Loading...
HomeMy WebLinkAboutC-2748 - 1) Inspiration Point and Little Corona Overlooks; 2) Curb Access Ramps Construction in Eastbluff and Harbor View Hills; 3) Sidewalk Construction in Corona del Mar0 aI CITY OF NEWPORT BEACH July 23, 1991 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Gateway Landscape Construction, Inc. 6300 Indiana Avenue Long Beach, CA 90805 Subject: Surety: Employers Insurance of Wausau Contract No.: C -2748 Project: Inspiration Point and Little Corona Overlooks; Curb Access Ramp Construction in Eastbluff and Harbor View Hills; Sidewalk Construction in Corona del Mar The City Council of Newport Beach on June 24, 1991 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on July 1, 1991, Reference No. 91- 341691. Sincerely, Wanda E. Raggio� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach ✓' RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /'�7'-'3'(' City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 RECORDING REQUEST PER 46 GOVERNMENT CODE 6103 EXEMPT C1 NOTICF. OF COMPLETION PUBLIC WORKS 91- 34169 m � pE CAII0 RN A pMO JUL 11991 Q . c44aowt Recorder 'lo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE ttrat on May 177, 1991 the Public Works project consisting of INSPIRATION POINT AND LITTLE CORONA OVERLOOKS; CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF AND HARBOR VIEW HILLS; SIDEWALK CONSTRUCTTON IN CORONA DEL MAR (C -2748) on which was the contractor, and Emplo; was t1Te surety, was completed. JU V Cf� � Epf` - -• NEW4!1Rt C I. the undersigned, say: 6300 Indiana Avenue Insurance VERIFICATION treet Beach , CI OF NEWPP�ORTgB/FJACH flubli'c 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 June 26, 1991 at Newport Beach, California. �rotG►g � /nµ1 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 June 24, 1991 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 June 26, 1991 at Newport Beach, California. "' City Clerk 34oa WIMAMM i� LJ • TO: FROM: • !UN 2 4 1991 City Council Public Works Department SUBJECT: ACCEPTANCE OF THE CONSTRUCTION OF: 0 June 24, 1991 CITY COUNCIL AGENDA ITEM NO. F -15 1. INSPIRATION POINT AND LITTLE CORONA OVERLOOKS 2. CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF AND HARBOR VIEW HILLS 3. SIDEWALK CONSTRUCTION IN CORONA DEL MAR (C -2748) 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 subject projects has been completed to the satisfaction of the Public Works Department. The bid price was $177,000.00 Amount of unit price items constructed 180,750.00 Amount of change orders 1,871.50 Total contract cost $182,621.50 The increase in the amount of the unit price items constructed was due to an additional ramp being constructed in Corona del Mar. Two Change Orders were issued. The first, in the amount of $944.38, provided for a change in the irrigation system • materials as requested by the Parks Department. The second, in the amount of $927.12, provided for encasement of an existing storm drain pipe and for a thickened edge on the bluff top walk. Funds for the project were budgeted in the General Fund, Account Nos. 02- 3388 -015, 02- 3397 -183 and -459 and in the Parks and Recreation Fund, Account Nos. 10- 7797 -094 and -097. w Subject: • June 24, Page 2 a 0 Acceptance of the Construction of Inspiration Point and Little Corona Overlooks; Curb Access Ramp Construction in Eastbluff and Harbor View Hills; and Sidewalk Construction in Corona del Mar (C -2748) 1991 The contractor is Gateway Construction, Inc. of Long Beach. The contract date of completion was November 15, 1990. When the project was nearly complete it was found that the benches specified by the Architect were no longer made. An alternate was selected and ordered. However, there was a 3 to 4 month lead time. The work was completed by May 17, 1991. J41 / J44 Benjamin B. Nolan • Public Works Director GPD:so • is 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK (714) 6443005 DATE: July 23, 1990 SUBJECT: Contract No. C -2748 V Description of Contract 1. Inspiration Point & Little Corona Overlooks 2. Curb Access Rmps Construction in Eastbluff and Harbor View Hills 3. Sidewalk Construction in Corona del Mar Effective date of Contract July 23, 1990 Authorized by Minute Action, approved on June 25, 1990 Contract with Gateway Landscape Construction, Inc. Address 6300 Indiana Avenue Long Beach, CA 90805 Amount of Contract $177,000.00 " s 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach WORKERS' COMPENSATION INSURANCE CERTIFICATION "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 accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." \,1 � � Date —I Gateway Landscape Construction Inc. ontractor 1. Inspiration Point & Little Corona Overlooks 2. Curb Access Ramps Construction in Eastbluff & Harbor View Hills 3. Sidewalk Construction in Corona d 1 Ma C -2748 Project 1 it a an Contract Num er _ .., 0 0 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CH 92659 -1768 until 11 on the 14th day of .ice_, 1990, at ch time such bids shall be opened and read for CITY CLERK 1. INSPIRATION POINT & LITTLE CORONA OVERLOOKS 2. CURB ACCESS RAMPS CONSTRUCTION IN EASTBLUFF AND HARBOR VIEW HILLS i5olt'rl No. $120,000 Engineer's Estimate c % . Rpproved by the City Council this 29thday of May 1990. " )e, Wanda E. Reggio Ile 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, CFI-92659-1768. For further information, call ilpyd na9tnn at 644 -3311. Project Manager lJ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROPOSAL 1. INSPIRATION POINT & LITTLE CORONA 2. CURB ACCESS RAMPS CONSTRUCTION IN AND HARBOR VIEW HILLS 3. SIDEWALK CONSTRUCTION IN CORONA CONTRACT NO. 2748 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: 0 OVERLOOKS EASTBLUFF b) 4 M; 0'1 PR 1.1 The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2748 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization & traffic control Twenty -Nine Thousand @ Seven Hundred Fifty Dollars and No Cents $29,750.00 Per Lump Sum 2. Lump Sum Construct all Inspiration Point Overlook improvements @ Forty -Eight Thousand Dollars and No Cents $ 48,000.00 Per Lump Sum @ Four Dollars and Forty Cents $4.40 $22,000.00 Per Square Foot 6. Lump Sum Remove and re- install irrigation sprinklers and pipe adjacent to Begonia Park Three Thousand Five @ Hundred Dollars and No Cents $3,500.00 Per Lump Sum • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Construct all Little Corona j Overlook improvements @Fifty -Five Thousand Dollars and No Cents $55,000.00 Per Lump Sum 4. 