Dir.
Original of above notice received this
BMDCA FORM 4IREV. 8-74)
VerincatlOn for Corpontlon
STATE OF CALIFORNIA
COUNTY OF Ogl eW&F 1 } SS.
,% /PrfAEL .4vi9CK
(Claimant or ReprcrenrotiveJ —
being tbrt duly ewom depoxs and says that _he Ism
� ��i _ ir/.r v19 662
(Official Cepadly)
or L/. S , K.ENTALS .SNC ,
the nor on
makes fhb i
has read ash
facts therew
day or
Notary
Stamp
(Exact Corporare Name)
the Contents thereof, and that
_� J __., '.1, / /br-
to before me this
,19—
OFFICIAL $M
'J,•_':; LISA MARIE JEFFERSON
NOTARY PUBLIC - CFLIFpnNA
...� PRINCIPAL OFFICE as
of
. -- air Commisian E* May ]1,1990
9—
t- - -- - - - - Auk -- - - - - -- - - - -- - - -- -
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
of owner, construction lender or public officer)
of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
has furnished or has agreed to
of the following
;v- ete
(Name and address)
erurce %—
8081 5
(labor, services, equipment, materials)
y 4 V
RECEIVED
JUL 20
l
HOLDER OF FUNDS.
(general description of labor, services, equipment or materials)
/ U>, �C.
to or forS�c ✓�e w 1 C o �c suit t o ICIt ti CA New 'A for the work Improvement, located at, or known as:
(name of Der//son to or for whom fur ished)� —� —//
CJfv\�QP (7reCt rcl V 11 Cv' ^C CA M(,L
(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 $ Ll 5 � 5 U
The amount in value of that already done or furnished by claimant is $ 51
Claimant has been paid the sum of $ and there remains due and unpaid the sum of $ X15% SCE
plus interest thereon at the rate of--/- cent per annum from 3 l 19(3 S_.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated:
STATE OF CALIFORNIA I
COUNTY OF ��^ a R - t ss.
swCKe'hll �w�cr((r`ati C °'^`'r�''�e
Name of Claimant
w a
J y v N '0 C, ,, of"
Mdress/of Claimant
A-K4,40 r+7 6 0 ri d -8vo -6
�w�g8F16,
4�njE'2 u nl
V, R
U10 /t (� /r/. e ft C CQ / c A 013Y 13000 O , being duly sworn, deposes
and says: That 6-he is the person(s) who signed the foregoing Stop Notice; that -$ he has read the same and knows the contents thereof
to be true of h2t�- own knowledge, except as to any matters or things that may therein be stated on he-Y, information and belief and
as to those matters and things the believes them to be true.
Subscribed and sworn to before me
this �.
day of � , 19�. ,!; , OFFICIAL SEAL
azz. 4= ?' WENDY LEE BURGIN
a' Notary Publk.- lnomfa
of ry Public and in and for said a ORANGE COUNTY
My Cofml. Esp. Mar. 12, 1981
1111+ standard form oovers mast usual poblma ha the field ludka uL Before yes sigh read ft, etl In all blanks,
STOP NOTfCE and make changes pop r to your trawaetlon. Consult a lawyer If yon dmbt the forma amass for your pvpse.
WOLCOTTS FORM 09- lauv. 1 -73 (price class al
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
't'ticr -<1-
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: September 16, 1988
SUBJECT: Contract No. C -2411
Description of Contract Inspiration Point Landscape Improvement
and Bluff Restoration
Effective date of Contract September 15, 1988
Authorized by Minute Action, approved on August 22, 1988
Contract with Gateway taeidscape Construction, Inc.
Address 6300 Indiana Avenue
Long Beach, CA 90805
Amount of Contract $310,300.00
(mot "(-e, '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
NOTICE INVITING BIDS
0
CITY CLERK
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 12th day of August , 1988,
at whi tcTi —ime such bids sFa T be opened and read for
INSPIRATION POINT LANDSCAPE IMPROVEMENT AND BLUFF RESTORATION
Title of roject
wo
woo
V
2411
Contract No.
$225,000
Engineer's Estimate
. •
"��
0 VV-
Approved by the City Council
this 25th day of July , 1988.
Wanda G �a
E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Lloyd Dalton at 644 -3311.
Project Manager
' • PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INSPIRATION POINT LANDSCAPE IMPROVEMENT AND BLUFF RESTORATION
CONTRACT NO. 2411
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete this Contract No. 2411 in
accordance with the Plans and Special Provisions, and will take in full payment therefor the
following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization, removals, etc.
@ Thirty Thousand------------- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- -Cents
Per Lump Sum
2. Lump Sum Portland cement concrete plug
@ One Thousand ---------------- - - - - -- Dollars
and
No/ 100------- ---------------- - - - - -- -Cents
Per Lump Sum
3. 600 Soil- cement bluff restoration
Cubic Yards
@ One Hundred Twenty Five----- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- -Cents $ 125.00 $ 75,000.00
4. 100 Offside disposal of unclassified
Cubic Yards excavation
@ Forty-------- --------------- - - - - -- -Dollars
and
No/ 100---------------------- - - - - -- --Cents $ 40.00 $ 4,000.00
Per Cubic Yard
l
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5.
120
Portland cement concrete grouted
Tons
riprap
@ One Hundred Seventy Five--- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- Cents
$ 175.00 $ 21,000.00
Per Ton
6.
Lump Sum
Sanitary sewer relocation
@ Fifteen Thousand----------- - - - - -- Dollars
and
No/ 100------------ ---------- - - - - -- -Cents
$15,000.00
Per Lump Sum
7.
Lump Sum
Portland cement concrete path, wall,
steps, seating, slab, drains, etc.
@ Ninety Five Thousand------- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- Cents
$ 95,000.00
Per Lump Sum
8.
Lump Sum
Sandstone boulders
@ Seven Thousand five Hundred - - - - -- {Dollars
and
No/ 100---------------------- - - - - -- -Dents
$7,500.00
Per Lump Sum
9.
4
Douglas Fir bench with backrest
Each
@ Eleven Hundred------------- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- -Cents
$ 1,100.00 $ 4,400.00
Per Each
10.
3
Douglas fir flat bench
Each
@ Eight Hundred-------------- - - - - -- -Dollars
and
No/ 100---------------------- - - - - -- -Dents
$ 800.00 $ 2,400.00
Per Each
11.
Lump Sum
Irrigation system
@ Thirteen Thousand---------- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- -Dents
$13,000.00
Per Lump Sum
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
12. Lump Sum Plant materials
@ Sixteen Thousand----------- - - - - -- Dollars
and
No/ 100--------------------- - - - - -- --Cents
Per Lump Sum
13. Lump Sum Hydromulch
@ Twelve Thousand ------------ - - - - -- Dollars
and
No /100--------------------- - - - - -- Cents
Per Lump Sum
14. Lump Sum Construction survey staking
@ Three Thousand ------------- - - - - -- Dollars
and
No/ 100--------------------- - - - - -- -Cents
Per Lump Sum
15. Lump Sum Siltation and surface water control
@ Two Thousand --------------- - - - - -- Dollars
and
No/ 100--------------------- - - - --- -Cents
Per Lump Sum
16. Lump Sum Irrigation, plant and hydromulch
maintenance period
@ Nine Thousand-------------- - - - - -- -Dollars
and
No/ 100---------------------- - - - - -- Cents
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS
$ 16,000.00
$ 12,000.00
$ 3,000.00
$ 2,000.00
$ 9,000.00
Three Hundred -Ten Thousand -Three Hundred------- - - - - -- Dollars
and
No/ 100------------------------------------------ - - - - -- -Dents $ 310,300.00
August 12, 1988 ,, Gateway Construction, Inc.
Date Bidder
213- 422 -3348
Bidder's Telephone Number
s /Gerald T. Sullivan /Vice President
Authorized Signature /Title
453491 "A" & C -27 V'6300 Indiana Avenue, Long Beach, CA 90805
Contractor's License No. & Classification Bidder's Address
• 0
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 SUBCONTRACTORS)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of 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.
