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