HomeMy WebLinkAboutC-3055 - Green Acres Reclaimed Water Project - Bonita Creek Park Irrigation Improvements0
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
March 13, 1996
(714) 644 -3005
Accurate Landscape & Maintenance Corporation
1910 North Lime Street
Orange, CA 92665
Subject: Surety:
Bond No.:
Contract No.:
Project:
Indemnity Company of California
185599P
C -3055
Green Acres Reclaimed Water Project
Bonita Creek Park Irrigation
Improvements
The City Council of Newport Beach on January 8, 1996,
accepted the work of the 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
February 6, 1996, Reference No. 19960057302.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lm
cc: Utilities Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTER AND
WHEN RECORDED RETURN TO:
City Clerk/ f -,11
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
0
Recorded in the County of orange, California
Gary L. Granville, Clerk /Recorder
No Fee
19960057302 08:10am 02/06/96
095 196555 29 04 Mg
N12 1 7.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as owner, and
Accurate Landscape & Maintenance Corporation as
Contractor, entered into a Contract on August 23. 1995 / Ti ✓ ___ `: ��(
A
Said Contract set forth certain improvements, as follows: , %'.j
Green Acres Reclaimed Water Project Bonita Creek Park Irrigatioth -' Fes_ X96
Im rovements C -3055 1,_A Btlx �CA Ell"
kEWPOR, fifACH .�
Work on said Contract was completed on November 27, 1995 =r�. y
and was found to be acceptable on January 8 1996
by the City Council. Title to said property is vested in the Owner,
and the Surety for said Contract is Indemnity Company of California
BY
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Beach, California. V
BY
City Clerk
at Newport
CITY'OOF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
January 16, 1996
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following dociment for recordation and return
to the above -named office:
Notice of Completion: Green Acres Reclaimed 'Dater Project
Bonita Creek Park Irrigation Ismrovements (C -3055)
Sincerely,
City Clerk
3300 Newport Boulevard, Newport Beach
LJ
AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
January 8, 1996
CITY COUNCIL AGENDA
ITEM NO. 17
SUBJECT: NOTICE OF COMPLETION -GREEN ACRES RECLAIMED WATER PROJECT
BONITA CREEK PARK IRRIGATION IMPROVEMENTS
CONTRACTNO.$--8®5& C 3055
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 Green Acres Reclaimed Water Project - Bonita
Creek Park Irrigation Improvements has been completed to the satisfaction of the Public
Works Department. The contractor was Accurate Landscape & Maintenance Corporation
of Orange.
The bid price was $ 53,824.29
Amount of change orders $ 8,009.40
Total contract cost $ 61,833.69
Funds for the project were budgeted in the following accounts:
Description Account Number Amount
Water Capital Projects 7501- C5500075 $ 17,646.35
Bonita Creek Park Improvements 7271- C4120285 $44,387.34
The scheduled completion date was October 13, 1995. Due to several City requested
modifications, the project was delayed approximately 30 days. The final change order
required additional work which took an additional two weeks, thereby moving the
completion date to November 27, 1995. The change orders for the project consisted of
modifications to the control system and the purchase of an additional controller. The
contractor has completed the project to the satisfaction of the Community Services,
General Services and Public Works Departments.
Respectfully submitted,
G10
PUBLIC WORKS DEPARTMENT
Don Webb, Director
MJS:tam
By: -- .
M' hael J. Sinacori, P. E
(Acting) Utilities Manager
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: PURCHASING /ADMINISTRATIVE SERVICES
FROM: CITY CLERK
DATE: August 24, 1995
SUBJECT: Contract No. C -3055
y - zov - qs
Description of Contract Green Acres Reclaimed Water Project
Bonita Creek Park Irrigation Improvements
Effective date of Contract August 23, 1995
Authorized by Minute Action, approved on August 14, 1995
Contract with Accurate Landscape & Maintenance Corporation
Address 1910 North Lime St.
Orange CA 92665
Amount of Contract $53,824.29
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0
NOTICE INVITING BIDS
0
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2.30 o'clock p.m on r3 d day of Au mt• 1995,
at which time such bids shall be opened and read for:
GREEN ACRES RECLAIMED WATER PROJECT
BONITA CREEK PARK IRRIGATION IMPROVEMENTS
Title of Project
C -3055
Contract No.
$ 82,000.00
Engineer's Estimate
Wit/ F6
n
r
Approved by the City Council
this 10th day of July, 1995
/ EM %!/ -
Wanda E. Raggiv /
City Clerk
Prospective bidders may obtain aset of contract documents for $25.00 at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call Michael Sinacori at 644 -3011.
Project Manager
0
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT - UTILITIES
GREEN ACRES RECLAIMED WATER PROJECT
BONITA CREEK PARK IRRIGATION IMPROVEMENTS
CONTRACT NO. C -3055
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to the Bidders, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and shall perform all work required to
complete Contract No. C -2942 in accord with the Plans and Special Provisions, and will
take in full payment therefore the following unit prices for the work, complete in place,
to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes,
patent rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE
NO. QUANTITY DESCRIPTION
UNIT TOTAL
PRICE AMOUNT
Lump Sum. Mobilization, demobilization and
cleanup for the lump sum price of
One Thousand Dollars
and
No Cents
Per Lineal Foot
Pl -a
L.S. $1,000.00
0 0
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
2. 1,260 L.F. Furnish and install 4-inch P.V.C.
Class 315 Pressure Main complete
in place for the unit price of
Three Dollars
and
Forty -Three Cents $ 3.43 $ 4.321.80
Per Lineal Foot
3. 3270 L.F. Furnish and install 3 -inch P.V.C.