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
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 respon-
sible for bidder errors and 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 a
corporate officer or an individual authorized by the corporation. For part-
nerships, 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
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 relating 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.
453491 "A" .& C -27
Contr's Lic. No. & Classification
Gateway Construction, Inc.
Bidder
Page 2
s /Gerald T. Sullivan/ Vice President
Authorized Signature /Title
• Page 3
IGNATION 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.
Subcontract Work Subcontractor Address
I. Grading MJS Construction, Inc. long Raarh
2. Concrete MJS Construction,_ Inc. long Raarh
3. Landscape & Irrig. Consolidated Landscape Syr-- laguna Hillc
4.
5.
6.
7.
8.
9.
10.
11.
12.
Gateway Construction. Inc.
Bidder
s Gerald T. lliv n t
Authorized Signature Tit e
�. Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Gateway Construction, Inc. , as bidder,
and Employers Insurance of Wausau, A Mutual Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the amount bid in 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
Inspiration Point Landscape Improvement & Bluff Restoration 2411
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 to said City 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 contract documents for execution to the above bounden bidder by
and from said City, 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 individual,
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 12th day
of August 19 88.
Gateway Construction, Inc.
(Attach acknowledgement of Bidder
Attorney -in -Fact)
Mona M. Yasmineh
Notary Public
Commission Expires: 4 -24 -92
s /Gerald T. Sullivan /Vice President
Authorized Signature /Title
Employers Insurance of Wausau
A Mutual Company
Surety
By s /Paul G. Rusch
Title Attorney -in -Fact
I
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 hand sworn to Auguste me
this day of ,
1966 .
My commission expires:
April 24, 1992
Gateway Construction
Bidder
Page 5
s /Gerald T. Sullivan /Vice President
Authorized Signature /Title
s /Mona M. Yasmineh
Notary Public
0
w
Page 6
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
1988 City of Los Angeles Mr. Gil Flores
Gateway Construction Inc.
Bidder
s /Gerald T. Sullivan /Vice President
Authorized Signature /Title
4
N O T I C E
The following are 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 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Reaister Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Key Ratin Guide: Pro ert - Casualt .
Coverages shall be prove ed or all TYPES O N URANC 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 edition
adopted for use in the City oT Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
Page 7
BOND NO. 0650 68 04041
} PREMIUM INCLUDED IN PEWRMANCE Page 8
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 22, 1988
has awarded to Gateway Construction, Inc.
hereinafter designated as. the "Principal ", a contract for
Inspiration Point Landscape Improvement & Bluff Restoration 2411
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, or other supplies used in, upon, for, or about the performance 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 GATEWAY CONSTRUCTION, INC.
as Principal, and EMPLOYERS INSURANCE OF WAUSAU, A MUTUAL COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
THREE HUNDRED TEN THOUSAND =1"�}II2 €E. HUNDRED ,ANJX1i0/100 ---- Dollars ($310',300 Ofd- ),
said sum being equal to 100% 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, or other supplies,
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 Unemploy-
ment 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.
The 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
r Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 31st day of August 19 as .
* GATEWAY CONSTRUCTION, INC. (Seal)
Name of Contractor Principal
Aut ized VgbatLre and Title
oA� \� Ga�rCla Scc _
Authorized Signature and Title
EMPLOYERS INSURANCE OF WAUSAU,
A MUTUAL COMPANY (Seal)
Name of Surety
550 CALIFORNIA STREET, SAN F
Addre s of Surety
Sig ure and Title oT-Auth8rized Agent
Gab
fie le Simpson, Attorney -in -Fact
ddress of Agent
Telephone No. of Agent
f
O
U
N
ro 0
H H
w �
H
V �
w o
0
u o
N 0
N ,UCI C
O7 Ol N
A N
C
N 1p C
M O
C L
v � v
A N 0
ji4
° 41
}a U w
w W O
Ul N V
A b U
sroi m w
N N ,
OD
�I m ° >1
(0 Ul
4 N 0
s, Id ro o
ro ro A +�
v C �
o v a
N A
v
Q) a N
.a m ro
+ a a
o ,1
"a C
1 v v
ro
u o p
cn u u
N
b ro [
4 y o C
N
0 w 41
0,
C O 3
44 w N ,OC
@ J
0
O b
4 o ro
ro u v
Cd o U
-1 X N
M �
m Q, N 3
.Cq y>1 a a
B N N
c o v v
o z a a
x 0
u o
a�
1a U
ro ro
A N
� v
E 0
0
u° �
N O
b+ A
ro
N N
o '
Syrw
O
ro O
rcl -H
ro�j
H
0
ro N
v v
9 "
0 ro
m
m
�c
U
o �
V'�mi2
OOCC �g_E
ro
v
N
ro
U
U
.W
LW
0
O
ru
b
a
ro
C
4
m
z
F
H
3
ro
0
O
w
ro
U
W
O
Y
r.
.J ..7
C �
J
h C
v r
r
'n O
v1 :J
I !
F m
N
I G ro
Iw i�
O •r. u
00 I
U u C G C
i o
a o 1, v,
C 7 r, N .
O O u
u^_ u
o G v v
` G G u u U
C { G l U
a!
w G C U I
C N, O :1 M''v
ro Blrn Nip 1
'N'EMIU
I.�+, E •--1 C I 1
0-1 w
I U i N
I3. I m M
b 1 G a H n
ri I O I V
m N u
OP
O .0 u
` {�Y
wd
0. 1
1
ro w
C
v
C L'
m u u
I�
7 I
v IF
^ c
ro Ir.
'
y u
�: rl
:1
�. •ro G
H U
0 F
`-+ G O
r
IF
i�
'c
I V.
I
u
!c
CI N
yN,.
I,
O I y
I.0
�C
C m
SN m
"two v
GG p,
p n
Ulm wd
Qa �
�zr aE
pO� g
1 �QM`y.iz
G.
0 0
1u
a
ic
C4
O
U
0 0
rl C,
CO—
td
O!
E: r
94
C 0 m
1u
a
ic
C4
rl C,
.+ 5 BOND NO. 0650 68 040416 • Page 10
PREMIUM: $3,100.00
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 22, 1988
has awarded to Gateway Construction, Inc.
hereinafter designated as the "Principal ", a contract for
Inspiration Point Landscape Improvement & Bluff Restoration 2411
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
GATEWAY CONSTRUCTION, INC.
as Principal, and EMPLOYERS INSURANCE OF WAUSAU, A MUTUAL COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
THREE HUNDRED TEN THOUSAND -THREE 11WE0oAND(*0t3pQ4, -- Dollars ($3 38 0- _ = = =_),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal„
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
r
! • Page 11
i
Faithful Performance Bond (Continued)
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.
A
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 31st day of August , 19 Ss
a
GATEWAY CONSTRUCTION, INC. (Seal)
Name of Co ract r rincipal)
G Q,,z, Ott: V
, Auth ized � land Ti le
'
C-
Authorized to
Authorized Signature an-d c Title
j EMPLOYERS INSURANCE OF WAUSAU,
A MUTUAL COMPANY (Seal)
Name of Surety
550 CALIFORNIA STREET, SAN FRANCISCO -
Address of Surety
-4j
Siyiafu e and Title of A-uthorlyed Agent
Gablr4eld Simpson, Attorney -in -Fact
Address of Agent
Telephone No. of Agent
'?
gmoo°;
3y >�;
m non''
11��r
n {D�
'L
0
a
n
y
C
o•
r
n
n
w
n
m
O
n
:J
V
0
K
O
a
F�_-Wm
a" a
n
? w
m a
n
X,
m r
n
n W L
m
O n
n H
O
O' rn
�•1 S
m w H
E
w 0
m
o n
m
w m a
3
n m M
00
w m-
m a
r
c
M Q•
' n>
m �-• M
n
CL
m y C
P•
n 7
7
w r
O
m
w
n <
a
n n O
n
K N
m
o a• of
m R n
r m
n o
n r
w µ 3
7
n k 3•
a
w
m
Go _
0 m
e -j P.