2,500 Construct access ramp S.F. @Seven Dollars and Fifty Cents $ 7.50 $18,750.00 Per Square Foot 5. 5,000 Construct sidewalk S.F. @ Four Dollars and Forty Cents $4.40 $22,000.00 Per Square Foot 6. Lump Sum Remove and re- install irrigation sprinklers and pipe adjacent to Begonia Park Three Thousand Five @ Hundred Dollars and No Cents $3,500.00 Per Lump Sum • PR 1.3 One Hundred Seventy -Seven Thousand Dollars and No Cents $ 177,000.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) `Gateway Landscape Construction Inc. Date Bidder (213) 422 -3348 Bidder's Telephone No. 453491 -A Bidder's License No. & Classification s /Gerald T. Sullivan, Vice President 6300 Indiana Avenue /Long Beach, CA 90805 Bidder's Address I declare under penalty of perjury that the representations made herein are true and correct.* Date: Bidder: s/ Gateway Landscape Construction Inc. •NOTICE TO BIDDERS: Effective January 1, 1990, Business and Professions Code Section 7028.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. • • Page 2 INSTRUCTIONS TO BIDDERS The following 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 responsible for bidder errors and omissions in the PROPOSAL. 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. All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 453491 -A Contr's Lic. No. & Classification Date Gateway Landscape Construction Inc. Bidder Authorized Signature /Title s/ Gerald T. Sullivan, Vice President DESIGNATION OF SUBCONTRACTOR(S) • Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1• Grading, Concrete MJS Construction Inc. Long Beach, CA 2. 3. 4. 5. 6. 7. go 9. 10. 11. 12. Authorized Signature Title s/ Gerald T. Sullivan, Vice President ' • BIDDER'S BOND Page 4 • 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 BID IN DOLLARS 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 & LITTLE CORONA OVERLOOKS, CURB ACCESS RAMPS AND SIDEWALK CONST Tit e of Project on ract 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 14th day of June , 19 90 . I (Attach acknowledgement of Attorney -in -Fact) Notary Public GATEWAY CONSTRUCTION INC. Bidder Gera-id T. Sullivan, Vice President Authorized Signature /Title EMPLOYERS INSURANCE OF WAUSAU Commission Expires: A MUTUAL COMPANY Surety— By Title James E. Stark Attorney -in -Fact CORPORATE Stateot Galifernia SS. County of Los Angeles OFFICIAL c,;.n.`., MONA M YA`_, +,i \EH „°a - NOTARY PUBLIC - ^,CJJa %AA ALLAMEUA CUi,'tiiY ^" My Comm. expires APR 24, 1992 On this the -1 4-t-V ay of Mona M. Yasmineh the undersigned Notary Public, personally appeared Gerald T. Sullivan FX personally known to me proved to me on the basis of satisfactory evidence NO. 202 19jD_, before me, to be the persons) who executed the within instrument as Viee resident; or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. Notary's Signature 9 State a Ca z/oan a Coanty of San Fnanci.eco On thi, 14TH day o�P JUNE , in .the years 1990 4e &,e me, the undo eigned, a Notarcy % &Uc .in and /on the aaid State, pert 6ona."-y appea",d JAMES E. STARK pervona,Uy known to rice (on pnoved to me on the 8a.6i 6 o7 anti s /acto4y evil ce) to &e the peahon &4o executed the within .inhtnument a6 A.ttonney -in -Fact o/ the Cozpoaati,on #benzin named, and acknow&dged to me .that the Co¢ponaizon arecuted it paresuant to its 4-2aw.6 oa a aeho&ti.on o,' ith &oared o)e dL ecto". 41I71VESS my hand and ope4ciae aeae. cFFICIAL SEµ * = RAE L. KRAUSE L, E WITY NOTA RY PUBLIC - CALIFORNIA $ COUNTY OF SAN FRANCISCO NOtany %aP -ic, S oZ CaLi�oAaia iuia..... „... ("0044048mirc, Amb iQ Im >.ua.r._.. -- Z Z cc i y Z c W W Z_ W Q W 4 G. Q H O Z tP, W O D Z Z W W Q H 2 u_ W Z W O F Q L O W W S' O a D J Q Q H O Z U) to t- EMPLOYERS QSURMCE OF WAUSAU A to &al Company Page 4a POWER OF ATTORNEY (FOR BID BONDS ONLY) 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, Statc of Wisconsin, has made, constituted and appointed, and does by these presents make. constitute and appoint _.._ its true and lawful attorney -in -fact, with full power and authority hereby cor seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRI17F,N TFFC nP 1N TNF IVAT11RF T1-iFRF A FTFR in its to execute, GUARAN and 'to bind the corporation thereby as fully and to the some extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said 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 at a meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: "RESOLVED, that the President and any Vice President— elective or appointive — of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary 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 attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTHER RESOLVED, that the signatures of such officers and theses] of EMPLOYERS INSURANCE OF 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 bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached." IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1 CT day of AUGUST , 19$x. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company By .iEfTliZ Z- ^- oyC7�! R. D. Farnswort�� - Vice President Attest D. J ell Assistant Secretary STATE OF WISCONS ) ) as. COUNTY OF MARATHON ) On this I ST day of At IGUST , 19-83_, before me personally came R. D. Farnsworth to me known, who being by me duly sworn, did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation 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 year herein first above written. m A Donna Lutzow 1 Q Notary Public NOTARY PUBLIC STATE OF WISCONSIN MY COMMISSION IS PERMANENT CERTIFICATE STATE OF WISCONSIN ) CITY OF WAUSAU ) as. COUNTY OF MARATHON ) I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation, do hereby certify that the foregoing and attached power of attorney. WHICH M UST CONTA IN A VALIDAT- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and 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, Marat&honuirily , State of AW,seonsin this 14TH day of —June \ ,19�. a .. "`i D. J. Burrell Assistant Secretary `,SEAL i�'11 NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WOKIIING OF TI11S POWER OF ATTORNEY, CALL TOLL FREE (800) 826 -1661. (IN WISCONSIN, CALL 18001 472,101 t 1 815 - 4222 -1 4-83 • • Page 5 NONCOLLUSION AFFIDAVIT State of California F-f7ffi County of Los being first duly sworn, d oses and says that he or she is of the party making the foregoing bid that the bid is not malde in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Bld'�y'z�J Authorized Signature /Title Subscribed and sworn to before me this �� day of '� -j .Q 19'1O. My commission expires: Notary Public OFFICIAL SEAL /0'—'W �IA ne 1� 11 iniEH NOTARY PU 6LIC - !7AU�7�iJlA ALAMEDA COUNTY o _ � .D S My comm. expires APR 24, 1992 Notary Public • 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. 1989 City of Newport Beach Lloyd Dalton 644 -3311 Gateway Landscape Construction Inc. Bidder Authorized Signature /Title s/ Gerald T. Sullivan, Vice President • 0 Page 7 N O T I C E The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: 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. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of 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 Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. *The Contractor shall submit a Certificate of Workers' Compensation Insurance to the Engineer with these documents. 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, except as modified by the Special Provisions. 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 has awarded to Gateway Landscape Construction Inc. Page 8 hereinafter designated as the "Principal ", a contract for (1) Inspiration Point & Little Corona Overlooks, (2) Curb Access Ramps Construction in Eastbluff and Harbor View Hills, (3)_ Sidewalk Construction in Corona del Mar Contract No. 2748 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 Landscape Construction Inc. 6300 Indiana Avenue, Long Beach, CA 90805 as Principal, and EMPLOYERS INSURANCE OF WAU AU 425 MARKET STREET, #800, SAN FRANCISCO, CA. 941ns as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Seventy -Seven Thousand and No /100 ----- - - - - -- Dollars ($177,000.00 ), 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 1 . Payment Bond (Continued) 6 Page 9 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 5TH day of JULY , 19 90 Gateway Landscape Construction Inc. (Seal) Name of Contractor (((Principal) Authorized Signature and Title s/ Gerald T. Sullivan, Vice President Authorized Signature and Tit e EMPLOYERS INSURANCE OF WAUSAU (Seal) V Name of Surety 425 MARKET STREET, 11800 SAN FRANCISCO, CA. 94105 Address of Sure e ture Title of uthorized gent G. SCH, ATTORNEY -IN -FACT ONE CALIFORNIA ST., SAN FRANCISCO CA. 94111 Address of Agent (415) 772 -7033 Telephone No. of Agent CORPORATE ACKNOWLEDGMENT .-tom NO State of California 1 On this the �- tlayof �v \Ttg90 before me, Los Angeles (SS Mona M. Yasmineh County of ) , the undersigned Notary Public, personally appeared Gerald T. Sullivan =YASMINEH MNOTA X: personally known to me L.) proved tome on the basis of satisfactory evidence to be the person(s) who executed the within instrument as Vice President or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS my hand and official seal. `Ira ev�.o..'7r� . �- •ter- ►.,�...s.� Sate oif Caiitonnia County oie San Francisco On th.r;a 5TH day q JULY im the year. 1990 &e�ore me, the undeA.&igned, a Notary PuU-4c m and ion the baid State, personae appeaned PAUL G. RUSCH pe.,wna4iy known to me (or. ptioued to me on the 8a&i.6 Ole 6ati4actony eu.rdenr-e) to &e the peir3on who erecu ed the w4duA 4nzinument ae Attorney -in -Fact oZ the Conponat.ion theaein named, and aeknowtedged to me that the Coaponat.i.on ezecid ed .i t flu"aant to i f s &y -lawe on a nesolwUon o;e 4:46 $oared o;e d.iaertons. NNwnIN llMfmanrrwfUfffpinwlrrrfmlr� 0IMESS my hand and o4l i.crae eeaf. OFFICIAL SEAL RAE L KRAUSE NOTARY PUBLIC -CALIFORNIA AN FRANCISCO CRY 8 CWNTY OF SAN fRANCISCD NY Commission frai m Junh to, IM iwwrfrnrann..rma• . - +mlfrgfuefnnN NotaV PulKe, State o4 CaE4oAr.ia • Page 10 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 June 25, 1990 has awarded to Gateway Landscape Construction Inc. hereinafter designated as the "Principal ", a contract for W Inspiration Point & Little Corona Overlooks, (2) Curb Access Ramps Construction in Eastbluff and Harbor View Hills, 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 Landscape Construction Inc. 6300 Indiana Avenue. Lono Beach. CA 90805 as Principal, and EMPLOYERS INSURANCE OF WAUSAU 425 MARKET STREET, #800, SAN FRANCISCO, CA. 94105 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Seventy -Seven Thousand and No /100 ------ - - - - -- Dollars ($177,000.00 ) 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 Page 11 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5TH day of JULY , 19 90 Gateway Landscape Construction Inc. (Seal) Name of Contractor (Principal) 1 Authorike'd Signature and Title s/ Gerald T. Sullivan, Vice President Authorized Signature and Title /EMPLOYERS INSURANCE OF WAUSAU (Seal) Name of Surety 425 MARKET STREET, 11800 SAN FRANCISCO, CA. 94105 Address of Surety a�ur Title of Authorized Agent P " 89 , ATTORNEY -IN -FACT ONE CALIFORNIA ST., SAN FRANCISCO, CA. 94111 Address of Agent (415) 772 -7033 Telephone No. of Agent IPORATE ACKNOWLEDGME NO. State of California l` On this the �ayof �t 1990, before me, County of Los Angeles (SS' Mona M. Yasmineh 777 , the undersigned Notary Public, personally appeared Gerald T. Sullivan M: personally known tome OFFICIAL SEAL i -I proved tome on the basis of satisfactory evidence MONA M YASMINEH to be the person(s) who executed the within instrument as NOTARY PUBLIC - CALIFORNIA Vice President or on behalf of the corporation therein '�� WURTY named, and acknowledged to me that the corporation executed it. My mmm. mwrro APR 24, IM WITNESS my hand and official seal. Notary's Signature State o�of C¢Zi /omraa Coun tlj oll San. Faanci aco On this 5TH day o.,Z JULY , in the yeas 1990 , ";ZoAa me, the undemzignad, a Notany PuU-ic ut and ion. the .aaid State, peuonn 4 appeared PAUL G. RUSCH pe,uonaU4 known to me (om pmovad to me on the B.aa.ia o;& hatij4actomy eu.cdence) to &e the pe ,6on who executed the wif/uir. vL64u meat, as Attomney -in -Fact o4 the Conponntion theme-in named, and acknouLtedged to me that the CotpoAation executed it pursuant to its r Qy -$ewe om a neaoZut.ion o.