Class 315 Pressure Main complete
in place for the unit price of
Four Dollars
and
Eight Cents $ 4.08 $1.101.60
Per Lineal Foot
4. 23 EA. Furnish and install 2 -inch
Electric Control Valve complete
for the unit price of
One Hundred & Fifty -Six Dollars
and
Forty -Eight Cents $156.48 $ 3,599.04
Per Each
5. 6 EA. Furnish and install l -1/2 -inch
Electric Control Valve complete
in place for the unit price of
One Hundred & Thirty -Nine Dollars and
Twenty Cents
Per Each
P -lb
$139.20 $ 835.20
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
6. 4 EA. Furnish and install 11/4 inch Electric
Control Valve complete in place for
the unit price of
One Hundred & Twenty -Five Dollars
and
Seventy -Six Cents $125.76 $ 503.04
Per Each
7. 4 EA. Furnish and install 1-inch Electric
Control Valve complete in place
for the unit price of
One Hundred & Fourteen Dollars
and
Eighty -Eight Cents $114.88 $ 459.52
Per Each
8. 3 EA Furnish and install 4 -inch Gate
Valve complete in place for the unit
price of
Two Hundred & Ninety -Three Dollars
and
Fifty -Eight Cents $ 293.58 $ 880.74
Per Each
9. 1 EA. Furnish and install 3 -inch
Gate Valve complete and in place
for the unit price of
Two Hundred & Six Dollars
and
Ninety Cents $ 206.90 $ 206.90
Lump Sum
P -lc
0 0
11. 2 EA. furnish and install Automatic
Satellite Controllers complete in place
for the unit price of
Three Thousand Four Hundred Eighteen Dollars
and
Forty Cents $ 3,418.40 $6,836.80
Per Each
12. 5 EA. Install connection to existing
pressure mainline piping complete in
place for the unit price of
One Hundred & Fifty Dollars
and
No Cents $150.00 $ 750.00
Per Each
13. Lump Sum Furnish and install sprinkler
modifications as shown on the
plans complete in place for the
lump sum price of
Sixty -Nine Hundred & Seventy Dollars
and
Ninety -Nine Cents
Lump Sum
P -1d
$ 6.970.99 $ 6.970.99
SCHEDULE OF WORK ITEMS
ITEM
APPROXIMATE
UNIT TOTAL
NO.
QUANTITY
DESCRIPTION PRICE AMOUNT
10.
1 EA.
Furnish and install 3 -inch Gate
Valve in existing pressure main complete
in place for the unit price of
Three Hundred & Sixteen
Dollars
and
Ninety
Cents $ 316.90 $ 316.90
Per Each
11. 2 EA. furnish and install Automatic
Satellite Controllers complete in place
for the unit price of
Three Thousand Four Hundred Eighteen Dollars
and
Forty Cents $ 3,418.40 $6,836.80
Per Each
12. 5 EA. Install connection to existing
pressure mainline piping complete in
place for the unit price of
One Hundred & Fifty Dollars
and
No Cents $150.00 $ 750.00
Per Each
13. Lump Sum Furnish and install sprinkler
modifications as shown on the
plans complete in place for the
lump sum price of
Sixty -Nine Hundred & Seventy Dollars
and
Ninety -Nine Cents
Lump Sum
P -1d
$ 6.970.99 $ 6.970.99
i i
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
14. Lump Sum Furnish and install 2 -inch PVC
Potable Water Pressure Main,
Backflow Preventer and Quick
Coupling Valves complete in
place for the lump sum price of
Twenty -Nine Hundred & Three Dollars
and
Seventy -Six Cents L.S. $ 750.00
Lump Sum
15. Lump Sum Install connection to existing
pressure mainline piping complete in
place for the unit price of
Nineteen Thousand Nine Hundred
& Thirteen Dollars
and
No Cents L.S. $19.913.00
Lump Sum
16. Lump Sum Furnish and apply soil amendment
complete in place for the unit price of
Thirty -Two Hundred & Twenty -Five Dollars
and
Twenty -Nine Cents L.S. $ 3.225.29
Lump Sum
TOTAL PRICE IN WRITTEN WORDS
Fifty -Three Thousand Eight Hundred &
Twenty -Four Dollars
and
Twenty -Nine Cents $ 53,824.29
Ple
E
0
I declare under penalty of perjury that all representation made above are true and
correct.*
*Effective January 1, 1990, Business and professional Code Section 702.8.15 provides
that any bid not containing the above requested information, or a bid containing
information which is substantially proven false, shall be considered non- responsive and
shall be rejected.
Bidder's Name Accurate Landscape & Maintenance Corporation
Bidder's Address 1910 North Lime St.
Bidder's Telephone Number (714) 921 4255 or (714) 921 -1273
Contractor's License No. & Classification 676703 "C -27" 9 -30 -96
Expiration Date
8 -3 -95 S /BRIAN J. ALLEN - CONSTR. MGR.
Date Authorized Signature & Title
S /THOMAS J. OLSEN, PRES.
P -if
• INSTRUCTIONS TO BIDDERS
Page 2
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
1.PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. 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 accord 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.
ACCURATE LANDSCAPE &
C -27 676703 MAINTENANCE CORPORATION
Contr's Lic. No. & Classification Bidder
8 -3 -95 S /THOMAS J. OLSEN, PRES.
Date THOMAS J. OLSEN, PRESIDENT
0
0
Page 3
DESIGNATION OF SUBCONTRACTORS
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 accord
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 accord
with State law.
Subcontractor Address Subcontract Work
1. -Z-Best Concrete 9980 Indiana Ave. Suite 14 Concrete & Masonry
Riverside, CA 92503 909 - 785 -5542
2. MBE Electric Inc. 9920 Arlington Ave. Electrical
7
1
Riverside. CA 92503
ACCURATE LANDSCAPE &
MAINTENANCE CORPORATION
Bidder
S /THOMAS J. OLSEN, PRES.
THOMAS J. OLSEN, PRESIDENT
0 0 Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, ACCURATE LANDSCAPE & MAINTENANCE CORPORATION. as
bidder, and INDEMNITY COMPANY OF CALIFORNIA , as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF THE CONTRACT AMOUNT Dollars ( $ 5,382.43),
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
GREEN ACRES RECLAIMED WATER PROJECT
BONITA CREEK PARK IRRIGATION IMPROVEMENTS C -3055
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing of
Notice of Award to the above bounded bidder by and from said City, then this
obligation shall become null and void; otherwise it 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 31ST
day of LILLY, 1995.
(Attach acknowledgement of
Attorney -in -Fact)
Mary P. Martignoni
Notary Public
August 11, 1995
Commission Expires
ACCURATE LANDSCAPE &
MAINTENANCE CORPORATION
Bidder
S /THOMAS J. OLSEN, PRES.