8
<
m
m O
f O
m
`
m
M
m
m
Ilp(
Gm
0 m
N
K M
N O d
a m
as
�
c
m w w
n a
N a r a
a n
c n r a
cn
K O
m
cYm `G
m
N
>t
N v N
b
n m
n
ry n a o
m m
m rt
c
K o o r
a B
H
n
7 £ a
IO
n 3
m
m cr a-
z m
W `<
m
Oim
M
n O
n
O m
w
n n w
n
0 S H
H f
n C 3
n m 0
Cl.
N n rrn
-
M
X
C m m
n p
m
3 E a a
a n
a
m n
7 0 0 n m
m l
<
m
O O
MIco
w a m
ico
a w i
o l
m a
1
t
n tn
O H
c>
G H
H ;+7
0
O M
M
n
rr
> H
ro O
>z
H
7
n cr C)
0 -4
0 m
C)
tv
D
0
>>
ol
;Pt
r,
x
�00
01,
z
i
i -
—Z >
c
n
0 0 rt w PI
Eg
H.
0
:3
co
i }
§
rt
/
� [
�
j � PU
\ \
/E k
E &
�,[[
\)(`
P) 0 CD Fl-
� !
%skR ma
{
|
\ ! R
) � [
{ [
E & %
\ & /
0 [ «
2 0 &
( }10 E
\
\
( `
� / (
� \ /
\) �
[ / �
/ § \
\ \
rt
rl
(\
}([
� � ƒ
a \ {
* �
([ }
\m
a&
\(
>(
(
No. 206 -043- 0 0 053
EMPLOYERS SURANCE OF WAUSAU A Aual Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the
laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin,
has made, constituted and appointed, and does by these presents make, constitute and appoint
Gabriele Simpson
its true and lawful attomey -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute,
seal, acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRIT-
TEN OBLIGATIONS IN THE NATURE THEREOF.
Y
_Z
Q
W
and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with
Z the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said
tY attorney -in -fact may do in the premises.
This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company
LLI
Q at a meeting duly called and held on the 18th day of May. 1973, which resolution is still in effect:
C ` RESOLVED, thatthePresidentand any Vice President — elective orappointive — of EMPLOYERS INSURANCE OF
WAUSAU A Mutual Company be, and thateach of them hereby is, authorized to execute powers of attorney qualifying
O
the attorney named in the given power of attorney to execute on behalf o(f:MPLOYERS INSURANCE OFWAI MU
Z AMutual Company bonds, undertakings and all contracts of suretyship; and that anysecretary or assistant secretary
be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to
U) attach thereto the seat of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"
p "FURTHER RESOLVED, that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF
n WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by
facsimile, and any such power of attorney or certificate hearing such facsimile signatures and facsimile seat shall be
Z valid and binding upon the EMPLOYERS INSURANCE: OF WAUSAU A Mutual Company when so affixed and in
uJ the future with respect to any bond, undertaking or contract of suretyship to which it is attached'
2 IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to he
u 1st
Qsigned by the senior vice president and attested by its secretary, and its corporate seal to be hereto affixed this
r day of March 19-3-3— Z � EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
Z By
Q f\ SEAT it I_ J. Baumer Senior Vice President
Attest:
W
�Z
O R. J. Wendorff Secretary
Q STATE OF WISCONSIN )
O ss.
COUNTY OF MARATHON )
tr
uJ On this 1st day of Na rch 19 83 before me personally came
0O L. J. Hamner to me known who being by me duly sworn, did depose
a. and say that he is a senior vice president of the EMPLOYERS INSURANCIi OF WAUSAU A Mutual Company, the
p corporation described in and which executed the above instrument- that he knows the seal of said corporation; that the seal
::1 affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation
Q and that he signed his name thereto by like order.
> IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and yearherein first above written.
0
Notary Public
R. J. Wendorff
cn NOTARY PUBLIC
STATE OF WISCONSIN
MY COMMISSION IS PERMANENT
CERTIFICATE
STATE OF WISCONSIN )
CITY OF WAUSAU ) ss.
COUNTY OF MARATHON )
I, the undersigned, senior vice president of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin
co oration do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A
VAkLIDATiNG STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force end has not
been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force.
Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin, this .— 31St day of _-
o AuquSt ,19 8S pp
N cyw4rt•
SEA } L J. Baumer Senior Vice President
NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY,
CALL TOLL FREE (800) 826 -1661. (IN WISCONSIN, CALL (800) 472. 0041).
• • CERTIFICATE OF INSURANCE , 'Page 12
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
Gateway Landscape Cons
46 Rickenbacker Circle
Livermore, CA. 94550
A Nationwide Mutual Insurance Co.
B
C
D
E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Policy
Exp.
Date
LIMITS OF LIABILITY
IN THHOUS
D
Each
Ag . ro uc s
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
xJ Premises - Operations
x Explosion 8 Collapse Hazard
x Underground Hazard
x Products /Completed Operations
74 -PR
506-
405 -
0001
9/1/8
Bodily Injury
Property Damage
$ 2,000,
$ 2,000,
$2,000,
$2,000,
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$
$
x Broad Form Property Damage
x Independent Contractors
Personal Injury
$2,000,
x Personal Injury
Marine
Aviation
AUTOMOTIVE LIABILITY
A
❑x Comprehensive Form
❑x Owned
74 -BA
506 -
405-
9/1/8C
Bodily Inju
Each Person
$
$
r y n ury
Each Occurrence
Hired
0002
ro e ma e
5odily injury an
Property Damage
❑x Non -owned
Combined
$ 2,000,
A
EXCESS LIABILITY
® Umbrella Form
74 -CU
9/1/8S
Bodily Injury
❑ Other than Umbrella Form
506-
and Property
Damage Combined
$ 1,000,1$
1,000,
WORKERS' COMPENSATION
EMPLOYER'S LIABILITY
0003
Z41JC
9/1/8
Statuto ry
1
11
100
Ea Accident
[[[]]] LDNGSHOREMEN'S COMPENSATION
550066
tatutor
NOTE: The Comprehensive General Liability Al 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.
By:
Agency: Keltie McCloskey
Date: September 9, 1988 Telephone: 946 -5504
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:
Inspiration Point Landscape Improvement & Bluff Restoration (C -2411)
ro ect t e an Contract umber
NOTICE: 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.
,-
Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( X) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
$ each occurrence
$ 2,000,000 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Inspiration Point Landscape Improvement & Bluff Restoration
Project Title and Contract No. Lon tract —
This endorsement is effective 9/1/88 at 12:01 A.M. and forms a part of
Policy No.7_4RA506 -405 -000
Named Insured Gateway Landscape Construction, Inc -Endorsement No. ]
I/n y. , A /
Name of Insurance Company Nationwide Mutual
Keltie McClos
v r'7
CITY OF NEWPORT BEACH
• Page 14
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of 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 nold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
()) Multiple Limits
Bodily Injury Liability $ 2,000,000 each occurrence
Property Damage Liability $ 2,0Q0,000 each occurrence
( ) Single Limit
Bodily Injury Liability $ each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Inspiration Point Landscape Improvement & Bluff Restoration
Project Title and Contract No. -
This endorsement is effective 9/1/88 at 12:01 A.M. and forms a part of
Policy No. 74PR506- 405 -OODr
Named Insured Gateway Landscape Construction, Inc. Endorsement No. 1
Name of Insurance CompMtionwide Mutual By
Auphorizea Repres n ati e
Keltie McCloskey k5
CONTRACT
0 Page 15
THIS AGREEMENT, entered into this day of ' , 19 001
by and between the CITY OF NEWPORT BEACH, hereinafter "City, n
Gatewa Construction Inc. , hereinafter "Contractor, "is made with
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
i
& Bluff Restoration 2411
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:
iration Point Landscape Improvement & Bluff Restoration 2411
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 _
u n i nuu�ww -r.u+ 'loss � °_wssr�:�vv:�ry /
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)
rte,
% :,MEN / /,
i
Page 16
(f) Plans and Special Provisions for
Inspiration Point Landscape Improvement & Bluff Restoration 241 TT
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the,day and year first above written.
ATTEST:
i
ate! -I .