�C .ite Board o;C dimactoaz. W17NISSS my hand and o{4iciai eeo.2. wxwmErwu,uxwuExNIAL SEALEMMFEwwI OFFICIAL HEAL Notary auBLCc, State q Cat4omnia RAE L KRAUSE NOTARY PUSUC•CALWORNIA Cm 6 COUNTY OF SAN FRANCISCO MF COMMWW &MM NAM Nb IM �EM�MIMNNFHN�OFYp`• ' '•atultlEEUH�yEF 0 0 No. 206 -081- 00331 EMPLOYERS INSURANCE OF WAUSAU A Mutual 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 PAUL G. RUSCH its true and lawful attorney- in-fact, with full power and authority hereby conferred in its name, place and stead, to execute. seal, acknowledge and deliver ANY OR AL1, BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN Y OBI.I,GA'I'I,ONS IN THE NATURE THEREOF NOT TO EXCEED THE PENAL SUM OF TEN MILLION _Z DOLLARS ($10,000,000 0 LU � and to bind the corporation thd to the same extent as if such bonds were signed by the President, sealed with Z the eorpurate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said ¢ at torn ey "in-fact may do in the premises. Q This power of attorney is granted pursuant to the following resolution adopted ley the Board of Directors of said Company at W meeting duly called and held on the 18th day of May. 1973. which resolution is still in effect: a- - RESOLVED, that the President andany Vice President— elective or appointive— of EMPLOYERS INSURANCE OF Q WAUSAU A Mutual Company he. and that each of them hereby is, authorized to execute powers of attorney qualifying 1-- the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A O Mutual Company bonds, undertakings and all contracts of suretyship: and that any secretary or assistant secretary be, Z and that each ar any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach W thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company.- O "FURTHER RESOLVED, that the signatures ofsuch officersand the seal of EMPIOYERS INSURANCE OF WAUSAU Q A Mutual Company mat, be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and f- Mty such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding Z upon the EMPLOYERS INSURANCE. OF WAUSAU A Mutual Company when so affixed and in the future with respect LUW to any bond, undertaking or contract of suretyship to which it is attached.- IN WITNESS WHEREOF. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be 1� F V F-- signed by the senior vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day Z co of OCTOBER Cl) u- �t EMPLOYERS INSURANCE OF USAU A Mutual Company LL F. SEAL :V B i y Q } R. C. Retterath Senior Vice President W ZZ Attest: -- O R. J. B steman Assistant Secretary Q LL STATE. OF WISCONSIN ) O ss. Cc COUNTY OF MARATHON ) W On this —IS -__ day of OCTORFR . 19-87— before me personally came CL R. C. Kcuerath , to me known, who being by me duly sworn, did depose Q and,;vthat he is a senior t ice president of the EM PLOYFRS INSU RANCF. OF WAUSAU A Mutual Company, the corporation described in u :aid hich executed the abocc instrument: that he knows the seal of said corporation: that the seal affixed io said instrument is such corporate W .cud and that it ua, so affixed fix order of the Board of Directors ol'said corporation and that he signed his name thereto by like order. Q IN W1 NESS W HFR FOE. I h:nc hereumo scl me hand and affixed me olficial seal the day and year herein first above written. f- o (q Patricia A. Kiernan Notary Public = NOTARY PUBLIC STATE. OF WISCONSIN t SI:AIF. OF WISCONSIN l'1'1'1'OF'W'AUSAU tss. MYC'OMMISSION EXPIRES JUNE 3. 1990 i; COUNTY OF MARATHON t CERTIFICATE 1, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation. do herebv certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revokvd::md fort hermure thot the resolution of the Board of I )irectors 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 — _...... 5TH ._ day of __....JULY .. —._.. - -..19__994 Ij SE.AL,- R.,1, Besieman ` SEAL r: ��— Assistant Secretary l�' NOTE IF' }'OC_HAi!.F:-i1DJk. t?I+I±S7TF)NS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF 4'I "I'OItNF:Y.I'A1.1,'I'OI,I. FREE r,nont RYM14I111; CtIN WISCONSIN, CALLt800147Yd10411. Keltie McCloskey Nationwide Insurance Company 2300 Clayton Road Concord, .CA. ,94520 _ lt7S URFD Gateway Landscape Construction, Inc 6300 Indiana Avenue Long Beach, CA. 90805 e Le COMPANIES AFFORDING COVERAGE COMPANY A Nationwide Insurance Company LETTER COMPANY LETTER COMPANY C LETTER T4-3 IS TO CER1niY THAT POLICIES OF IN9WPANCF LISTED eEL OW VE BEEN INDICATED. NO1WffHSTANIMNG ANY RCOVIIiF.MEM, TERM OH CONOTTION OF F M CERTIFICA.IF MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMF.NDED, EXT CA( IYPE OF INSURANCE EFFECTNE lT POLICY NUMBFn 13AI'C _ A (OCCUPANCF BASIS ADION Y) 74- ONIIIACT OR O1HER DOCUMENT WRII RESPECT TO WI11CH THIS C- POLICIES DESCRIBED HEREIN IS SUBJECT 10 ALL THE TERMS, ]ED OR ALTERED BY THIS CERTIFICATE O(PIRA.110N1 ALL LIMBS IN 1II6USANDS DATE GCNF,RAL AGGREGATE I f 2,000, OPERAI ION SOAGGRFGATE I $2,090, PERSONAL INJURY EACH OCCURANCE FIRE DAMAGE (ANY ONE FIRE) MEDKA'L CXPENSES (ANY ONE PERSON) COMBINED .... SINGLE UMrT 2 BODILY INJURY s (PER PERSON) _ BODILY INJURY (PER ACCIDENT) PROP ERTY = STATUTORY $2,000, $2,000, s 50, s 5, OCCURRENCE $ 1,900, AGGRCGATE 1 1_ 0 i. EACH ACCIDENT 1 500, DISEASE •POLICY UMAY %0_, DISEASE -EACH EMPLOYEE STATUTORY..... Vc��rvrl" yr an�trvalr.,HyLu liU WVLMu;i IMESTRIC11oN$ISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH By OR ON BEHALF OF ^PIE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: 1. Insppiration Point & Little Corona Overlooks, 2. Curb .Access .Ramps Construction in Easibluff & Harbor View Hills, 3. Sidewalk Construction in Corona del Mar ContraQt No. C -474P _ PROJECT TIRE AND CONTRACT NUMBER 777777777� 77F77 _:,77 CERTIFICATE •': HO( R CANCELLATION SHOULD ANY OF THE AUOVE Dt ^c. : 3 POLICIES BE NON IICNEWED, C11Y OF NEWPORT BEACH CANCELLED On COVCHAGE REDUCEC 6EFOHC THE EXPIRAIION DATC THE P.O. BOX 1768 COMPANY AFFORO(NG COVERAGE SHALL PROVIDE 30 DAYS M(N. ADVANCE 3300 NEWPORT BLVD. NOTICE TO TILE CITY OF NEWPORT BEACH ffXD !S)S1G81 )L%V_ NEWPORT BFA�CH, CA. 92659 -1768 ATTENrIO — 7/12/90 - - AUTHOPoZEp IIEP(1ESEN1'ATNE - ISSUE DATF PR506405 -000 9/1/89 9/1/90 XJ CIJMMI'TICIAL COMPREHENSIVE ' OWNERS 6 CONTRACTORS P10 ECTNC LX j CONTRACTUAL FOR SPECIFIC CON(nACT � lXJ PHODuCTS /COMPL OPER XCV FORM UNOAD PROP. DAMAGE SEVLRABBDY OF INTEREST CLAUSE PERSONAL INJURY WRH EMPLOYEE EXCLUSION REMOVED _ MAN NE AUTOMOBILE UABILITY A COMPREHENSIVE 74 aNNEO BA506405 -000 9/1/89 9/1/90 X. HIRED E]NON -OWNED EXCESS UABIUTY ..