Loading...
HomeMy WebLinkAboutC-3384 - Park Playground RefurbishmentAugust 14, 2002 ClY OF NEWPORAEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Green Giant Landscape 941 -A Macy Street La Habra, CA 90631 Subject: Park Playground Refurbishment (C -3384) To Whom It May Concern: On August 14, 2001, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on September 20, 2001. The Surety for the contract is American Motorists Insurance Company, and the bond number is 3SM 986 384 00. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P.E., Construction Engineer enclosure 3300 Newport Boulevard, Newport Beach 0 0 BOND PREMIUM BASED ON CITY OF NEWPORT BEACH FINAL C0,13RACT PRICE PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT EXECUTED IN FOUR COUNTER PARTS CONTRACT NO. 3384 BOND NO. 3SM 986 384 00 FAITHFUL PERFORMANCE BOND r'.1GE 'R The premium charges on this Bond is $ 3,144. 00 being at the rate of $ 2 0. 00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract for construction of PARK PLAYGROUND REFURBISHMENT, Contract No. 3384 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3384 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and American Motorists Insurance Company , duty authorized to transact business under the laws of the State of California as Surety (hereinafter 'Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of one hundred fifty -seven thousand, two hundred two and no /100 Dollars ($157,202.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to ba made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. � w PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, 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 way 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. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (9) year following the date of formal acceptance of the Project by the City. In the event that the Principal 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 2nd day of. _ February , 2009. Green Giant Landsacpe, Inc. Name of Contractor (Principal) ican Motorists Insurance Company Name of Surety 7470 N. Figueroa Blvd. Los Angeles, CA 90041 Address of Surety 877) 305 -BOND Telephone SM Authorized Agent Sign Michael B. Cundiff Attorney -in -fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - i`RPOSE ACKNOWLEDGMS State of California County of Orange On FEB - 2 2001 before me, Susan E. Morales/Notary Public NAME, TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER(S) ® Personally known to me . or - ❑ RALES SUOSMAN E#MO6 l 16606 NOTCARv tMU. BUC 1. CALIFORNIA ORANGE COUNTY MY Comm. EXP.. Oec. 25, 2001 I/ Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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 /herltheir signature(s) 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. (SIGNATURE OF NOTARY) 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 /OWNER ❑ 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) Lumbermens Mutual Casualty Company American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT Bond(s) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 0 a CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 September 20, 2001 Green Giant Landscape 941 -A Macy Street La Habra, CA 90631 Subject: Park Playground Refurbishment (C -3384) To Whom It May Concern: On August 14, 2001, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on August 16, 2001, Reference No. 20010569962. The Surety for the contract is American Motorists Insurance Company, and the bond number is 3SM- 986 -384- 00. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lb cc: Public Works Department Lloyd Dalton, Project Manager encl. 3300 Newport Boulevard, Newport Beach E • Recorded in Official Records, County of Grange RECORDING REQUESTER �Cf i Gary Granville, Clerk - Recorder WHEN RECORDED RETURN TO: ��lil!II;LiIIIII��i;I�III�I� I�I Illlil!