CITY
By
Ur CITY
APPROVED AS TO FORM: c'�t11:0 R04\P
City Attorney Name Contra ( ci
v�Q'
Auth rued �5jgna4Wrc and 'title
Authorized Signature and Title
• CITY OF NEWPORT BEACH•
PUBLIC WORKS DEPARTMENT
INSPIRATION POINT LANDSCAPE IMPROVEMENT AND BLUFF RESTORATION
CONTRACT NO. 2411
INDEX TO
SPECIAL PROVISIONS
SECTION PAGE
I SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
II. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 1
III. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . . . . . . . . 1
IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . 1
V. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . 2
VI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VII. CONSTRUCTION SURVEYING AND STAKING . . . . . . . . . . . . . . . . 2
VIII.
SILTATION AND SURFACE WATER CONTROL . . . . . . . . . . . . .
. . . 2
I
IX.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 3
X.
CONSTRUCTION ACCESS ACROSS PARKING LOT . . . . . . . . . . .
. . . 3
XI.
EQUIPMENT AND MATERIALS STORAGE . . . . . . . . . . . . . . .
. . . 3
XII.
"NO PARKING, TOW -AWAY SIGNS" . . . . . . . . . . . . . . . .
. . . 3
XIII.
BEACH ACCESS TRAIL . . . . . . . . . . . . . . . . . . . . .
. . . 4
XIV.
CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
A. Removals . . . . . . . . . . . . . . . . . . . . . .
. . . 4
B. Soil- Cement . . . . . . . . . . . . . . . . . . . . . .
. . . 4
1. General . . . . . . . . . . . . . . . . . . . . . . .
. . . 4
2. Onsite Soil . . . . . . . . . . . . . . . . . . . . .
. . . 5
3. Cement . . . . . . . . . . . . . . . . . . . . . . .
. . . 5
4. Water . . . . . . . . . . . . . . . . . . . . . . . .
. . . 5
5. Mixing . . . . . . . . . . . . . . . . . . . . . . .
. . . 5
6. Bonding . . . . . . . . . . . . . . . . . . . . . .
. . . 5
7. Keying . . . . . . . . . . . . . . . . . . . . .
. . . . 6
8. Compacting . . . . . . . . . . . . . . . . . . . . .
. . . 6
9. Finishing . . . . . . . . . . . . . . . . . . . .
. . . . 6
B. Grouted Riprap . . . . . . . . . . . . . . . . . . . .
. . . . 6
1. General . . . . . . . . . . . . . . . . . . . . . .
. . . . 6
2. Rock ...........................6
3. Concrete . . . . . . . . . . . . . . . . . . . . .
. . . . 6
4. Water . . . . . . . . . . . . . . . . . . . . . . .
. . . . 6
5. Placement . . . . . . . . . . . . . . . . . . . . .
. . . . 7
6. Payment . . . . . . . . . . . . . . . . . . . .
. . . . 7
XV.
IRRIGATION, PLANT AND HYDROMULCH MAINTENANCE PERIOD. . . .
. . . . 7
. • SPIof8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INSPIRATION POINT LANDSCAPE IMPROVEMENT AND BLUFF RESTORATION
CONTRACT NO. 2411
SPECIAL PROVISIONS
I. SCOPE OF WORK
The work to be done under this contract includes the construction/
reconstruction of slope restoration, grouted riprap, sanitary sewer,
beach path, walls, steps, slab, seating, boulders, irrigation, plant
materials and hydromulching, and performing other incidental items
ofwork as necessary to complete the work.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawings
No. P- 5113 -S and No. M- 5241 -S), (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction (1988
Edition) and (4) the Standard Specifications for Public Works
Construction (1988 Edition), including supplements. Copies of the
Standard Special Provisions and Standard Drawings may be purchased at
the Public Works Department for Five Dollars ($5). Copies of the
Standard Specifications may be purchased at Building News, Inc.,
3055 Overland Avenue, Los Angeles, CA 90034.
II. AWARD OF CONTRACT
The award of this contract is anticipated to occur on August 22, 1988.
III. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of award, the Contractor shall posess a General Engineering
Contractor 'A' license, a Specialty Concrete Contractor C -8 license, or
a Specialty Landscaping Contractor C -27 license.
IV. TIME OF COMPLETION AND CONSTRUCTION SCHEDULE
All work under this contract except for the irrigation, plant and
hydromulch maintenance period, shall be completed by November 11, 1988.
There shall be no work performed from the Corona del Mar State Beach
parking lot during weekends or holidays.
• • SP2of8
The Contractor's proposed construction schedule submittal to the Engineer
shall detail and satisfy the provisions specified herein. The intent of
this Section is to emphasize to the Contractor the importance of
prosecuting the work in a pre - planned, continuous and expeditious manner so
that the final items of work, planting and hydromulching, may be completed
well in advance of winter storms, and so that hydromulch materials may
germinate and establish root structure prior to winter storms.
The Contractor shall employ sufficient personnel, subcontractors and
equipment to meet the approved construction schedule. If it becomes
apparent during the course of the work that the Contractor will not be able
to meet the approved schedule, he shall employ extra personnel and
subcontractors so he will be able to maintain the approved schedule.
V. LIQUIDATED DAMAGES
Commencing on November 11, 1988, the Contractor shall pay to the City, or
or have withheld from monies due the Contractor, the daily sum of $250 in
lieu of the daily sum of $100 shown in Section 6 -9 of the Standard
Specifications.
VI. PAYMENT
The unit or lump sum price bid for each item of work shown in the
Proposal shall be considered as full compensation for all labor, equip-
ment, materials, and all other things necessary to complete the work in
place, and no additional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the
proposal (e.g., removals, sewer bypassing, sandblasting, concrete color,
etc.) shall be included in the unit prices bid for the appropriate items of
work.
The substitution of securities for any payment withheld in accordance
with Section 9 -3.2 of the Standard Specifications is permitted pursuant
to Government Code Sections 4590 and 14402 -5.
VII. CONSTRUCTION SURVEYING AND STAKING
Surveying and staking for control of construction shall be provided by the
Contractor, and shall be under the supervision of a civil engineer or
surveyor registered in the State of California. Staking shall be performed
on all items ordinarily requiring grade and alignment at intervals required
by the trades involved in order to meet the tolerances for alignment and
grade specified herein. Existing property corners and survey ties adjacent
to removals shall be protected and maintained.
VIII. SILTATION AND SURFACE WATER CONTROL
The Contractor shall sandbag, retain in settling basins, etc. all surface
runoff water containing mud, silt, or other deleterious material from the
project site sufficient to prevent such waters from eroding bluff soils and
construction materials into the ocean.
IX
XI
• SP3of8
Prior to commencing construction, the contractor shall submit a plan for
implementing siltation and surface water control concurrently to the
Engineer and to the California Regional Water Quality Control Board, Santa
Ana Region (6809 Indiana Avenue, Suite 200, Riverside, California 92506,
(714) 684 -9330. Upon approval of the plan by the Engineer and the Board,
the contractor shall be responsible of the implementation and maintenance
of the control facilities.
The cost for providing siltation and
permits therefor, for complying with
for providing and installing erosion
the lump sum price bid for Siltation
WATER
surface water control, for obtaining
the provisions of said permits, and
control blanket shall be included in
and Surface Water Control.
If the Contractor elects to use City's water, he shall arrange for a
meter and tender a $500 meter deposit with the City. Upon return of
the meter in good condition to the City, the deposit will be returned
to Contractor, less a quantity charge for water usage.
X. CONSTRUCTION ACCESS ACROSS PARKING LOT
One suggested route of access to work site is across the parking area and
beach sand of the Corona del Mar State Beach. The Contractor may place,
and shall maintain and remove, upon completion of construction, a
trafficable mat on the beach sand. All costs associated with construction
access shall be included in the bid item for Mobilization, removals, etc.
EQUIPMENT AND MATERIALS STORAGE
The Contractor may store equipment and materials for this project in an
orderly manner at the eastermost end of the Corona del Mar State Beach
parking lot and /or within Ocean Boulevard parking lanes. The security and
protection of said equipment and materials, and the repair of damage
induced by construction activity upon said parking lot, shall be the sole
responsibility of the Contractor.