THOMAS J. OLSEN, PRESIDENT
INDEMNITY COMPANY OF CALIFORNIA
Surety
By: S /LES M. MANTLE
Title: LES M. MANTLE, Attorney in Fact
•
0
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
190 -195
City of Diamond Bar
Bob Rose
909 - 860 -2489
'90 -'95
City of San Dimas
Mark Rudy
909 - 394 -6272
'90 -'94
City of Moreno Valley
Paul Valdez
909 - 243 -3484
'93 -'94
City of Orange
Howard Morris
714 -744 -7273
'93 -'95
Irvine Ranch Water District
Gregg Herr
714- 453 -5300
same
same
Alex Aneris
714- 453 -5300
same
same
Gabriel Vargas
714 - 453 -5300
ACCURATE LANDSCAPE &
MAINTENANCE CORPORATION
Bidder
S /THOMAS J. OLSEN, PRES.
THOMAS J. OLSEN, PRESIDENT
0
NOTICE
41 Page 7
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 the 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)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17)
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. and (3)
meeting the Policyholder's Rating and Financial Size Category criteria in the
paragraph below.
Insurance Companies affording coverage and sureties issuing bonds 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 VII (or larger) in accord with the latest
edition of Best's Ke Rating Guide: Property - Casualty, except as modified by the
Special Provisions.
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.
Page 10
*THFUL PERFORMANCE. BOUP Bond No. 185599P
Premium: $1,076.00
Z. KNOW ALL MEN BY THESE PRESENTS, That EXECUTED IN 4 COUNTERPARTS
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted AUGUST 14. 1995 has awarded to ACCURATE
LANDSCAPE & MAINTENANCE CORPORATION
hereinafter designated as the "Principal', a contract for QHEEN ACRES PROJECT -
BONITA CREEK PARK IRRIGATION. IMPROVEMENTS. CQNTRACT NO. C -3055
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance
of said contract;
c �
as Principal Indemnity Company of California
as Surety, are held and firmly found unto the City of Newport Beach, in the sum of
FIFTY -THREE THOUSAND EIGHT HUNDRED & TWENTY -FOUR & 29/100
Dollars ($ 53,824.29).
said sum being equal to 100% of the estimated amount of the contract, to be paid to
said City or its certain attorney, its successors and assigns; for which payment well
and truly 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, conditions and agreements in 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 1110 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.
*PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE*
Page 11
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 of any such change, extension of time, alterations or additions 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 18th day of August � 19 95,
ACCURATE LANDSCAPE &
(Seal)
Authorized Signature and Title
Indemnity Company of California (Sea 11.
Name of Surety
6333 Greenwich Dr., Suite 210
San Diego, CA 92122
Address of Surety
Signature and Title of Authorized Agent
Les M. Mantle, Attorney in Fact
c/o Lesron Insurance Agency, Inc.
Address of A nt
1440 V. Harbor Blvd., 1610
Fullerton,CA 92635 714 -441 -2722
Telephone Number of Agent
CALIFORNIA ALL- PURPOSACKNOWLEDGMENT •
fOn 7of California
orange
8 -18 -95 before me,
Angel - Notary Public
DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC'
personally appeared Les M. mantle
NAMES) OF SIGNER(S)
No. 5907
17 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(a) whose name(g) is/x
subscribed to the within instrument and ac-
knowledged to me that he/ executed
the same in his authorized
capacity(#, and that by his/
AHY ANGEL signature(g) on the instrument the person(g),
{ r.,
'.. ,Ytpi3ll#O �GLKONMA s or the entity upon behalf of which the
orvwkc uwy
61piMAug it, i person( acted, executed the instrument.
It
`ii`rntr amn.
WITNESS my hand and official seal.
51 ATURE OF NOTA
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLES)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(ES)
Indemnity Company of
California
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
®1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184
• Page 8
B ND Bond No. 185599P
Premium: $1,076.00
EXECUTED IN 4 COUNTERPARTS
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted AUGUST 14 1995 has awarded to ACCURATE
LANDSCAPE & MAINTENANCE CORPORATION hereinafter designated as
the 'Principal ", a contract for GREEN ACRES PROTECT - BONITA CREEK PARK
IRRIGATION IMPROVEMENTS CONTRACT NO. C -3055
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond with said contract, providing
that if said Principal or any of his or its subcontractors, shall fail to pay for any
materials, provisions,'or other supplies used in, upon, for or about the performance
of the work agreed to be done, or for any work or labor done thereon of any kind,
the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We ACCURATE LANDSCAPFw & MAINTENANCE
CORPORATION as Principal, and Indemnity company of California
as Surety, are held firmly bound unto the City of Newport Beach, in the sum
FIFTY -THREE] HOUSAND EIGHT HUNDRED & TWENTY -FOUR & 29/100
Dollars ($ 53,824.29),
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
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 he dine, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that
the Surety or Sureties will pay for the same, in an amount not exceeding the sum
specified in the bond, and also, in case suit is brought upon the bond, a reasonable
attorney's fee, to be fixed by the Court as required by the provisions of Section 3250
of the Civil Code of the State of California.
*PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE*
C
0 Page 9
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 this
bond as required by the provisions of Section 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 the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the deafh 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 18th
day of August 1995
ACCURATE LANDSCAPE &
(Seal)
Name
Authorized
Authorized Signature and Title
Indemnity Company of California Seal
J (S }
Name of Surety
6333 Greenwich Dr., Suite 210
San Diego, CA 92122
Address of Surety
Signatuf'e and Title of Authorized Agent
Les H. Mantle, Attorney in Fact
c/o Lesron Insurance Agency, Inc.
Address of Agent
1440 N. Harbor Blvd., 1610
Fullerton, CA 92635 714 - 441 -2722
Telephone Number of Agent
CALIFORNIA ALL- PURPORACKNOWLEDGMENT •
F California
orange
95 before me, Mary Angel - Notary Public
DATE NAME. TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC'
No. 5907
personally appeared Les M. Mantle
NAMES) OF SIGNER(S)
G personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(g) whose name(g) is/xm
subscribed to the within instrument and ac-
knowledged to me that he/ZXMUW executed
the same in his authorized
capacity(, and that by his /
* ?AR'f ANGEL signature(g) on the instrument the person(g),
or the entity upon behalf of which the
oFI41GECOtAm person( acted, executed the instrument.
Aug. 11, 104
WITNESS my hand and official seal.
ATUREAM �
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
Indemnity Company of
California
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184
POWER OF ATTORNEY OF
I NITY COMPANY OF CALIFOIRA
AND DEVELOPERS INSURANCE COMPANY N2 173536
P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300
NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1996.