�;l�ii�NO FEE rot All 27 18 :29 115 az N,20010569962 E55pm 06116101 City Clerk 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92661 FICE OF �.1 HE M 1 r f,.E CI1 ! OF . _Y,FOiti BEACH Voillp, full, 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 Green Giant Landscape, Inc., of La Habra, California, as Contractor, entered into a Contract on January 23, 2001. Said Contract set forth certain improvements, as follows: Park Playground Refurbishment, C -3384 Work on said Contract was completed on July 23 2001, and was found to be acceptable on August 14, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists Insurance Company. Public rks Director City of�ewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on / C� (�f� u. �(P a�� at Newport Beach BY II lY e_ Alad6,- City Clerk California. (3y) C -359'4 August 14, 2001 CITY COUNCIL AGENDA ITEM NO. 12 TO: Mayor and Members of the City Council FROM: Public Works Department I t?t)D( 14'ET� �i Y Y1JY mot/' SUBJECT: PARK PLAYGROUND REFURBISHMENT, CONTRACT NO 3384— COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION: On January 23, 2001, the City Council authorized the award of the Park Playground Refurbishment Project to Green Giant Landscape, Inc., of La Habra, California. The contract provided for site and drainage improvements at Spyglass Hill Park playground, replacement of playground equipment at Spyglass Hill Park and within West Newport Park at Fern Street and Lugonia Street, and the construction of rubberized, poured -in- place safety surfaces on Fern Street, Lugonia Street, Spyglass Hill, and Peninsula Park playgrounds. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $157,202.00 Actual amount of bid items constructed: 157,883.00 Total amount of change orders: 0 Final contract cost: $157,883.00 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional rubberized play surface required for the sites exceeding the bid item quantities. The final overall construction cost was 0.4 percent over the original bid amount. No change orders were written for the project. SUBJECT: Park Playground Refureent, Contract No. 3384 - Completion And Accept* August 14, 2001 Page 2 Funds for the project were budgeted in the following account: Description Account No. Park Improvements Program 7015- C3170043 Park Renovations 7021- C4120431 Playground Equipment Replacement 7021- C4120284 Total All work was completed by July 23, 2001 the scheduled completion date. Respectfully submitted„ PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: R. Gunther, P.E. Construction Engineer Amount $18,529.00 $55,178.00 $84,176.00 $157,883.00 January 23, 2001 J CITY COUNCIL AGENDA ITEM NO. 8 kPPRCV`D TO: Mayor and Members of the City Council FROM: Public Works, Community Services, and General Services Departments SUBJECT: PARK PLAYGROUND REFURBISHMENT — AWARD OF CONTRACT NO. 3384 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Find that the apparent low bid of Micon Construction is non - responsive and reject their bid without prejudice. 3. Award Contract No. 3384 to Green Giant Landscape for the Total Bid Price of $157,202.00, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $8,000.00 to cover the cost of unforeseen work. DISCUSSION: At 11:00 A.M on January 10, 2001, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Micon Construction 146,311.00 2 Green Giant Landscape 153,602.00' 3 Beador Construction 188,000.00 4 Malibu Pacific Tennis Courts 199.300.00" 5 Ryco Construction 264,462.00 'Corrected total bid amount is $157,202.00 "Corrected total bid amount is $199,296.75 The apparent low bidder, Micon Construction, submitted a letter with their bid (copy attached) qualifying the bid. In the letter, Micon offers to contract for the work provided that Miracle playground equipment and Spectraturf rubber surfacing may be substituted for the Columbia Cascade equipment and Vitraturf surfacing that was specified in the bid documents. Public contract law allows for substitute materials when the quality of the substitution is found to equal or exceed the quality of the materials that were specified. Staff has researched and compared Micon's substitute materials with the specified materials. Staff determined that Spectraturf is substantially equal to Vitraturf; however, Miracle's equipment is not as strong as Columbia's. In addition, Micon's parts list did not include the swing sets required at three of the park sites. (The bid prices for equipment total approximately 70 percent of the total bid prices - see attached Bid Summary). SUBJECT: PARK PLAYGROUNDEFURBISHMENT —AWARD OF CONTRACT NO. 330 January 23, 2001 Page: 2 Accordingly, Staff recommends that the City Council find that Micon's bid is non- responsive and reject their bid without prejudice. The second low bid amount is 16 