- UMURELLA FORM 74- _OTHER THAN UMBRELLA FORM CU506405 -000 9/1/89 9/1/90 WORKERS' COMPENSATION 74 A AND WC506405 -000 9/1/89 9/1/90 EMPLOYERS' UABIUTY LONGSHOREMEN'S AND HARBOA WORKERS' COMPENSATION GCNF,RAL AGGREGATE I f 2,000, OPERAI ION SOAGGRFGATE I $2,090, PERSONAL INJURY EACH OCCURANCE FIRE DAMAGE (ANY ONE FIRE) MEDKA'L CXPENSES (ANY ONE PERSON) COMBINED .... SINGLE UMrT 2 BODILY INJURY s (PER PERSON) _ BODILY INJURY (PER ACCIDENT) PROP ERTY = STATUTORY $2,000, $2,000, s 50, s 5, OCCURRENCE $ 1,900, AGGRCGATE 1 1_ 0 i. EACH ACCIDENT 1 500, DISEASE •POLICY UMAY %0_, DISEASE -EACH EMPLOYEE STATUTORY..... Vc��rvrl" yr an�trvalr.,HyLu liU WVLMu;i IMESTRIC11oN$ISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH By OR ON BEHALF OF ^PIE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: 1. Insppiration Point & Little Corona Overlooks, 2. Curb .Access .Ramps Construction in Easibluff & Harbor View Hills, 3. Sidewalk Construction in Corona del Mar ContraQt No. C -474P _ PROJECT TIRE AND CONTRACT NUMBER 777777777� 77F77 _:,77 CERTIFICATE •': HO( R CANCELLATION SHOULD ANY OF THE AUOVE Dt ^c. : 3 POLICIES BE NON IICNEWED, C11Y OF NEWPORT BEACH CANCELLED On COVCHAGE REDUCEC 6EFOHC THE EXPIRAIION DATC THE P.O. BOX 1768 COMPANY AFFORO(NG COVERAGE SHALL PROVIDE 30 DAYS M(N. ADVANCE 3300 NEWPORT BLVD. NOTICE TO TILE CITY OF NEWPORT BEACH ffXD !S)S1G81 )L%V_ NEWPORT BFA�CH, CA. 92659 -1768 ATTENrIO — 7/12/90 - - AUTHOPoZEp IIEP(1ESEN1'ATNE - ISSUE DATF Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: , . 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations, The insurance afforded said additional insureds) shall apply as primary insurance and no er insurance maintained by the City of Newport Beach shall be called upon to c, tribute 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 liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits, of liability under this endorsement for the additional insure d (s) vaned in Paragraph 1, of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( ) Commercial (x) Comprehensive General Liability $ 2,000,009 each occurrence 2,000,000 gregate The applicable limit of Contractual Liability for the company affording coverage shalt be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration, date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention; Public Works Department. Inspiration Point & Little Corona Overlooks, 2.- -Curb Access Ramns 7. Designated Contract: Construction in Eastbluff Harbor View Hills 3. Sidewalk Construc- tion in Corona del Ilan Contract No. Pro ect t e an ontract No. C -2748 This endorsement is effective _ 7/3190 at 12:01 A.M. and forms a part of Policy No 74PR506405 -0001 of Nationwide Insurance Company (Company Afforaing overage Insured Gatewav Landscape Construction, Inc. Endorsement No. 1 __ Producer Keltie McCloskey, Business Lines Agent gy�orize (' - -- - esentat iv TEL No. 3u.l. 3,90 7 :04 P.01 0 Page 13 CITY Of NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that; 1. With respect to such insurance as is afforded by the policy for Automobile 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named to Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit; ( ) Multiple limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ __ (x) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 2,000,000 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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 non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by(AvgcD >fA;3KW, Attention; Public Works Department, 5, Designated Contract; Inspiration Point & Little Corona Overlooks, 2. Curb Access Ramps Construction In Eastbluff Project it e an ontract No,) 3. Sidewalk Construction in Corona del Mar Contract No. C-2748 This endorsement is effective 7/3/90 at 12:01 A,M, and forms a part of Policy N0.74BA506405 -0002 of Nationwide Insurance Company - Insured (Company Af?ording Coverage Gateway Landscape Construction,,Inc. Endorsement No. 1 Producer Keltie McCloskey, Business Lines Agent By (' " Authorized Repre entativ t • Page 15 CONTRACT THIS AGREEMENT, entered into this :.day of 19 , by and between the CITY OF NEWPORT BEACH,.klereinafter "Cit an t wa Landscape Construction Inc. hereinafter "Contractor, is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 1. Inspiration Point & Little Corona Overlooks 2. Curb Access Ramps Construction in Eastbluff & Harbor View Hills 3. Sidewalk Construction in Corona del Mar C -2748 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: 1. Inspiration Point & Little Corona Overlooks 2. Curb Access Ramps Construction in Eastbluff & Harbor View Hills 3. Sidewalk nstr t" n in rona del Mar C -2748 it a of roject on ract o. 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 One Hundred Seventy -Seven Thousand and No /100 ---------------------- - - - - -- (5177.000.00 )• This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contrac ;or 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) Page 16 (f) Plans and Special Provisions for (1) Inspiration Point & Little Corona Overlooks, (2) Curb Access Ramps Construction in Eastbluff & Harbor View Hills, (3) Sidewalk Construction in Corona del Mar C -2748 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: APPROVED AS TO FORM: dllvLT, City Attorney CITY OF NEWPORT BEACH By `�11 Mayor City Clerk Gateway Landscape Construction Inc. Name of Contractor (Principal) Authorized Signature and Title s( ral T. Su livan (ice President Authorized Signature and Title CITY 0 � Jik• � Q' I. II. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2748 SCOPE OF WORK 0 SP 1 of 5 The work to be done under this contract cons31T%Srof removing existing improvements and constructing curb and gutter, curb access ramps, sidewalk, decorative pavement, irrigation and lighting systems, benches, bicycle racks, drinking fountains, trash enclosures, landscaping, railing, plant maintenance and other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. M- 5290 -5 and P- 5136 -5 (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 ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. COMPLETION, SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a schedule of work to the Engineer for approval a minimum of five working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contact shall be completed by November 15, 1990. B. All walkways shall be opened to pedestrians and streets shall be opened to on- street parking at the end of each work day, unless otherwise provided herein. In addition, the Contractor shall provide continuous pedestrian access through his worksites during construction, except that the Contractor may close driveways to the Little Corona State Beach and to Corona del Mar State Beach as specified hereinafter. III. • • SP 2 of 5 C. All work at Little Corona overlook shall be completed within 33 consecutive calendar days commencing on a Monday, but not before September 4, 1990. D. The Little Corona Walkway (Driveway) access to the Little Corona State Beach (Buck Gulley Sewer Pumping Station) shall be reopened within 20 consecutive calendar days after the Contractor has removed access for construction. These 2D days shall include a 72 -hour minimum period for curing driveway concrete. E. All work at Inspiration Point overlook shall be completed within 33 consecutive calendar days commencing on a Monday, but not before September 4, 1990. F. The Inspiration Point Walkway (Driveway) access to Corona del Mar State Beach (2 residences easterly of Inspiration Point) shall be reopened within 20 consecutive calendar days after the Contractor has removed access for construction. These 20 days shall include a 72 -hour minimum period for curing driveway concrete. G. The Contractor shall restore serviceable sprinkler systems in Begonia Park within 6 calendar days after he has terminated sprinkler operations for construction. CONTRACTOR'S LICENSES At the time of award and until completion of work, the Contractor shall possess a General Engineering Contractor A license or Specialty Concrete Contractor C -8 license. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Partial payments for Mobilization and Traffic Control shall be made in accordance with Section 10264 of the California Public Contract Code. Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. SP 3 of 5 V. LIQUIDATED DAMAGES In addition to those sums specified in Section 6 -9 of the Standard Specifications, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 for each calendar day exceeding the number of calendar days specified under paragraphs C, D, E and F of Section II above. The Contractor's inability to obtain materials or labor in a timely manner to complete the specified work within these time limits shall not deter assessment of damages. The intent of this Section is to emphasize to the Contractor the importance of prosecuting his work in an orderly, preplanned, continuous sequence so as to minimize the length of time a driveway or walkway is closed to pedestrians or vehicles, and to minimize the exposure of the public to risk of bodily injury due to the Contractor's work at these popular overlooks. VI. PUBLIC CONVENIENCE AND SAFETY The Contractor shall submit a written traffic control plan for each street, driveway or walkway to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. A. Traffic Control Plan 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to motorists or pedestrians. 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. 3. Reopening of all traffic lanes, walkways and on- street and off - street parking upon completion of each day's work (see Section II.). B. "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. .1 VII. VIII. IX. X. • • SP 4 of 5 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. 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 No. 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. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor repost the "NO PARKING, TOW- AWAY" signs. CONSTRUCTION SURVEYING STARING Field staking for control of construction shall be provided by the Contractor. STEEL PLATES If desired, the Contractor may reserve a limited quantity of 1" thick 5' x 10' steel plates free of charge for use on this project. The plates must be transported from and to the City's Utilities Yard at 949 West 16th Street by the Contractor. To determine the number of available plates, the Contractor shall contact the Utilities Superintendent, Ed Burt, at (714) 644 -3011. WATER 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 tc the City, the deposit will be returned to Contractor, less a quantity charge for water usage. CONSTRUCTION DETAILS A. Sidewalk and Access Ramp Construction Sidewalk and access ramps shall be opened to pedestrians on the day following concrete placement. The Contractor shall remove and reinstall water valve covers to grade at their original locations. The Contractor shall also � SP 5 of 5 remove City signs and salvage them for reinstallation by City forces. The Contractor shall also provide a 4 -inch diameter block out through the PCC sidewalk at locations designated by the Engineer. B. Sprinkler Systems The Contractor shall remove existing Begonia Park irrigation sprinklers and reinstall them adjacent to the back of the proposed sidewalk. The Contractor shall return the irrigation system to service within 6 consecutive calendar days after removing the system from service. The Contractor shall remove sprinklers and cut and cap sprinkler conduit which interfere with sidewalk construction along Ocean Boulevard and in Eastbluff. The Contractor need not reinstall the sprinklers, but place them on property belonging to the adjoining property owners. .