XII. "NO PARKING, TOW -AWAY SIGNS"
Where any restrictions mentioned necessitate temporary prohibition of
parking during construction, the Contractor shall furnish, install, and
maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted
"NO PARKING" signs) which he shall post at least forty (40) hours in
advance of the need for enforcement. In addition, it shall be the
Contractor's responsibility to notify the City's Police Department, Traffic
Division, at (714) 644 -3740, for verification of posting at least 40 hours
in advance of the need of enforcement.
• SP4of8
The signs shall (1) be made of white card stock; (2) have minimum
dimensions of 12 inches wide and 18 inches high; and (3) be similar in
design and color to sign number R -38 of the Caltrans Uniform Sign Chart.
The Contractor shall print the hours, days and date of closure in
2- inch -high letters and numbers. A sample of the completed sign shall be
approved by the Engineer prior to posting.
All costs associated with "NO PARKING, TOW -AWAY SIGNS" shall be included in
the bid item for Mobilization, removals, etc.
XIII. BEACH ACCESS TRAIL.
The beach access trail may be closed during the construction period and
during the irrigation, plant and hydromulch maintenance period. Closure and
beach access control shall comply with the Work Area Traffic Control
Handbook, Section 7 -10 of the Standard Specifications, and the requirements
set forth herein.
The Contractor shall submit to the City for approval his proposed beach
access control plan. The Contractor shall be full responsible for any
control plan utilized, for conformance with his intended construction
schedule and staging, and for providing for its proper implementation and
maintenance.
All costs associated with beach access control shall be included in the bid
item for Mobilization, removals, etc.
XIV. CONSTRUCTION
A. Removals
In addition to the removals specified on the Plans, the Contractor
shall remove and dispose of the existing 3" thick A.C. Beach trail
pavement, existing rock protection under and adjacent to bottom beach
trail, and existing chain handrailing adjacent to trail and overlook.
The City will salvage and remove benches, signs and refuse containers
from the site prior to the start of contract work.
B. Soil - Cement
1. General
Soil - cement shall consist of soil, Portland cement and water which
conforms to the requirements of Section 301 -3 of the Standard
Specifications except as modified by these Special Provisions.
• • SP5of8
2. Onsite soil
A "Soil Stablization Study," plus Addendum, is attached hereto and
is hereby made a portion of these Special Provisions. In
accordance with the recommendations contained in the Study, the
Contractor may include most soils obtained from the access path
excavation in the soil- cement mixture.
There is an adequate volume of onsite soil excavation to provide
for the soil- cement mixture. The excess of the soil excavation
shall be the Contractor's responsibility to load, transport and
dispose of offsite in accordance with Section 300 of the Standard
Specifications. Payment for excess of soil excavation shall be
made at the contract unit price of Offsite Disposal of Unclassified
Excavation.
The Engineer will be the sole judge as to the suitability of
excavated soil for the soil- cement mixture. Soil characterized by
and found near borings 7 and 11 (see Appendix D of the Study) is
declared unsuitable for the mixture, and will constitute a portion
of the Unclassified Excavation that shall be disposed of offsite.
3. Cement
Cement shall be Type I /11 low alkali portland cement added to
suitable onsite soil at the rate of 310 pounds per cubic yard for
soil- cement to be placed below Elev. 14 and 240 pounds per cubic
yard for soil cement to be placed above Elev. 14 (MSL datum).
4. Water
Fresh water shall be added to the soil- cement mixture as necessary
to maintain maximum compacted density. The laboratory maximum
density was obtained at 8.5 percent moisture; however, due to
variations in the soil- cement mixture, optimum moisture content
shall be determined by the Engineer during construction.
5. Mixing
Mixing may be performed in a central plant or onsite. Onsite mixing
shall be performed at the 45- foot - elevation landing, and not in the
cave - tunnel or on the adjacent slope. The soil- cement mix shall
then be chuted or bucketed from the landing down to the cave - tunnel
or adjacent slope.
6. Bonding
The surface of each compacted layer of soil- cement shall be kept
moist and clean until it is covered with the next layer. Where a
layer will become dry, such as overnight, the Contractor shall
scarify the layer to 112 inch minimum depth, then moisten the
surface and dust the scarified surface with-approximately 1 pound
per square yard of dry cement immediately prior to placement of the
succeeding layer.
' • SP 6 of 8
1
7. Keying
The perimeter of the soil- cement bluff restoration shall be keyed
into the existing bluff. The key shall be a 1 foot deep perpen-
dicular cut into the bluff at the perimeter of the bluff restora-
tion.
The contact between the soil- cement and the existing bluff,
including the key, shall be moistened and dusted with approximately
1 pound per square yard of dry cement immediately prior to
placement of soil - cement against the bluff.
8. Compacting
Soil- cement placed in 6 -inch maximum horizontal lifts and densified
to 95% minimum relative compaction.
9. Finishing
The surface of the bluff restoration shall be compacted, shaped,
trimmed and finished to a uniform, curvilinear surface which blends
smoothly into the existing bluff surface at the key.
C. GROUTED RIPRAP
1. General
Grouted riprap shall consist of quarry rock, conforming to the
requirements of Section 200 -1.6 of the Standard Specifications and
and portland cement concrete grout.
2. Rock
Quarry Rock gradation shall contain sizes larger than the
following:
114 ton - 0 to 5 percent
200 lb. - 50 to 100 percent
75 lb. - 90 to 100 percent
3. Concrete
Portland cement concrete shall be Class 520 -A -2500.
4. Water
Fresh water content shall be such as to permit flow of concrete into
rock interstices as determined by the Engineer during contruction.
5. Placement
• SP 7 of 8
Rock shall be clean and moistened prior to placing concrete.
Concrete shall be placed directly over the rock and spaded and
rodded such that all rock is encapsulated into the riprap matrix.
Outer rock shall project } of their size above the concrete
surface, and shall be broomed clean of loose concrete.
6. Payment
Payment will be per ton of rock grouted into the riprap.
XV. IRRIGATION, PLANT AND HYDROMULCH MAINTENANCE PERIOD
Contractor shall provide all labor, materials and equipment to perform work
during the Irrigation, Plant and Hydromulch Maintenance Period, as specified
herein, including but not limited to; adequate watering of plant material,
replacing unsuitable plant material, controlling weeds, rodents and other
pests, operating and mantaining the irrigation system, etc.
The maintenance period shall extend for ninety (90) consecutive calendar
days. Following inspection of planting operations, including hydromulching,
the Engineer shall notify the Contractor in writing to establish the
effective beginning date of the maintenance period.
The maintenance period may be extended by the Engineer if the planting areas
are improperly maintained, appreciable replacement is required or other
corrective work becomes necessary.
Contractor shall be responsible for maintaining adequate protection of the
site. Costs incurred due to damage or replacement shall be the
responsibility of the Contractor.
Contractor shall apply spray chemicals when air currents are still;
preventing drifting onto adjoining property and preventing any toxic
exposure to persons whether or not they are in, or near, the project.
All areas of the site, including, but not limited to concrete walks and
slabs and sand, shall be kept clean and free of weeds, litter and debris
Contractor shall operate the irrigation system automatically and shall
properly and completely maintain all parts of the irrigation system.
Contractor shall deliver water in sufficient quantities and adjust water
application to compensate for seasonal conditions.
• • SP 8 of 8
Before weeds exceed two (2) inches in height, they shall be removed and
disposed of off -site. Serious weed pests (i.e. blackberry, nut sedge or
bind weed) shall be sprayed with Roundup, as manufactured by Monsanto Co.,
or approved equal, at the rate of five (5) quarts per acre and left in place
for (7) calendar days. Application shall be as recommended by manufacturer.
As determined by the Engineer, a second application of Roundup shall be made
seven (7) calendar days after the first application. With both
applications, areas sprayed shall remain unwatered for a minimum of
forty -eight (48) hours. Dead weeds shall be removed seven (7) calendar days
after second application and disposed of off -site.