2. This Power of Attorney is void if altered or if any portion is erased.
3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue Ink and this notice is in red ink.
4. This Power of Attorney should not be returned to the Attorney(s) -In -Fact, but should remain a permanent part of the obligee's records.
KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each
severally, but not jointly, hereby make, constitute and appoint
** *Les M. Mantle, Matthew R. Dobyns, jointly or severally * **
the true and lawful Attorney(s) -In -Fact, to make, execute, deliver and acknowledge. for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of
suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fact full
power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of
said corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -In -Fact, pursuant to these presents, are hereby ratified and confirmed.
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship:
Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial institutions, lease
bonds. insurance company qualifying bonds, self- insurer's bonds, fidelity bonds or bail bonds.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY
COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as Of September 24,1986:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney,
qualifying the aborney(s) named in Me Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assts -
tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney:
RESOLVED, FURTHER, that the signatures of such officers 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 shall be valid and binding upon the corporation 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, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec-
tive Presidents and attested by their respective Secretaries this 1st day of April, 1993.
INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY
By . LilwiftZ By
Dan NF Vincenti, Jr. Dan F. Vincenti, Jr.
resident pOMpP aqf On President Pe \NaUg4M1
z aCT. 3, n MsR. 21, p
ATTEST � 1961 o ATTEST i IBiD
x
D
By VV4 M1�' /rroRa` +� By Fes Wr�'^
Walter Crowell — Walter Crowellr
Secretary Secretary
STATE OF CALIFORNIA)
) SS.
COUNTYOFORANGE )
On April 1, 1993, before me, Tiresa Taafua, personally appeared Dante F. Vincenti, Jr. and Walter Crowell, personally known to me (or provided to me on the basis of satisfactory
evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized
capacity(ies), and that by his /her /their signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
r�
OFFICIAL SEAL
Signature TIRESATAAFUA
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
» ORANGEC A UN
My Comrtiasian Erp. Aup. 4, 1995
,• �N�MM�MNM�N
CERTIFICATE
The undersigned, as Senior Vice President of INDEMNITY COMPANY QFCALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby
certify that the foregoing and attached Power of Attorney remains in.!ylfrorr-e antl has not been revoked; and furthermore, that the provisions of the resolutions of the respective
Boards of Directors of said corporations set forth in the Power of Attorney, are in tome as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 18th day of AMMASt '1995 .
INDEMNITY COMPANY OF CALIFORNIA
/J/ �7�
By
—
NPANY "
\04g4FaS,1^
z 00 . 5,
�ni OFR��i
Senior L.C. Vic P ee
ID -310 REV. 4/93
DEVELOPERS INSURANCE COMPANY
9 tNSUq�
By L.C.C. FleDiger d n Iere
Senior Vice President
r-
<r ..... s
;
�v r .
ISSUE DATE (MMDDA'Y)
r
rhY%
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
BOYD # BARTON & ASSOCIATES DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
Insurance Services POLICIES BELOW.
P. O. Box 485 COMPANIES AFFORDING COVERAGE
Tustin, CA 92681 -0485
COMPANY A Transcontinental Insurance Co.
LETTER
COMPANY B Great States Insurance Company
INSURED LETTER
Accurate Landscape LEO°ITPEAR"Y C
& Maintenance Corp.
1910 Lime St COMPANY D
Orange, CA 92665
TLK �R E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD `
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAX HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTA DATE (MWDDYY) DATE (MMIDD,IM
GENERAL LIABILITY GENERAL AGGREGATE E 1,000,000
X COMMERCIAL GENERAL LIABILITY
TY PRODUCTSOMP/OP AGG. S 1,000,000
A CLAIMS MADE OCCUR. 1031851M8 10%01/94 10101/95 PERSONAL & ADV. INJURY E 1,000,000
X OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE E 1,000,000
X Personal Injury FIRE DAMAGE (AM one lire) E 50,000
MED. E)(PENSE(Any one Person E 51000
AUTOMOBILE LIABILITY
COMBINED SINGLE E
ANY AUTO LIMIT
1,000,000
ALL OWNED AUTOS
GODLY INJURY E
A X SCHEDULED AUTOS C131852287 10/01/94 10/01/95 (Per Pereoe)
X HIRED AUTOS
BODILY INJURY E
X NON -OWNED AUTOS (Pef 8o°Benl)
GARAGE UABILN'Y
PROPERTY DAMAGE S
EXCESS LIABILITY EACH OCCURRENCE E
AGGREGATE E
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION STATUTORY LIMITS
EACH E 11000,000
B ND GWN100798 -95 02/10 /95 02/101% DISEASE--POLICY
LIMIT E 1,000,ti00
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE IS 1,000,000
OTHER
DESCRIPTION OF OPERATIONMOCAMOWVENK:LES/SPECIAL ITEMS
All operations perforated for the City of Newport Beach by or on behalf of
the named insured in connection with, but not limited to the following
contract: G.A.P.-Bonita Creek Park Irrigation Improvements, Contract C -3055
... :.... .:... :..... ... ,9 f,.a': rr:s..6yc'a�...:H <u: "�s`r w� p>:usw Hl;:: %:, �.v.�,.v.)"•vs.,
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Newport Beach EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL )BIMMIGigMax9D
Attn: Michael J. Sinacori MAIL 30 DAYS WRITTEN NOT TO THE CERTIFICATE HOLDER NAMED TO THE
P.O. Box 1768 x: LEFr• NK1Wara6 1%W1 1XKX X*2RWX Q XVR
3300 Newport Blvd. imam= LVN1I&ELqV9V=X
Newport Beach, CA 92658 -8915 AUTHORrZED R E 4.
000231
<
Page 13
CrrY OF NEWPORT REACH
AU10HOMM LIABILITY Z15MRANCE ENDORSED
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 orregisfered in the name of an additional
insured, or (2) leased or ratted 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 M the limits of
liability of the company affording coverage."
3. The limits of liability under Oils endorsement for the additional insureds named in Paragraph 1. of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
(j Multiple Limits
Bodily Injury Liability $ U0,000 per person
Bodily Injury Liability $ 1.000,000 per accident
Property Damage Liability $x,000.000
[ Xj Combined Single Limit
Bodily Injury Liability $ 1.000,NN
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for oil 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 registered mail, Attention: Public Works Department
S. Designated Contract: QA P. - 801- TA CREEK PARK MEIGA110N j MQV EM C -3055
Project Title Contract No.