�t TO: City Council FROM: Public Works Department 0 (y) June 25, 1990 CITY COUNCIL AGENDA ITEM NO. F-3(i) SUBJECT: 1) INSPIRATION POINT AND LITTLE CORONA OVERLOOKS 2) CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF AND HARBOR VIEW HILLS 3) SIDEWALK CONSTRUCTION IN CORONA DEL MAR (C -2748) RECOMMENDATIONS: 1. Allow the apparent low bidder, William Murray General Engineering Contractor, to withdraw his bid. 2. Approve a budget appropriation of_$24,510.00. 3. Award Contract No. 2748 to Gatewa onction, Inc. for the Total Bid Price of $177,00 00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 14, 1990, the City Clerk opened and read the following bids for this project: IDDER TOTAL BID PRICE Low William Murray General Engineering Construction $129,581.00 U nd��p 2 Gateway AConstruction, Inc. 177,000.00 3 Heritage Construction 4 Nobest, Inc. 186,526.00 195,375.00 The low total bid price is 8% above the Engineer's Estimate of $120,000.00. The low bidder, William Murray General Engineering Contractor, has not performed pervious contract work for the City; however, checks with their experience references and the State Contractors' License Board have shown that Murray has satisfactorily completed similar projects for other Southern California agencies and is a properly licensed general engineering contractor, respectively. Subject: 1) Inspiration Point and Little Corona Overlooks 2) Curb Access Ramp Construction in Eastbluff and Harbor View Hills 3) Sidewalk Construction in Corona Del Mar (C -2748) • June 25, 1990 Page 2 Murray has requested to withdraw his bid because of 3 errors in bid computation (see attached letter and documentation). From Murray's documentation, staff feels that Murray's errors were unintentional, and that he may withdraw his bid in accordance with State law. If Murray's bid is withdrawn, staff recommends award to the second apparent low bidder, Gateway Construction, Inc. Gateway is a well - qualified general engineering contractor who has satisfactorily completed similar contract work for the City. Gateway's Total Bid Price is 47% above the Engineer's Estimate; however, from staff's analysis of the remaining 3 bidder's prices, it appears that estimates for work at Inspiration Point and Little Corona overlooks were substantially too low. This project provides for 1) the beautification of the Inspiration Point overlook (Ocean Boulevard at Orchid Avenue) and • the Little Corona overlook (Ocean Boulevard at Poppy Avenue); 2) the construction of curb access ramps along Vista del Oro in Eastbluff and near Marguerite Avenue and Sausalito Drive in Harbor View Hills; and 3) the construction of concrete sidewalk along Ocean Boulevard and adjacent to Begonia Park in Corona del Mar. The overlook beautifications include the removal of asphalt pavement and the construction of decorative concrete paving and landscaped areas, including irrigation and walkway lighting systems. New pedestrian benches, bicycle racks, trash can enclosures and drinking fountains will also be placed. The curb access ramp construction will provide for safer transit for handicapped people and children on bicycles. The 25 access ramp construction locations have been requested by handicapped persons or by the bluffs Homeowners Association. The sidewalk construction will provide for safer transit for handicapped people and for the general public. The new sidewalk along Ocean Boulevard will extend the existing bluff • side sidewalk from Lookout Point to Fernleaf Avenue. The new sidewalk at Begonia Park will be built behind the First Avenue and Carnation Avenue curbs. Pi • • Subject: 1) 2) 3) June 25, 1990 Page 3 Inspiration Point and Little Corona Overlooks Curb Access Ramp Construction in Eastbluff and Harbor View Hills Sidewalk Construction in Corona Del Mar (C -2748) Staff proposes that funds for award be encumbered from the following accounts: Account No. Description Amount 10- 7797 -094 Inspiration Point Landscape $23,000 10- 7797 -097 Little Corona View Park 82,437 02- 3397 -459 Curb Access Ramp Construct. Prog. 12,331 02- 3397 -183 Sidewalk, Curb & Gutter Replace. Pgm. 24,490 02- 3388 -015 Street, Alley & Bikeway Resurfac. Pgm. 8,232 10- 7797 -094 Budget Appropriation 26,510 Total $177,000 A budget amendment to appropriate $26,510 into the account for Inspiration Point Landscape has been prepared for Council consideration. Plans, specifications and estimates for the overlook beautifications were prepared by RMJ Design Group, Inc. of Mission Viejo. Plans, specifications and estimates for the curb access ramps and sidewalk construction were prepared by the Public Works Department. G�.,: --out Benjamin B. Nolan. Public Works Director Director LD :so Attachment Ronald A. Whitley Parks, Beaches & Recreation WILLIAM ARAY GENERAL ENGINEERIN *ONTRACTOR 6284 Jurapa Avenue • Riverside, California 92504 State License No. 306005 • Phone (714) 689-6562 - tD • June 14, 1990 JUN SRS eiry 1990 6 9 of Z NEWpCp�q EACH �O Lloyd Dalton City of Newport Beach P.O. Box 1768 Newport Beach, California 92659 -1768 • • Dear Mr. Dalton, This morning, we bid the Inspiration Point Project for the City of Newport Beach. The bid amount was $129,581.00. I made three errors; two errors in addition and one error by leaving one entire item out. The first error involved our subcontractor, Harter Construction, for the amount of $10,470.00. The second error was with the concrete contractor, Five Star Concrete, for the amount of $15,000.00. Note, we did not list them as subcontractor, because the owner of Five Star Concrete has elected to come to work for us. The third error was in the bid from Nelson Engineering for the amount of $15,000.00. This amount was left completely out. Please see attached copies of bids and tally sheet. We are requesting that you remove us from consideration for the Inspiration Point Project. I truely apologize for all the inconvenience I may have caused you. This is the first time in fifteen years that I have made such a major mistake of this kind. The only thing that I could attribute this to is the fact that I have been feeling ill for the past couple of days. Sincerely, a/ 'A�r t - .i- Wiilliam Murray WM /vw * DATE e JUB.NAME: • CUMPANY.NAMEe ADURESSs i CUNTACTs —1 :;UU H [ li UUU 1 f_S • i 11!41EI4 NY e SPEC/ TEM DESCRIPTIUIJ PHUNE e UNIT PRICE INCLUDES: EXCLUUES: •NOTES: 1 Up rrrcP� r. o - v sue. ocL V .