percent above the Engineer's Estimate of $135,000.00. This disparity may be explained by reviewing the broad range of total bid amounts, which seems to reflect the abundance of contract work being performed at this time in Southern California. The second low bidder, Green Giant Landscape, has satisfactorily performed previous contract work for the City and possesses a General Engineering Contractor "A" license as specified in the bid documents. PROJECT DESCRIPTION: This project provides for: • Replacing certain site improvements at Spyglass Hill Park playground and constructing drainage improvements within the park • Replacing playground equipment at Spyglass Hill Park and within West Newport Park at Fern Street and Lugonia Street • Constructing rubberized, poured -in -place safety surfaces in Fern Street, Lugonia Street, Spyglass Hill, and Peninsula Park playgrounds The plans and specifications for the project were prepared by two equipment manufacturers, a landscape architect and by Public Works staff. The contract stipulates a maximum number of working days permitted to complete work at each park site, and all work under the contract must be completed within 70 consecutive working days. Liquidated damages are $250.00 per calendar day. Funds to award the contract and provide for unforeseen work are available in the following accounts: Description Park Improvements Program Park Renovations Playground Equipment Replacement <R�es�jpecctffuully submitted \Pt18ttC RK A MENT Don Webb, Director Account No. Amount 7015- C3170043 18,529.00 7021- C4120431 62,497.00 7271- C4120284 84,176.00 TOTAL 165,202.00 COMMUNITY SERVICES DEPA�NT- LaDonna Kienitz, Director By: GENERAL SERVICES DEPARTMENT Lloy alton, P.E. David E. Niederhaus, Director Design Engineer Attachment: Bid Summary Micon's letter Project Location Maps F Z U W a W � Qi Q �a 0 CLy W Y Z 4 0 H J U m a i< 0 - w r tF _ F U m U O 0 N w s p Y a A w U ° U U z W O ¢ Q O U � O m m m N m 0 0 z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z 0990 p p 0 0 0 0 0 0 0 0 0 0 O F 0 0 0 0 0 0 0 0 0 n O u 7 0 0 0 0 C Z 000 00 � 000 N n ON in000 0 5 0 c 0 0 0 m MMm m00+mOM Nm N Om ��.. N «¢ z m c 5 ^ 0 z U Z °00000 0000000000 0 5 000000 omoo0oo000 a O OOOOOW NNni ONOOOO 0 mt�00°0 i - Wv00 -..Omo m M m ma Z 0 0 0 0 0 N CC 7 m.. 00 MN V m M Z 5 0 00000 0 0 0 000000 o p rOOO000. 0 0 0 0 0 0 0000000000 0 0 0 0 0 0 0 0 0 p Z O N O O O O 00000 0 0 0 m 0 0 0 0 N 5 0 0 0 O O N O O O m O N O O O O o 0On n 0 O OOn 0 N ntO Nnm.+.+0 0 O m m 0 m0 0 N c0nnmmOM Ni MME v.. a Q I I I N � 0 f0�1 nm tD Op n m a 02Nv Nmm, I I p C 4 00 0 0 0 0 O 000000000 m a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N C O oN000� ui0000uao0 o 0 0 0 i 0 o 0 0 (D7 000 O o 00I O o 0 .-� N ino 0 0 0 000 0 0 0 o Zon000 N O O O O W 0 N 0 m 0 O 0 O of Z 5 m N O m n N mtD N MiO N mZn IOnO OpiM MT 000000 nom 0000000000 e m m 999009 0 0 0 0 0 m m 0 0 0 0 O O m 0 0� 0 O O m m O N n O O m 0 ZOO 0 0 ti m M� 0 n m m N m m m 0 0 m ^ c SlOm. O O -i O mm O .+a 0 0MN 0 0 •+01m 0 0 0 0 000 0 0 n 6mm 0 0 m Q n m.; O O m O O m U I N M , O1N V O+O Nn Om0 �p �¢ o°° m oo ti m M W a N c a ion 0 U 000000 0 0 0 0 0 0 0 0 0 0 O O O O O m m O m O O m m 0 0 0 a 00, O O� a m m m m O m a 0 0 m m 00000 0 00 �06.:666000 N m N N_ I m VZ l0 o m m- N a w o- - m V o O 5 m O n m m -0 N - J 5006 .+ NM N 000000 00 0 0m 00 0N 0 O x 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 Y Z J J J J O O Ooo� 0 . 0 0 I n O O O O O m N 0 0 0 0 m 0 0 0 O m n 14 I m m m O z 2 n N 0 0 0 M 4 N m a m ¢ m 01 N M M NN M W U D N C C N d C w0000 a 0 0 0 0 0 0 0 0 0 0 0 '� E 000000 iO 'm 0000000000 o E u w m 0 . m m iri ^00m E'E i Z iOO OO'" Q'EWw �oO� 0 w w 5 r,: N 0 0 0 c t N m m � a m c ; N c U o W, a H w i o a .0 o o y 0 H QNN a m O E a q m U f 0 p a 5 C7 a u � a U � �m°N O C = O U° c; L N LL U~ N Oo � N m Nc m u o 3 E tp n a o O u 1 U C U c ? m E E E ` 01 H o a E _ o o. 0 7U E W U c a m m N M f m p w a d 9 W a N mm J- A9 0 3y o�°n c c aU w i o c` a U F v m m 0 ° n r o E m a a s 0 u E a 0 o c o m A 3 U a �A - - 0 in 'c 0 3 w s t a E E O m a U a c o... J m— - U c U c? Y a U c �pli a Jena' mF D:F -M3a do CD 0 W. y N m V m m n m 01 0 9 N M O m l0 H 0 m a g P 3 E a E E i e 0 8 8 n z Z 5 O z 5 ^ z Z 5 O i F = Z 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O 0 0 0 0 0 0 0 0 0 0 p N O O O O O 0060000000 Z Z n 0 0 0 0 N Nom 0 O m m 0 0 0 ry c0nnmmOM mOm Q orn nNmn m �O 0 nm tD Op n m a 02Nv Nmm, I I p � 4 m N C O 000000 O o 0 0 0 0 0 0 0 0 U o O o O O o 0 0 0 0 0 0 0 0 0 0 o N O O O O W 0 N 0 0 0 O O O O p^`a N mtD N MiO mZn IOnO OpiM MT nom e m m N V N m m F 0 0 0 0 0 0 N O O m O O O O O O ^ Z O O O O O O 0 0 0 0 0 0 0 0 0 5 0 0 m m 0 0 m O� O O O� O m m O O O u000mOOm O1N V O+O Nn Om0 N o°° m oo ti m M W ' a ion D_ 0 00 000 moo.