This endorsement is effective August 17, 1995 at 12:01 A.M. and forts part of
Policy No. C131852287 of
(Company Affordi a e)
Insured Accurate Landscape & Maintenance Endorsematt
Corp.
Issuing Company Boyd *Barton & .Assoc. By
(A orired Representative)
Page 14
tTV OF NEWPORT BEACH
GENERAL IJABrr.1TV INSURANCE Eta =DO S MENT
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 arisirtr 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 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:
`Ihe insurance afforded by the policy applies se arately to each insured against whom daim is made or suit is
brought, except with respect to the limits of the lisbillty 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 contained 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 exclusitms, if any, pertaining to the
explosion hazard, collapse hazard and undergrourxf property hazard (commonly referred to as "XCU"
hazards) are deleted.
S. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this
endorsement shall be the limits indicated below written on an "Occurrence" basis:
[l{� Commercial [ j Comprehensive
General Liability $ 1,000.000 each occurrence
$ 1.000A00 _each occurrence
The applicable limit of the 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 Genpral 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
7. Designated Contract:-G.A.P. - BONMA CREEK PARK IRRIGATION 1MPROVEMRN'15 C ans5
Project Title Contract No.
This endorsement is effective August 17, 1995 at 12:01 A.M. and forms part of
t
Affording
Insured Accurate Landscape &
Maintenance Corp.
Issuing Company' Boyd *Barton & Assoc.
Representative)
0
CONTRACT
• Page 15
THIS AGREEMENT, entered into this day of 19-95,
by and between the CITY OF NEWPORT BEACH, her after "City," and
ACCURATE LANDSCAPE & MAINTENANCE CORPORATION
hereinafter "Contractor," is made with reference to the following facts:
(a) City has heretofore advertised for bids for the following described public
work:
G.A.P. - BONITA CREEK PARK IRRIGATION IMPROVEMENTS C -3055
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsible 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:
G.A.P. - BONITA CREEK PARK IRRIGATION IMPROVEMENTS C -3055
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor shall
perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this work
as prescribed above, City shall pay to Contractor the sum FIFTY -THREE
THOUSAND EIGHT HUNDRED & TWENTY -FOUR & 29/100 ($ 53,824.29)
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 obstructions
in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and
which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor are
set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
(f) Workers' Compensation Insurance Certification
• 0 Page 16
(f) Plans and Special Provisions for GREEN ACRES PROJECT - BONITA
CREEK PARK IRRIGATION IMPROVEMENTS C -3055
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.
CITY OF NEWPORT BEACH
a municipal corporation
John Hedges, Mayor
ATTEST:
Wanda Raggio,
APPROVED AS TO FORM:
Robin Clausen, Assistant City Attorney
CONTRACTOR:
ACCURATE LANDSCAPE &
MAINTENANCE CORPORATION
Name of Conyactor (Principal)
and Title
Authorized Signature and Title
•
i
Page 17
WORKERS' COMPENSATION INSURANCE CERTIFICATION
" I am aware of the provisions of Section 3700 of the Labor Code which requires
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."
Date
ACCURATE LANDSCAPE &
MAINTENANCE CORPORATION
Name of Contractor (Principal)
GREEN ACRES PROJECT
BONITA CREEK PARK IRRIGATION IMPROVEMENTS C -3055
Title of Project Contract No.
r �
L_J
•
•
•
TO: Mayor & Members of the City Council
FROM: Public Works Department
August 14, 1995
CITY COUNCIL AGENDA
ITEM NO. 19
SUBJECT: GREEN ACRES RECLAIMED WATER PROJECT,
BONITA CREEK PARK IRRIGATION IMPROVEMENTS
AWARD OF CONTRACT (CONTRACT NO. C -3055)
RECOMMENDATIONS:
Find that the lowest bidder, Accurate Landscape
& Maintenance Corporation, can meet the
requirements for completing the proposed
contract work and declare them the 'low bidder ".
2. Award Contract No. C -3055 to Accurate
Landscape & Maintenance Corporation of Orange,
in the amount of $53,824.29.
3. Authorize the Mayor and the City Clerk to execute
the contract on behalf of the City.
DISCUSSION:
At 2:30 p.m. on August 3, 1995, the City Clerk opened and read
bids for the subject project. A summary of the results are listed below and a
more detailed itemized bid summary is attached as Exhibit "A ":
Rank
Contractor /Bidder
Total Bid Price
low
Accurate Landscape & Maint. Corp., Orange
$53,824.29
2
Toyo Landscaping, Garden Grove
68,982.83
3
EST Associates, Riverside
71,411.00
4
Marina, Irvine
85,302.50
5
Mentone Turf Supply, Mentone
88,735.00
The low bid was 34 percent below the Engineer's Estimate of
$82,000.00. This is primarily due to the current competitive construction
market.
Page 2
Green Acres Reclaimed Water Project
Bonita Creek Park Irrigation Improvements
August 14, 1995
PROJECT DESCRIPTION:
The Orange, County Water District (OCWD) is the groundwater •
basin manager for mot of northern Orar4e 4ounty. Approximately 70
percent of the northern kiud central Orange Courity cities and water districts
..,..
pump water from wells in 1s�asm. rri "aii effort to conserve water supply
and protect the groundwater basin, OCWD initiated the Green Acres
Reclaimed Water Project. OCWD is a national leader in reclamation and
serves as a model agency for other drought- stricken communities.
In 1985, OCWD requested the City of Newport Beach to
consider potential expansion of the Green Acres Project. After almost ten
years of study and design, the expansion into Newport Beach now appears
imminent. It is estimated that by Summer 1998, Newport Beach could have
a fully operational reclaimed water system.
The total OCWD Green Acres Project costs are approximately 50
million dollars. Most of the costs are being funded by OCWD and a low -
interest loan from the State of California, authorized by the State Water
Resource Control Board. On -site retrofitting for each of the potential
reclaimed water users will be jointly funded by OCWD and the reclaimed
water users. The cost of reclaimed water for each user will be set by
agreement at 80 percent of current potable water cost. •
General Services, Community Services and Public Works
Department Staff jointly reviewed irrigation requirements and other
improvements to successfully convert the park to reclaimed water use in
anticipation of the Green Acres Project.