\ ;UL(-Btj) filiulLs DATE& rF7 &-N-Ct JUE, ,NAMES • COMPANY .NAMES ADDRESS: CUNTACT: PH011r-t SPEC/ I TEll DESCR 1 P7 1 ull UNIT PRICE 0 Womoms: EXCLUDES: • NOTEst p DATEt • JUB ,NAME: • CUMPANYI',NAME: met ,ADDRESS: CUNTACTi SPEC/ ITEll DESCRIPTIUN 3UU --L411) 01JU I L l- FJ;FIJ NYt r -•s wNE t UNIT PRICE Ii INCLUDES: i i EXCLUDES: I I i I • NOTESs 1 i, 1 � 4 I � • N���d�i^ �, � e _._... - --- -- - - - - -- ._... _.... -- P -�_ -- -- _.. - - -- — ---------- -_ _ 34- _.._. - .. _...._...... _...._ ............ . -- �_S.ot1•_a_a_.. -- __ d.a__..... . _ --=- - -.___ - - - -__ - -- - - - -_ _ _ - -- . _._ __ ...__ __ 1 7- cpa...� i �1'�.__I_. ..�_ i ►_a. sue! �_ .._ _ Authorized to Publish Advertisements All kinds including public notices by Decree of the Superior-Court of Orange County, California, Number A-6214, September 29, 1961, and A -24831 June 11, 1963 STATE OF CALIFORNIA County of Orange 1 am a Citizen of the United States and a resident of the County aforespid; I am over the age of eighteen ybars, and not a party to or interested in the below entitled matter. 1 am a principal clerk of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of Califomia, and that attached Notice is a true and complete copy as 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 to wit the issue(s) of: June 1, 5, 1990 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 51 199 0 at Costa Mesa, California Signature i PROOF OF PUBLICATION NOTICE INVn*Q BIDS Iled bids may be re-,, d at the office of Clerk. 3300 N mud. P. O. Box 1768, port Beach, CA 9 -1768 until 11:00 am. M 14th day of June, shall be opened and[ Title of Project 1. r(RATION POINT & Enolnsor's Estimate: Approved by the City Council this 29th day of May, 1990. WANDA E. NAGOIO, Clay Clark Prospective bidders may obtain one Set of bid docu- mends at no cat at the office of the Public Works Depart- ment, 3300 Newport Boulevard, P-0. Box 1798 Newport Beach, CA 92e59 -176fi_ May 29, 1990 CITY COUNCIL AGENDA ITEM NO. F -12 BY THE CITY COON( • CITY OF NEWPORT BE TO: City Council FROM: Public Works Department MAY zq IM Parks, Beaches and Recreation Department SUBJECT: 1) INSPIRATION POINT AND LITTLE CORONA OVBF&ee*0&A + 2) CURB ACCESS RAMP CONSTRUCTION IN EASTBLUFF AND HARBOR VIEW HILLS 3) SIDEWALK CONSTRUCTION IN CORONA DEL MAR (C -2748) RECOMMENDATIONS: Approve the plans and specifications. Authorize the City Clerk to advertise for bids to ,jp�pnp-n d at, 11,!-On A_Nr_ nn.aunpII __14w..-199.D. DISCUSSION: This project provides for 1) the beautification of the • Inspiration Point overlook (Ocean Boulevard at Orchid Avenue) and the Little Corona overlook (Ocean Boulevard at Poppy Avenue); 2) the construction of curb access ramps along Vista del Oro in Eastbluff and near Marguerite Avenue and Sausalito Drive in Harbor View Hills; and 3) the construction of concrete sidewalk along Ocean Boulevard and adjacent to Begonia Park in Corona del Mar. The overlook beautifications include the removal of asphalt pavement and the construction of decorative concrete paving and landscaped areas, including irrigation and walkway lighting systems. New pedestrian benches, bicycle racks, trash can enclosures and drinking fountains will also be placed. The curb access ramp construction will provide for safer transit for handicapped people and children on bicycles. The 25 access ramp construction locations have been requested by handicapped persons or by the Bluffs Homeowners Association. The sidewalk construction will provide for safer transit for handicapped people and for the general public. The new sidewalk along Ocean Boulevard will extend the existing bluff side • sidewalk from Lookout Point to Fernleaf Avenue. The new sidewalk at Begonia Park will be built behind the First Avenue and Carnation Avenue curbs. Plans, specifications and estimates for the overlook beautifications were prepared by RMJ Design Group, Inc. of Mission Viejo. Their construction estimate is $87,000. Adequate funds are budgeted to award this amount. t' Subject: 1) 2) 3) May 29, 1990 • Page 2 0 INSPIRATION POINT AND CURB ACCESS RAMP CONS HARBOR VIEW HILLS SIDEWALK CONSTRUCTION 0 LITTLE CORONA OVERLOOKS IN EASTBLUFF AND IN CORONA DEL MAR (C -2748) Plans, specifications and estimates for the curb access ramps and sidewalk construction were prepared by the Public Works Department. Staff's estimate for this work is $33,000. Adequate funds are available in various accounts to award this amount. The contract specifies that the overlook work shall not commence until the end of summer, and that all work shall be done by November 15, 1990. Note that work at the Little Corona overlook site may necessitate closure of the Little Corona beach access road during the Contractor's work hours, and that work at the Inspiration Point overlook site will likewise close the main beach access path, during work hours. These closures may be necessary to preclude exposure of the public to risk of bodily injury due to the Contractor's work at these popular overlooks. • Also, note that during construction the Contractor must close off access driveways to Little Corona State Beach and to Corona del Mar State Beach (including the 2 homes adjacent thereto) for reconstruction of the driveways. The contract stipulates $500 daily liquidated damages at each site whenever such closure exceeds 20 days. Residents of the 2 affected homes will be given approximately 2 months' notice of the closures. Benjamin B. Nolan Public Works Director LD:so • Attachment Ronald A. Whitley Parks, Beaches & R eation Director