+000000 a 00000° moomo00000 m 00000 �06.:666000 o o m m O- N a w o- - O m o I Zoomoo -0 ONO - r 5006 os6a N N N M N m LL LL. LL Z LL m li LL N Q¢ Y J J J J J m F- f Z N atpO ONN-NN ~ I m m 01 r N NN U D C C N d C t a > C y '� E c iO 'm o E u m 0 ZO E'E Q'EWw 0 n ¢m c t � a m c ; N c U o W, a w i o a .0 o o y 0 ry a m O E a q m U f 0 p a °• C7 a u � a o n �m°N O C = O U° c; L N LL U~ N Oo N N Nc m u o 3 E tp n o O u 1 U C U c ? O 7U N m O N M f m m m a g P 3 E a E E i e 0 8 8 n MIC011CONSTRUCTION GENERAL BUILDING CONTRACTORS License # 744198 CA #154926 AZ January 10, 2001 City of Newport Beach 3300 Newport Blvd Newport Beach, CA 92658 RE: Park Playground Refurbishment PROD: #3384 PLEASE NOTE: Micon's bid is submitted only using Miracle Playground Equipment as a substitution for all of the playground equipment and Spectratruf Rubber Surfacing as a substitution for Vitraturf. Attached are specifications for both substitutions and drawings for the Miracle Playground Equipment. Thank you for your consideration. 780 S Van Buren St. Suite #G / Placentia, CA 92870-6631 / 714.666.0604 / FAX 714.666.1007 19420 Kennedy Drive Mayer, AZ 86333 800.949.0203 SAGLASS HILL PAFA Rio J m v�� I O/'9 �P 2 ��. O✓ Ql� r /�� ✓ �� XA, G 0 150 300 Feet 4, � ✓� �F �i ,N nA, im- EL r� N Z rn 03, Z. O� - 0� D ,C4 2� UCERNE o a 9��F Park Location r-1 c D �1 - Q �r n NP W� � / ti - O L,F z pR -o Vk *ST NEWPORT PAOK G PN P� p Q Q � 4 m JZ �`O CANAL � CEDAR ST cr /c ° m fie' C�/ 5 cogs O r 5 Park Location QQ° (b CO N W E S �C-3 CO 0 200 400 Feet 'PENINSULA PARK ' liE ,. tigR� CID O7 N W +E S 0 150 Feet Q� rl S Q ,Q C� P CD Park Location 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11 a.m. on the 10th day of January 2001, at which time such bids shall be opened and read for PARK PLAYGROUND REFURBISHMENT Title of Project Contract No. 3384 $ 135,000 Engineer's Estimate F c ry i Approved �y Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Required Contractor License Classification(s) required for this project: "A" For further information, call Lid Dalton Project Manager at (949) 644- 3328. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 0 0 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. PAGE 2 8. 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). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. 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. The signature below represents that the above has been reviewed. LD1?o4-7 e� Iq t L —a7 Contractor's License No. & Classification Cut 'n CkAnt ILA Nc15rAp, Bidder ff Mal .,,. III .,! 1[ 9to, to FRFJ[l': G�'EEI! GIANT U411;3CRF'E H F'HIJHE 1,10. : Sr.2' 690 5029 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • Jan. 02 2'i iul �3F'H F' PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 BIDDER'S BOND PAGE 3 Bond: #3SM 888 274 00 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of 109 of the Bid Amount Not to Exceed Eighteen Thousand & NOZ QDIlars ($ 18.000.00 ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PARK PLAYGROUND REFURBISHMENT, Contract No. 3384 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 9th day of _ January Green Giant Landscape, Inc. Name of Contractor (Principal) uthorized i aturefTitle American Motorists Insurance Company Name of Surety 7470 N. Figueroa Blvd. Los Angeles, CA 90041 Address of Surety 714) 771 -4701 Telephone Authorized Agent Signature Michael E. Cund'ff /Attornev_1a -fct Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 01 -08 -01 17:48 RECEIVED FROM:562 690 5029 P.08 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On JAN 09 2001 before me, Susan E. Morales/Notary Public NAME, TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER(S) ® Personally known to me • or - ❑ Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his(herltheir authorized capacity(ies), and that by hislherltheir SUSAN E m ')Hn.