If the Engineer notifies the Contractor of failure to control weeds as
specified herein, the Contractor shall kill all weeds within ten (10)
calendar days of such notification. Maintenance period will be extended for
every day after the ten (10) calendar days until such weeds have been
killed.
Hydromulch areas shall be established with a uniform 80% germination,
healthy vigorous growth and to a minimum of two (2) inches in height. Costs
incurred for repair or replacement of bare, sparse or damaged areas shall be
the responsibility of the Contractor.
Upon completion of the maintenance period, Contractor shall request an
inspection of construction: The request shall be made to the Engineer a
minimum of seven (7) calendar days prior to the date for inspection.
a
• DESIGNS [Anitelle • Marvin • TEC NOLOGYT
eo--- PROFESSIONAL PAVEMENT ENGINEERING
A CALIFORNIA CORPORATION
July 14, 1988
Mr. Lloyd Dalton
Engineering Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92660
Dear Mr. Dalton:
JUL 14 1988
..................
Inspiration Point
Soil Stabilization Study
Project No. 17117
The soil stabilization study for the hillside backfill at Inspiration Point,
Newport, California, has been completed. Utilizing the Portland Cement
Association's (PCA) "Soil- Cement Slope Protection for Embankments:
Planning and Designing ", 1S 173.02W, it was determined that nine
percent cement be used for stabilization of the soil. A cement content of
seven percent will adequately provide a compressive strength of 750
pounds per square inch. This cement content is increased by two
percent for slope protection and the possible abrasive effects of wave
action.
Field and Laboratory Investigation
On June 23, 1988, La Belle- Marvin sampled the soils next to the existing
asphalt concrete walkway in eleven separate locatigns. The samples
were transported to our laboratory and visually classified. Soil
description information is contained within Appendix " :.W.
After visually classifying the soils, three of the eleven samples were
selected and subjected to mechanical analysis (gradation). This data is
shown within Appendix 'B'.
Two of the eleven samples
were chosen
to determine
the level of
sulfates in the soil to aid in
the type of
Portland cement needed for use
in stabilization operations.
Utilizing this
information,
a Type I /II, low
700S. GRAND AVENUE • SANTA ANA, CA 92705 * (714) 546 -3468
Page No. 2
Soil- Cement Study
Inspiration Point
Project No. 17117
alkali Portland cement was selected
shown in Appendix 'C'.
G
Information for this testing is
Based on the test information, soil numbers seven and eleven were
eliminated from the study, due to the rarity of this type soil at the site
or the inability to meet PCA criteria for use in soil /cement mixtures.
Locations of these two soil types (and all other sample locations) are
shown on the site plan labeled Appendix 'D'. These two areas should be
avoided during the actual soil stabilization operations.
The remaining soil samples were combined and a soil /cement mix
design determined according to Portland Cement Association's document
"Soil- Cement for Water Control: Laboratory Tests ". IS 166.02W.
The combined soil samples used within this study was found to have the
following properties.
Gradation, Percent Passing:
No. 4 Sieve 83%
No. 10 Sieve 77%
No. 200 Sieve 11%
Smaller Than:
0.05 mm (Silt & Clay) 8%
0.005 mm (Clay) 5%
Bulk Specific Gravity of Material Retained on No. 4 Sieve: 2.448
The complete particle size analysis is contained within Appendix 'E'.
Based on the above information and the time restraints on the project,
the short -cut method for 'Sandy Soils' was used.
A maximum density /optimum moisture relationship was determined in
accordance with ASTM D558 and found to be 128.0 PCF at 8.5 percent
Lalk9ca • M»I'1` n
0
Page No. 3
Soil- Cement Study
Inspiration Point
Project No. 17117
0
moisture using 5 percent Portland cement. Utilizing this data a series of
compressive strength specimens were fabricated at 3 percent, 5 percent,
7 percent and 9 percent cement. Test results are as follows.
Percent Average Density Average 7 -Day
em nt PCF Compressive Strength. L I
3 * 123.5 220
5 124.7 410
7 126.5 700
9 127.2 1017
* Single Specimen
After fabrication, the compressive strength specimens were cured in
sealed bags for one day before being sent to a moisture -cure room at
100 percent humidity for the remainder of the seven day curing period.
Prior to testing, the specimens were soaked in water for four hours and
then capped. Enclosed are all test data for your review.
SRM /dmm
encl.
be of service is sincerely appreciated, and should you
in this matter, kindly call.
LalklL • Manvin
Ll
APPENDIX A
Soil description Log
Sample No.
Soil Description
1
Light brown gravelly Sand
2
Light brown gravelly Sand
3
Light brown gravelly Sand
4
Light brown gravelly Sand
5
Light brown gravelly coarse Sand
6
Medium brown gravelly coarse Sand
7
Light brown gravelly sandy Silt
8
Light brown gravelly fine Sand
9
Light brown gravelly Sand
10
Light brown gravelly Sand
11
Light brown coarse Sand
it
W
E
14
APPENDIX B
Mechanical Analysis (gradation)
% Passing
Sample No.
Sieve size
2
7
9
11/2"
100.0
100.0
100.0
1.
100.0
100.0
97.6
3/4"
96.7
98.7
91.4
1/2"
86.7
96.7
88.4
3/8"
83.9
95.4
85.5
1/4"
77.1
93.5
81.4
#4
72.2
92.2
78.1
#8
63.9
88.8
71.2
#16
54.3
85.9
65.6
#30
44.7
83.1
60.6
#50
32.2
73.4
44.0
#100
18.3
51.1
22.8
#200
11.3
42.9
14.4
14
APPENDIX C
Sulfate levels
Sample No. Water extractable Sulfate, %
6 0.065
7 0.256
13
0
I •.
y
W
X Co
_ c
� Q
Z N
W
CL m
a
co
CL
S
1HORM At VISVVOJ 1ND Mad
—o
F v
� � r
o O
r
o
0
0
-
0
o
�o
F
z
0
W „ y
W
0 of ii
O O E N t
N =
O �
O
N
V
Z n
u -
z
6
� o
0
o
N t O
N
i
e
0
V
O_ A m n O h v n H O„
1HO13M At 83NI11N3) Mad
0
I o
I
I 1 ...
_�-�• � � -� _:- _ - -4 -mot =__ = - -- ._;:_. __I -
i
_y-
•
•
• DESICNIS I'd ., It ,, e "e • 4 `•'.,t • TEOCHNOLOCYT
00- PROFESSIONAL PAVEMENT ENGINEERING
A CALIFORNIA CORPORATION
July 19, 1988
Mr. Lloyd Dalton
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92660
Dear Mr. Dalton:
JUl '9'
Inspiration Point
Soil Stabilization Study
Project No.17117 - Addendum
The report issued July 14, 1988, contained recommendations regarding
soil stabilization for the proposed embankment repairs at Inspiration
Point. As discussed, a target strength of 750 psi compression was
selected, consistent with the limited data which could be developed
within the investigation time line. Information was contained within the
report regarding strengths obtained under controlled laboratory
conditions, for use by the design staff relative to upper slope
construction.
Compressive strength information was developed for cement contents of
3, 5, 7 and 9 percent by weight. Consistent with design practices, the
recommended cement content is 2 percent higher than laboratory
control conditions to compensate for mixing, spreading and time
variations during actual construction operations. Plans for slope
stabilization include concerns relative to plant grpwth support,
particularly on the upper slope region. Although;rahese areas will be
protected from wave action and are above the tidal zope,,, the steep
slopes and weathering of the slope face must be considerdd in the soil
cement process. Samples fabricated using 3 percent cement in the
laboratory were fragile and would not sustain even careful handling.
Minimum cement contents of 6 percent are therefore recommended in
the field to compensate for anticipated variables, even in non - critical
slope locations. The 9 percent minimum cement content
recommendation for the more critical zones remains unchanged.
27005. GRAND AVENUE* SANTA ANA, CA 92705 • (714)
IL
Page No. 2
Project No. 17117
Addendum
Construction Procedures
The materials as sampled and tested provide adequate strengths per
PCA IS166.02W Soil- Cement for Water Control: Laboratory Tests.