THE LOW BIDDER:
The low bidder, Accurate Landscape & Maintenance
Corporation, is a landscape and maintenance contractor licensed to do
business in California. This company has successfully completed
construction projects for Irvine Ranch Water District and the cities of
Diamond Bar, San Dimas, Moreno Valley and Orange.
The low bidder, Accurate Landscape & Maintenance
Corporation, failed to submit the one Addenda with their bid on the
contract. The Addenda related to minor construction procedure
clarifications. The Addenda would not affect the bid enough to make up the
difference between the first and second low bidder. The low bidder,
Accurate Landscape & Maintenance Corporation, did provide the signed •
Addenda upon request and has agreed to the minor clarifications.
Based on the language in the Addenda, the City Council could
reject the bid of Accurate Landscape & Maintenance Corporation as non-
responsive. However, the City Attorney has advised that the Council has
the authority to waive the failure to attach the Addenda as a minor
irregularity since there was no competitive advantage gained by the
apparent low bidder and the low bidder complied with the directions in the
Addenda.
•
Page 3
Green Acres Reclaimed Water Project
Bonita Creek Park Irrigation Improvements
August 14. 1995
• Reference checks on their recent projects revealed a number of
comments favorable to their ability to perform the work in an efficient
manner. Accurate Landscape & Maintenance Corporation's insurance
policies and bidder's bonds meet the City's requirements. Staff believes that
the Contractor is able to complete the proposed work satisfactorily.
PROJECT COSTS & SCHEDULE:
The low bid contractor's price for the proposed project was
$53,824.29. This price is 34 percent below the engineer's cost estimate of
$82,000.00. Because of the difficult economic conditions and the lack of
City park improvement funds, OCWD has agreed to fund the Reclaimed
Water Retrofit as part of the Green Acres Project.
Because of the bankruptcy and OCWD's staff limitations, the
formal agreement authorizing these expenditures has not been executed. In
the interim, City funds will be expended for the retrofitting. The other
Irrigation and Landscaping Improvements will be funded by the City. Funds
for this portion of work are approved in the 1995/96 Capital Projects
Budget and are available in the Building Excise Tax Capital Project Fund
• Account No 7271- C4120285.
Upon award of contract, this project's anticipated completion
date is September 28, 1995 (45 calendar days from the date of award).
CONCLUSION:
The bid price is very favorable in that it was well below the
construction cost estimate. Staff believes the contractor can complete the
project satisfactorily with the required inspection and recommends award to
the low bidder, Accurate Landscape & Maintenance Corporation.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
•
By:
Miciiael J. Sinacori, P.E.
(Acting) Utilities Director
MJS:sdi
Attachments: Exhibit "A ", Itemized Bid Summary
Exhibit "B Bonita Creek Park Irrigation Improvements
N
W
O
a
U)
w
F
z�
Q
w
m Z
^O^
L.
ww
zq
O�
O
�3
U_
M�
^W^
W
0
O
Q
0
O
n7
W F
F O
x
T
w
U
v w
° Q
a � w
p
Q
oz N
W U
Lu Z w
F OU w 6E.
R
r
Q7
X
W
•
•
•
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
x
0
O
0
of
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
N
Z
o
m
�n000r
m00
�n
0000
m
7
a
n
m
m
o
r
m
o
N
o
r
Q
N
N
H
N
o
O
o
0
p
O
O
O
O
O
O
O
0
~
O
O
O
O
o
o
O
O
O
m
p
N
O
=
N
O
m�o
N
O
m
m
O�5
NN
Hw
H
N
H
H
N
N
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
ow
0
0
0
0
0
o
0-
a
0
e"a
0
0
o
oomo
0
0
0
0
of
Z
O
m
wNm
m
r
m
m
O
O
N
N
m
O
O
o
O
M
m
0
m
m
m
V
O
w
w
N
N
H
H
H
H
w
NH
w
QH
,mod,
0i
0000000o
oowv
om
m
o
n
o
p
O
O
o
0
0
0
0
o
n
M
o
o
a
a
v
v
0
w
N
��or
oomm
m
O
NH
O
H
H
N
O
M
N
W
N
N
m
O
r
1h
V
N
aZ
0
N
N
w
N
N
w
N
V1
H
O
H
m
w
N
M
N
H
N
N
N
H
N
m
VWI
O
00
O
O
o
0
O
0
0
0
0
0
0
M
0
O
o
o
O
o
0
0
o
O
o
0
0
0
o
m
o
M
Z0000000
o
vi
vi
oomvi
ai
o
m
v
�
n
N
M
m;
m
V
0
m
m
n
M
M
m
w
m
N
0
O
0
V
0
m
n
N
�n
M
Vt
r
m
Om
N
O
vl
H
N
M
r
w
m
O
l0
m
H
H
H
N
N
w
H
N
H
m
Q
w
H
m
m
O
O
O
of
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
m
0,
O
m
O
�n
m
N
O
O
of
O
O
m
N
m
r
O
0
0
m
O
p
J
er
H
H
H
H
H
M
N
w
N
V
ry
N
N
F
o
o
o
v
o
v
N
v
o
0
o
o
m
m
o
o
Io
q
O
m
m
oo
m
FOm
Z
C
o
of
vi
m
of
o
�o
m
�c
C
G
m
m
vi
cu
�oN
mmo
�n
min
�nmo
amN
�m
m
m
inr
nmm
o
�N
m
N
v
Oom�
m
wHHH
H
wwHN
cQ
uMi
u
N
9
O
m
m
m
p
m
m
m
p
00
p
m
m
p
0
J
O
V
O
m
0
0
o
Ili
w
m
o
m
m
v�
O
H
f
r
O
0
m
m
m
l0
N
m
M
N
F
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Z
0
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
C
0
0
0
M
p
O
O
O
tO
O
N
m
0
of
o
0
0
0
0
r
m
O
v
m
m
m
m
m
O
N
M
O
V1
N
N
N
N
Q
N
H
N
H
H
N
N
w
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
H
0
0
m
0
0
0
0
0
0
0
0
0
p
c
0
of
w
Z
N
o
n
v
o
�n
o
0
0
O
O
N
m
w
M
N
H
N
N
N
w
N
H
N
N
N
H
H
N
N
H
J
J
J
W
W
W
W
Q
Y
W
W
W
W
J
J
J
J
y
F'
O
Q
O
W
O
C
N
m
C
N
Z
E
E
E
E
d
2
2
m
E
f.