•:.es 1: signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OUNTY ,� .. ^y Comm. Exp. Cec. 25. 2001 WITNESS my hand and official seal. (SIGAATURE OF NOTAR 1) 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 /OWNER ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENl "n'Y( IES) Lumbertnens Mutual Casually Company American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT Bond(s) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT MEMPER. Home Office: Long Grove, IL 60049 Know All Men By These Presents: is 41 POWER OF ATTORNEY That the Lumbermen Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois, (hereinafter collectively referred to as the "Company ") do hereby appoint Michael E. Cundiff of Orange, California""' " " " " " " " "' their true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO MILLION DOLLARS ($2, 000, 000. 00)"""""""""""""""'......»....« ............................... EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001 This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, We and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in wrifing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which, it is attached, shall continue to be valid and binding upon the Company.' In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this August 30, 1999. Attested and Certified: Lumbermen Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company �+auW 44� alln Yy �Nal� Robert P. Hames, Secretary by J. S. Kemper, III, Exec.Vice President STATE OF ILLINOIS SS • COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, 111 and Robert P. Harries personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. My commission expires 1 -2 8-02 CERTIFICATION ►A1AAAAAAAAA• 40 "OFFICIAL SEAL" ► f Iran mswsr ► f Notary Pubbiw stall on to no Is ► f ag Espnas Jm =. war ► •vvvvvv7Tvvvv WADI. Irene Klewer, Notary I, J.K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the attached Power of Attorney dated August 30, 1999 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and Robert P. Hames, who executed the Power of Attorney as Executive Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company on this �RN0 9 20M uuw 4ee e x "su my r H p Eire s y("" xu.m °.. COa1J/11ba 3 [��,�,,�.,�� �+a aM` V+e cwn J. K. Conway, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. FK 0362 6-96 Power of Attorney - Term Printed in U.S.A 0 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 DESIGNATION OF SUBCONTRACTOR(S) 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 represents that he /she is fully qualified to and 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. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 2. 3. 4. 5. 6. 7. 8. 9. Subcontract Work Subcontractor Address 10. Gpr,t 1 YIN pSCPrPcc - , 0 FO-r Bidder Authorized ignature/Title PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency Person Telephone To Contact Number S' 7'34 C" er) U),41rVL- Ooa/ 14 h70 �o° CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of n A A n ctE ) PAGE 6 Q P AZA t L H-5 , being first duly sworn, deposes and says that he or she is �c,ntvir ofrjeap,�r , ail% LAivoc,Ant ,the party making the foregoing bid; that the bid is not made 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 party making the foregoing bid; that the bid is not made 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, sought 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. I declare under penalty of perjury of the f the State of California that the foregoing is true and correct. n / l)q. (�iAnt Bidder Authorized ignaturelTitle Subscribed and sworn to before me this qI Notary Public day of 2001. [SEAL] BOSEMEIBE TOLEDO HENDENSON - Camm.d1119S30 r^ N ` NOTAflY PUNC CAMBIA N tea Anylu C000ly My Commission Expi s: u c mm n,7002 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed ten (10) days (not including Saturday, Sunday and Federal Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND PAGE 7 and delivered to the Engineer within holidays) after the date of receipt 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 VII (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. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 CONTRACT PAGE 8 THIS AGREEMENT, entered into this 23rd day of January, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Green Giant Landscape, Inc., of La Habra, California, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: PARK PLAYGROUND REFURBISHMENT Project Description 3384 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3384, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and ail utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. • • PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred fifty -seven thousand, two hundred two and no /100 Dollars ($157,202.00). 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 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 Green Giant Landscape 941 Macy Street La Habra, CA 90631 562 - 690 -6208 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with origina endorsements effecting coverage required by this Contract. The certificates anc endorsements for each insurance policy are to be signed by a person authorized by that • • PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • 4. Other Insurance Provisions • PAGE 11 The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 0 0 PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. s 0 PAGE 13 CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY OF NEWPORT BEACH U��' A Municipal Corporation Y: CITY CLERK Mayor APPROVED AS TO FORM: .� W -r AW0911V Green Giant Landscap , Inc. �. B Authorized Si nature and Title 'ACORD CERTIFICATOOF LIABILITY TM INSUR f4CE I DATE (MM /DDM) OZ /09/2001 PRODUCER (949)261 -5335 FAX (949)261 -1911 Tutton Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2913 S. Pullman St. .. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana, CA 92705 E'" r GA800141 INSURERS AFFORDING COVERAGE INSURED 1 2 INSURER A Navigators Insurance Co. (AES) INSURER B. American States Insurance Co. Green Giant Landscape, Inc. 941 -A Macy Street INSURER C. National Union Fire (AES) La Habra, CA 90631 INSURER State Comp. Insurance Fund INSURER E. GEN'L AGGREGATE LIMIT APPLIES PER POLICY JECT PRO LOC COVERAGES 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM /DO/YY) DATE(MM /DD/YY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE T OCCUR GA800141 10/09/2000 10/09/2001 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 50,00 MED EXP(Any one person) $ 5,000 PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY JECT PRO LOC PRODUCTS - COMP /OP AGO $ 1,000,00 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON- OWNEDAUTOS 10E68198020 A 10/09/2000 ENDED 10/09/2001 COMBINED SINGLE LIMIT (Ea aoudenI) $ 1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per aWdent) $ X DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN EAACC AUTO ONLY AGG S $ C EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION S BE7407825 11/22/2000 10/09/2001 EACH OCCURRENCE $ _2,000,000 AGGREGATE $ Z , 000, 000 $ $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 290000147600 04/01/2000 04/01/2001 11TORY LIMITS ER - E L EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,ODO,00 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ity of Newpot Beach, its officers, officials, employees and volunteers are named additional insureds n GL per attached ANF160a (8/99) and on auto per attached CA7135 (12/93) (WC) Waiver of subrogation requested from carrier *10 Day notice of cancellation for non - payment. This insurance is primary and non - contributory per policy forms. E: Park Playgroung Refurbishment- Contract No. 3384 ULKI IFIGA It HULUEK I I ADDITIONAL INSURED; INSURER LETTER CANCELLATION AUUKU 25-b (7197) FAX: (949)644 -3328 ` SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newpot Beach EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILENDEAVOR TO MAIL Public Works Department DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, Attn: Lloyd Dalton BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Blvd. OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Newport Beach, CA 92663 Bill Tutton /CLAUDI AUUKU 25-b (7197) FAX: (949)644 -3328 ` THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) CG 20 10 1185 SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, officials, employees & Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy and is approved by the Company in writing within 30 days of the inception of the contract or agreement, or the inception of this policy, whichever is later. WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. The