Specific design of the slope keying and facing design and related
recommendations are beyond the scope of this materials report and are
left to the design engineer.
The limited project size will likely lead to use of mixed -in -place or
mixing table construction procedures. Placement and compaction of the
soil- cement mixture should be accomplished in maximum 6 -inch
horizontal lifts compacted to 95 percent minimum relative compaction
as determined by ASTM D1556 and D1557. Procedures for bonding
layers should be in accordance with PCA IS173.02W if a mixing table is
used or mixing should be sufficiently deep during in -place mixing to
ensure there will be no unmixed seams between layers.
Based on laboratory soil classification testing and the reference PCA
Publications, an initial soil cement content of 5 percent was selected for
design purposes. The laboratory maximum density, 128.0 pcf at 8.5
percent moisture was determined based on the 5 percent treatment rate
and is suitable for initial estimation purposes. Due to soil variations,
variations in soil cement mixtures, mixing time, etc., field compaction
control should be based on optimum moisture - maximum density
determinations performed during the construction operations. Changes
of less than 2 pcf are anticipated.
1%
be of service is sincerely appreciated, and should you
in this matter, kindly call.
Lnitc ka • Man ft
11
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Date -T ture
Contractor
0
TO: CITY COUNCIL
DY THE CITY COUNCIL
CITY OF N;LV4PVVRT BEACE
AUG 2 2 1988
APPROVED
0
August 22, 1988
CITY COUNCIL AGENDA
ITEM NO. F -3(c)
FROM: Public Works Department and Parks, Beaches & Recreation Department
SUBJECT: INSPIRATION POINT LANDSCAPE IMPROVEMENTS AND BLUFF RESTORATION
CONTRACT NO. 2411
RECOMMENDATIONS:
1. Award Contract No. 2411 to Gateway Landscape Construction, Inc.,
for the total price of $310,300, and authorize the Mayor and the
City Clerk to execute the contract.
2. Adopt a budget amendment appropriating $29,000 to complete the
project funding.
DISCUSSION:
At 11:00 a.m. on August 22, 1988, the City Clerk opened and read the
following bids for this project:
Bidder Total Price
Low Gateway Landscape Construction, Inc. $ 310,300
2 Terra -Cal Construction, Inc. 328,055
3 Ryco Construction, Inc. 502,200
4 Valley Crest Landscape, Inc. 710,885
The low bid is 38% above the Engineer's Estimate of $225,000. The
disparity between the estimated and bid amounts is attributed to a general
underestimate of bid prices for work at this site.
The low bidder, Gateway Landscape Construction, Inc., is a
well - qualified general engineering contractor who has almost completed the
City's "Little Island Bulkhead Repair near Waters Way" contract. His work has
been satisfactory at that site.
Contract No. 2468 provides for (1) soil- cement reconstruction of a
bluff adjacent to the Inspiration Point- Corona del Mar State beach trail, (2)
the reconstruction of the beach trail and lower overlook in portland cement
concrete, (3) the lowering of a sanitary sewer below the beach trail, (4) the
installation of a drip irrigation system, landscaping and hydromulch over the
unimproved portions of the site, and (5) a 90 -day maintenance period for items
(4) above.
Subject: Inspiration
(C -2411)
August 22, 1988
Page 2
•
Point Landscape Improvements and Bluff Restoration
Funding for award is proposed from the following accounts:
Description Account No. Amount
Bluff Restoration /Landscaping 02- 7797 -314 $ 191,345
Inspiration Point Improvements 10- 7797 -070 73,355
Sewer Main Replacement Program 02- 5588 -102 16,600
(Budget Amendment) 02- 7797 -314 29,000
Total $310,300
A budget amendment to appropriate the balance of funds needed to award
the contract has been prepared for Council consideration.
Plans and specifications for the landscape improvement were prepared by
Cunningham Design, Inc. Plans and specifications for the bluff restoration were
prepared by Montano Associates and by staff. All work, except for the
maintenance period work, is to be completed by November 11, 1988.
Benjamin B. Nolan
Public Works Director
LD:so
Ronald A. Whitley
Parks, Beache & Recrea 'on Director
AuthortZed to Publish Advertisements of all ki• including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961, and
A- 24831. dated 11 June. 1963
STATE OF CALIFORNIA
County of Orange
er inn .mo..n . aM .n > pain
tiro tU DK. caumn worn
I am a Citizen of the United States and a resident of
the County aforesaid, I am over the age of eighteen
y8ars, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS- PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of
Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published In the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for two (2 )
consecutive weeks to wit the issues) of
July 28 1981--
August 4
198_
198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on August B 198 $
at Costa Me California.
Signature
PROOF OF PUBLICATION
•
Nee
9265
on if
1988
bids
read
TB
Tick
IMP
NOTICE
INVITING BIDS
ad bids may be re-
al the office of the
;ferk, 3300 Newport
yard, P. 0. Box 1768,
port Beach. CA
8915 until. 11:00 a.m.
12th day of August,
at which time such
,hall be opened and
A
Central No.: 2411
Englnaar's Estimate:
!25,000
Approved by the City
3uncil this 25th day of July,
088.
WANDA L SAGGIO, City
lark
Prospective bidders may
Rain one set of bid docu-
ents at no cost at the office
the Public Works Depart -
ent, 3300 Newport
lulevard. P. O. Box 1768,
ewport Beach, CA
!658 -8915.
For further information,
dl Lloyd R. Dalton, Project
aneger at 644 -3311.
Published Orange Coast
My Pilot July 28, August 4,
•
•
•
July 25, 1988
CITY COUNCIL AGENDA
ITEM NO. F -13
BY THE CITY COUNICIL
CITY OF NEYJPO TT BEACh
J U L 2 5 1988
APPROVIED
TO: CITY COUNCIL
FROM: Public Works Department and Parks, Beaches, and Recreation Department
SUBJECT: INSPIRATION POINT LANDSCAPE IMPROVEMENTS AND BLUFF RESTORATION
CONTRACT NO. 2411
RECOMMENDATION:
1. Approve the plans and specifications, and
2. Authorize the City Clerk *o® = -f .ice `^ ; - --A
A LL-- - - f 77 tnDO
DISCUSSION:
On May 9, 1988, the City Council directed staff to obtain permits and
to return to Council for approval of final plans, specifications and estimate
for Inspiration Point improvements (see attached Agenda Item J -2).
Staff has obtained construction permits from the Corps of Engineers
and from the State's Department of Parks and Recreation. A Coastal Development
permit is pending from the California Coastal Commission.
In addition, a Negative Declaration of Environmental Impact has been
prepared for the project by Sanchez Talerico Associates, Inc., approved by the
Environmental Affairs Committee and affirmed by your City Council. Negative
Declarations were submitted to the State's Clearinghouse for review; however, no
comments were received from the 10 State agencies that reviewed the document.
Notices of Determination have been filed with the County Clerk and with the
State's Office of Planning and Research.
Inasmuch as staff anticipates receiving the Coastal Development permit
without additional construction conditions imposed, staff recommends that the
project be advertised for bidders. It is imperative that the contract be
awarded during August so that work may be completed, including hydro- seeding, in
advance of our seasonal rainstorms.
•
•
•
Subject: Inspiration
Contract No.
June 27, 1988
Page 2
0 0
Point Landscape Improvements and Bluff Restoration
2411
Plans and specifications for the landscape improvements have been
prepared by Cunningham Design, Inc. Plans and specifications for the bluff
restoration have been prepared by Montano Associates and by staff.
The consultant's revised estimate for landscape improvement is
$160,000. Staff estimate for the bluff restoration is $30,000.
Approximately $187,000 remains from funds which were budgeted
specifically for the project. If needed, additional funds may be made
available from the Parks and Recreation Fund to award the project.
Benjanin B. No an
Public Works Director
LD:so
Attachment
�A���
Ronald A. Whitley
Parks, Beaches & Recre ion Director
•
•
•
3
S City CA&pc.il Meeting
Agendattem No. J -2
CITY OF NEWPORT BEACH
OFFICE OF THE CITY MANAGER
May 9, 1988
TO: MAYOR AND CITY COUNCIL
FROM: EXECUTIVE ASSISTANT
SUBJECT: INSPIRATION POINT I.