E
E
O_
v
v
a
>>
«
0
m
o
E
F
0
0
h
V
0
u
O
c
W
°'
E
A
m
U=
V
j
j
e
N
m
W
m
N
m
E
>
m
o
a—�i
d_
%
aVi
c
c>
Ic-
"v
vinN�
�
min
¢'
V
MNC99i
B
�
m
w
N
m
v
in
0
r
m
m
O
;
N
f2
O
0
r
U
R
r
Q7
X
W
•
•
•
• N
LL
O
N
V
a
• w
F_
..1
U
Q1
F
LL)
w
^O
W
LL) m w
3
zo
o
0
F3
U
U_
M�
W^
4
•
O
Q
O
m�
d
a O
cI
m
i�
J
F-
f"
fL
W
z
Z
W
e
W
F
Q
D
N
u
U
W
I
U
E
F
W
Q
E
U
iLW
iL
a
iI
z
0
¢
z
Z
Hill
z
z
0
O
Q
t
z
z
Z
0
O
z
z
0
0
0
0
0
0
0
0
0
0
0
co
0
0
0
F
0
O
0
O
In
N
O
0
O
0
O
0
o
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Z
0
O
-
P
O
P
W
P
N
W
W
0
0
0
0
0
0
N
N
O
O
w
P
Q
I
H
m
t0
n
O
O-
M
H
M
H
O
In
H
0
vl
0
o
0
O
0
Ol
0
M
H
H
H
H
H
H
H
H
H
N
O
Q
H
H
H
A
N
H
00
o
0
0
0
0
0
0
0
0
0
0
0
0
of
o
In
n
N
o
0
0
o
o
o
o
o
o
0
0
0
0
oni
I.iO00000
00
00
000
J
Z
H
H
M
N
O
O
N
M
=
F
O
N
N
M
M
M
VI
H
-
H
H
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
o
0
0
o
o
o
o
0
o
o
o
o
4
0
0
'^-
g
O
O
W
O
N
W
O
M
O
O
O
O
O
N
M
N
N
t0
H
H
H
H
O
yl
1/
N
H
N
H
M
m
H
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
F-00a
oo
oo
o0
o0000
o
In
Z
H
P
H
M
N
N
N
M
N
M
N
Vf
H
N
H
W
K
M
H
H
H
N
H
H
H
N
H
H
H
O
1
Z¢
N
N
Q
E
E
=_
m
E
o
E
m
O
w
m
>
>
>=
N
N
f
2
O
O
U
O
V
M
M
C
y
V
C
N
v
m
2Q
v
m
N
v
in
in
¢
V
M
N
M
O
N
f0
h
m
g
O
N
N
Y
Z
O
t� // �/ ^Z
\Z
rvZ O
Q mo
w Z
W i IA N
Ep p
6 / li=l. IrI g
mw
/s..� ��
zm 1lI i�` �,� z3 , �6
pr
co
am wNw
ip. ,il
w WL W
Lad
\. I
=aiB ac
Z O
r
Ise, '•; 14 �p J
jt1 I�ilj sit ' ., Ulf
I It 1
z
i' i
I\ I k �� �)�ii� • � S � I T I / 1 v v o
l
° I it
I
N
H
z
W
LU
W
i
O
a
z
0
H
U
K
Y
a
Y
W
W
U
I-
z
O
m
m
h
•
•
6
July 10, 1995
CITY COUNCIL AGENDA
ITEM NO. $i2U
TO: Mayor & Members of the City Council
FROM: Public Works Department
SUBJECT: GREEN ACRES RECLAIMED WATER PROJECT,
BONITA CREEK PARK IRRIGATION IMPROVEMENTS
(CONTRACT No. C -3055)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for
construction of the project.
a. Bids to be opened at two thirty o'clock in the
afternoon, (2:30 p.m.) on August 3`d,1995, at the office
of the City Clerk.
GREEN ACRES RECLAIMED WATER PROJECT OVERVIEW:
The Orange County Water District (OCWD) is the groundwater basin
manager for most of northern Orange County. Approximately 70 percent of the
northern and central Orange County Cities and Water Districts pump water from
wells in this basin. In an effort to conserve water supply and protect the
groundwater basin, OCWD initiated the Green Acres Reclaimed Water Project.
(Refer to Exhibit "A" attached). OCWD is a national leader in reclamation and
serves as a model agency for other drought- stricken communities.
In 1985, OCWD requested the City of Newport Beach to consider
potential expansion of the Green Acres Project. After almost ten years of study
and design, the expansion into Newport Beach now appears imminent. It is
estimated that by summer 1998, Newport Beach could have a fully operational
reclaimed water system.
The total OCWD Green Acres Project costs are approximately 50
million dollars. Most of the costs are being funded by OCWD and a low- interest
• loan from the State of California, authorized by the State Water Resource
Control Board. On -site retrofitting for each of the potential reclaimed water
users, (see attached Exhibits "B" and "C "), will be jointly funded by OCWD and
the reclaimed water users. Cost of the reclaimed water for each user will be set
by agreement at 80 percent of current potable water cost.
POP)
• Page 2
Green Acres Reclaimed Water Project Overview
Bonita Creek Park Irrigation Improvement Project
July 10`, 1995
BONITA CREEK PARK IRRIGATION IMPROVEMENT PROJECT
The approved 1994/95 capital project budget included a $5,000 •
project to review irrigation deficiencies at Bonita Creek Park. This study was a
precursor to the irrigation improvement work currently proposed.
General Services, Community Services and Public Works
Department Staff jointly reviewed irrigation requirements and other
improvements to successfully convert the park to reclaimed water use in
anticipation of the Green Acres Project.
The General Services Staff identified Capital Projects that were
approved for the 1995 /96 fiscal year budget. These project recommendations
included a $60,000 expenditure for Bonita Creek Park Irrigation
Improvements, which did not anticipate the additional capital requirements
related to delivery of reclaimed water. With those additional capital
requirements, the total estimated project costs for the Bonita Creek Park
Irrigation Improvement Project is $125,000. The following table summarizes
the various work efforts required.