ACTION: If desired, accept and approve negative declaration and
findings; approve design; approve budget amendment to appropriate
$100,000 from reserve account;, and, direct staff to obtain
necessary permits and return to Council for approval of the final
plans, specifications, and estimates prior to advertising for
bids.
ENVIRONMENTAL FINDINGS: In accordance with California Environ-
mental Quality Act (CEQA), the State CEQA guidelines and the City
Council Policy K -3, an Initial Study has been prepared for the
Inspiration Point improvements. Based on the information
contained in the initial study, the Environmental Affairs
Committee has determined that the project will not have a
significant effect on the environment. A Negative Declaration
has, therefore, been prepared for the project.
The City Council finds:
1. That an initial study and negative declaration has been
prepared in compliance with the California Environmen-
tal Quality Act and the State CEQA guidelines, and that
their contents have been considered in the decisions on
this project.
2. That based on the information contained in the negative
declaration, the project incorporates sufficient
mitigation measures to reduce potentially significant
environmental effects, and that the project will not
result in significant environmental impacts.
BACKGROUND: Inspiration Point is a view park, a pedestrian beach
access, and an emergency vehicle access on Ocean Boulevard in
Corona del Mar. Subject to serious erosion, the cliffs and
0 0
MAYOR AND CITY COUNCIL -2- May 9, 1988
• pedestrian walk require renovation and maintenance for which the
City Council has already appropriated funds in this year's PBR
budget.
•
L{
Additionally, the Arts Commission with the concurrence of
the City Council and the PBR Commission identified the site for
an Art in Public Places project. In early 1987, the Arts
Commission conducted a design competition among landscape
architects and artists. Six models were displayed in the City
Hall Gallery and the winning design "Vanishing Path" by
Cunningham Designs was selected by an advisory panel and approved
by the Arts and PBR Commissions. In late 1987, the City Council
approved an expenditure from the Arts Commission`s Art in Public
Places reserve fund to develop preliminary plans and cost
estimates. These plans and estimates have been completed and are
the subject of this action.
DESIGN ELEMENTS: A model of the proposed improvements is on
display in the Council Chambers, and a complete project descrip-
tion and set of plans are included in the attached Initial Study.
Essentially, the improvements include replacement of the existing
pathway with a sandstone colored, sunken, concrete walkway and an
expanded mid -level viewing area. Specially designed teakwood
benches are included. Landscaping with native plants to minimize
erosion and a drip irrigation system is included. Also, recon-
sideration is given at this time to a previously approved capital
improvements project to repair the erosion caused sea cave which
has undermined the pathway.
COSTS AND FUNDING: Construction and landscaping cost estimates
for the "Disappearing Path" are attached. They total $156,800
including a 15% ($23,528) contingency. The repair of the sea
cave was estimated at $70,000 in a previous capital improvement
budget and that amount has been carried over into the current
budget.
The 1987 -88 budget included $100,000 in reserve for Art in
Public Places to be appropriated at the discretion of City
Council. Additionally, an approved PBR Department capital
improvement project includes $25,000 slated for improvement to
the Inspiration Point walkway. The Art in Public Places Reserve
Fund created by the City Council as a repository for the proceeds
from the Salute to the Arts currently has a balance of $5,182 and
the proceeds remaining in this year's budget from the last Salute
totals $22,479. Accordingly, with the requested appropriation of
$100,000, available funds for this project total $152,661.
MAYOR AND CITY COUNCIL -3-
C
May 9 , 1988
Considering the 15% contingency, the $152,661 is adequate to
fund the estimated $156,800 budget. Any shortfall could be met
by proceeds from the next Salute to the Arts scheduled for
October 6, 1988.
RECOMMENDATIONS: The Arts Commission at their meeting of
March 10, 1988 approved the design and recommended the appropria-
tion of $100,000 reserve fund and the remaining Salute funds.
The PB &R Commission, at their meeting of April 5, 1988 did
likewise. The PB &R Commission meeting was well noticed in the
area near Inspiration Point and there was no public comment.
u
KJD:atf
Attachments
i
T
l
KENNETH J DELINO
k
it
•
CUNNINGHAM DESIGN, INC.
land planning • urban design • landscape architecture
16 WEST MISSION ST. SANTA BARBARA, CA
805. 687.8085 93105
March, 1988
r?gt1_DR
CONSTRUCTION COST ESTIMATE F-- "
INSPIRATION POINT ACCESS IMPROVEMENT��
CITY OF NEWPORT BEACH, CALIFORNIA J
Item No. Quantity Unit Unit Cost Item Cost
1. Boulders 30. TN 9 200.00 96,000.00
2. Benches 7 EA 1,000.00 7,000.00
3. Irrigation System LS LS 2,745.,0 2,745.00
4. Removal of Exotic Plants 28,000 , SF .10 2,800.00
5. Planting (Containers/Cuttings) 500 EA 15.00 7,500.00
6. Seeding (Hydromulch) 28,000 SF .10 2,800.00
7. Supervision
(Restoration Specialist) LS LS 3,000.00 3.000.00
Subtotal: 931,845.00
Contingencies 9 15% 4,780.00
All figures are rounded to higher 95.00
•
Key to Abbreviations
EA Each
LS Lump Sum
SF Square Feet
TN Ton
'6 California License Number 1269
TOTAL: ?36,625.00
J
• 923 Olive Street Suite 4
FLOWERS & ASSOCIATES, INC.
CIVIL ENGINEERS
• Santa Barbara, California 93101
CONSTRUCTION COST ESTIMATE
INSPIRATION POINT ACCESS IMPROVEMENT
CITY OF NEWPORT BEACH, CALIFORNIA
Telephone (8051 966 -2224
W.0.8754
March, 1988
Item
Unit
No.
Item
Quantit
Unit
Cost
Item Cost
1.
Earthwork
700
C.Y.
$ 20.00
$14,000.00
2.
Concrete Pathway/Walls/Ditch, Incl. rebar-
subdrain, pervious backfill, joints
and finishing
170
C.Y.
450.00
76,500.00
•3.
Drop Inlet /12" Storm Drain
Lump Sum
Lump Sum
1,000.00
4.
Viewing Area Concrete Slab/Walls, Incl.
,
rebar, steps, joints and finishing
30
C.Y
250.00
7,500.00
5.
Remove & Replace existing sewerline
Incl. cleanouts
200
L.F.
27.50
5,500.00
Subtotal:
T$104,500.00
Contingencies @ 15%
15,675.00
TOTAL:
--------------
$120,175.00
NOTES:
1. Construction costs of architectural features such as boulders, seating and landscape planting and
irrigation are not included in this estimate.
• 2. Construction costs of work to be done under Public Works Contract No. 2411 is not included in this
estimate.
1
330 Vilest Bay Street, Costa Mesa, California 92626 - 7 14 642 -4321
- Orange Coast Daily Pilot
Huntington Beach Independent
Dear Advertiser:
Enclosed please find clipping of your ad
from the first publication.
If you need to make any changes or corrections,
please call me at your earliest convenience.
The cost of this publication will be
$
Thanks for your cooperation and patronage.
Sincerely,
/dy Getting, Supervisor
Legal Advertising Dept,
NOTICE ows
Sealed bids may be re-
ceived at the o"" of the
PUBLIC NOTICE
.1988.
City Cork. 3300 Newport
WANDA E. RAGGIO.
Boulevard. P. O. Box 1788,
Clark
Newport Beach, CA
Prospective bidders
92858.8915 unfit 11:00 a.m.
obtain one set of bid c
on the 12th day of August.
ments at no cost at the 1
1988, at which time such
of the Public Works De
bids_ shall be opened and
meet. 3300 Now
read for
Boulevard, P. 0. Box
Title of Project: INSPIRA-
Newport Beach,
TION POINT LANDSCAPE
92For
ItMPROgFMENT AND
u15.
For hattaw mlomu
M