Bonita Creek Park Improvement Project •
Engineers' Cost Estimate
Item
Reclaimed Water Retrorit Improvements
Amount
Reclaimed water meter and piping
$23,000
New domestic water meter and piping
15,500
Irrigation piping and modifications
24,000
Reclaimed water use signs and tags
2,500
Subtotal Reclaimed Water Improvements $65,000
Irrigation and Landscaping Improvements
Replace various sprinkler heads and control valves
$22,000
Gypsum (fertilizer) Injection System
21,000
Improve berm and other miscellaneous landscaping
17,000
•
Subtotal Landscaping Irrigation Improvements
$60,000
Total Estimated Project Cost $125,000
Page 3
Green Acres Reclaimed Water Project Overview
Bonita Creek Park Irrigation Improvement Project
July lo'", 1995
• STAFF RECOMMENDATION, SCHEDULE & FUNDING:
Because of the difficult economic conditions and the lack of
City park improvement funds, OCWD has agreed to fund the Reclaimed
Water Retrofit as part of the Green Acres Project. The other Irrigation and
Landscaping Improvements are proposed for funding by the City. Funds
for this portion of work was approved in the 1995/96 Capital Projects
Budget and are available under Building Excise Tax Capital Project Fund
Account No 7271- C4120285.
The contract allows 45 calendar days to complete the work as
planned and work is anticipated to start on August 21st, 1995. The
construction schedule will be dictated so that work will be done during
morning and early afternoon hours to reduce impacts on park use.
On June 6'', 1995, the Green Acres Reclaimed Water Project and
Bonita Creek Park Irrigation Improvements Project were presented and
reviewed at the Parks, Beaches and Recreation Commission. The Commission
unanimously approved the City's continued involvement with the Green Acres
Project and the planned improvements to Bontia Creek Park.
is The General Services, Community Services and Public Works
Department Staffs jointly recommend approval of the Bonita Creek Park
Irrigation Improvement Project.
Respectfully submitted,
Michael J. Sinacori, P.E.
(Acting) Utilities Manager
MJS:sdi
• Attachments: Exhibit "A", Green Acres Project Service Area.
Exhibit "B ", Potential Users in Newport Beach.
Exhibit "C ", Summary of Probable Potential User Demands.
Exhibit "D ", Bonita Creek Park Irrigation Improvements
• •
x
w
l;
i
N. T. S.
BAYVIEW COUNTY
PARK
EASTBLUFF MIDDLE
SCHOOL
EASTBLUFF PARK
s%
EAS78LUFF COMMUNITY
GREENBELT (3 METERS)
CORONA DEL MAR —
HIGH SCHOOL
ST. MARK'S CHURCH
EXISTING GREEN ACRES PROJECT -
PHASE I PIPELINE
PIPELINE ALIGNMENT
JAMBOREE MEDIANS -
77 METERS (TYP.)
BONITA CREEK
PARK
EAST SLOPE OF
EASTSLUFF DRIVE
BASSWOOD PARK
IFIF
I
x
x
w
SMALL GOLF 0 kA14
COURSE m �� HEM
BIC CANYON GOLF COURSE
(2 METERS)
NEWPORT BEACH
COUNTRY CLUB FsLAND s
r„
C NEw OR
COq ENTER k
FASHION ISLAND MANAGEMENT
GRANVILLE APARTMENTS tiw °�"r (5 METERS
FIGURE NO. 1
POTENTIAL USERS
ASL Consulting Engineers ORANGE COUNTY WATER DISTRICT
GREEN ACRES PROJECT
i •
w ;J
W
z
C7 I—
7
7 k
w
z
Z
O
U
J
N
G
•
O
W
S O
W
¢
cr
z
z
W
2
W
¢
w
d
W
Cn
I
to
n
O
n
p
O
(O
O
O
O
O
O
(D
O
c
O
ID
O
c
O
O
O
O
c
O
to
O
c
Z W
O
J
¢
�
U
n.
°
r z
z
o
LLI
=
O
r
N
N
O
O
N
C
O
C
C
O
h
Q
W
O j
N
^
r W
m
°
W
= w
U_
¢ Q
¢
N
y U a
°
LL, 3:
¢Ow
N LLJ Z
Q
wQ
H Q
z
Q W
O
O
O
c
O
O
O
O
c
O
c
O
N
O
O
O
O
O
D
O
D
o
O
O
O
O
O
O CL 0
�3
CL
O
O
N
LO
O
r.
^
^
WF-
Z
O
'L<
aw
Z
w
a
a QO-
m
~ U w Z
Qm
W W
UJ ¢
0
z0
a
W
�GIL<L
Q W
W
O
m N
O_
O
O
n
O
c
c
c
O
O
N
co
r
tO
.-
to
^
M
�'
cn
ft Z
O
c
n
n
tO
N
N
N
N
w
¢
O W
CL
a
a
�
= <
�
`m
y
°
E
E
rj
o
a
U
o
ti
tO
¢
r,
c7
o
d
-
0
c'
W
c
o
s
_m
°
E
U
U
?
o
s
H
)
-
m
o-
U
E
E
L
d
5°'
C,
a
G
m
G
O
m
0
U
U)
tv
IL
U
m
(j
O
U>
d
y
3
N
Y
°
o
�
d
N
rn
m
z
W
U
m
W
(n
W
m
W
(u
m
N
U
H
m
W
w ;J
W
z
C7 I—
7
7 k
w
z
Z
O
U
J
N
G
•
0
w
>_U
K W
�o
Y
(J Q
F
UI°
WQ
a
3
0
V
w
nZZ
UVW \Z
n> NZ
y°>
Wive N�
J xa
w
3
.r
[,,
W
W
cc
U
Q
Z
O
m
T
O
Z
MW
I.i
7
ll.
11111Al
050000 cZ
LLJ
N C
W
O
CL
C a
.r
C Z
W
F
Q
U_
C m
•r �
N �
C Q
CL
O Y
U W
W
w
J
N Q
Q Z
0
m
0
t
X
W
Authorized to Publish Adsortlsements of all kinds ing public notices by
Decree of the Superior Court of Orange County, Somia. Number A•6214,
September 29, 19.61, and A•24831 June 11, 1967.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) ss.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; l am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City_of Costa Mesa, County
of- Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
July 20, 26, 1995
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on July 26 , 199 5
at Costa Mesa, California.
Signature
VA
0