following additional provisions apply to any entity that is an insured by the terms of this endorsement: 1. Primary Wordine If required by written contract or agreement: Such insurance as is afforded by this policy shall be primary insurance, and any insurance or self - insurance maintained by the above additional insured(s) shall be excess of the insurance afforded to the named insured and shall not contribute to it. 2. Waiver of Subrogation If required by written contract or agreement; We waive any right of recovery we may have against an entity that is an additional insured per the ,erms of this endorsement because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. 3. Neither the coverages provided by this insurance policy nor the provisions of this endorsement shall apply to any claim arising out of the sole negligence of any additional insured or any of their agents /employees. 4. Additional Insured hereby agrees and acknowledges that: a. This policy contains significant exclusions and restrictions beyond those standard to the coverage form; and b. A copy of the policy is available upon request ANF 160a (08199) 0 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 5 A F E C O ADDITIONAL INSURED CA 7135 12 93 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Endorsement effective 02/09/01 Named Insnrpd Count yed by Green Giant Landscape, Inc. A. _ _ y Schedule Name of Person or Organization: City of Newport Beach, its officers, officials, employees & volunteers Address: 3300 Newport Blvd., Newport Beach, CA 92663 Premium: $ TBD (If no entry appears above, information required to complete this endorsement wiC be shown in the Dcclaralions as applicable to this endorsement.) A. Under LIABILITY COVERAGE WHO IS AN INSURED is changed to ir.GUde as an "Insured" the person(s) or organization(s) shown in the Schedule, but on'y with respect to "bodily injury" or " prope :ty damage" resulting from the acts or omissions of: 1. You; 2. Any of your employees or agents; 3. Any person, except the additional insured or any emp'.oyee or agent of the additional insured, operating a covered "auto" with the permission of any of the above. B. The insurance afforded by this endorsement does not apply: To "bodily injury" or "property damage" arising out of the sole negligence of the persons) or organization(s) shown in the Schedule. CA 71 35 12 93 Page 1 or 1 ._. .. _.. _. C'AG-29 PRINipp1.L15/5 -MG ._. ASBI - Forms Text Display • • Page 1 of 1 S A F E C O` ASBI - Forms Text Display Form:CA0001 Date:1293Page: 027Name: BUSINESS AUTO COVERAGE FORM Last chg: 02/17/95 !9 Next (2) Primary connected "auto" you Next Form while it is to a covered own. For Hired Auto Physical Damage coverage, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own,. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto ". Regardless of the provisions of paragraph a. above, this Coverage Form's Liability Coverage is primary for any liability assumed under an "insured contract." When this Coverage Form and any other Coverage Form or i (BO = Bridge Out, BB = Bridge Back) Next Date:— Next Pager policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the limits of all the Coverage Forms and policies covering on the same basis. PREMIUM AUDIT a. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this policy began. We will compute the final premium due when we determine your actual exposures. The estimated total premium will be ... /WE0001 RL ?DATA @FRAME= cod077DA &ASISEQ =1 A7E4408B55D6DA204664B I C2 02/09/2001 WAIVER OF SUBROGATION STATE COMPENSATION INSURANCE FUND HOME OFFICE ENDORSEMENT AGREEMENT SAN FRANCISCO EFFECTIVE APRIL 27, ALL EFFECTIVE DATES ARE AND EXPIRING APRIL 1, AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME GREEN GIANT LANDSCAPE, INC. 941 -A MACY STREET LA HABRA, CA 90631 0 REP 07 290 -00- 001476 NEW SP 2- 77 -06 -34 PAGE 1 2000 AT 12,01 A.M. 2001 AT 12.01 A.M. ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF NEWPORT BEACH WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, GREEN GIANT LANDSCAPE, INC. IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. �— IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03%. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. CDUNTERSIGNED AND ISSUED AT SAN FRANCISCO: NOVEMBER 1, 2000 2570 AUTHORIZED REPRESENTATIVE PRESIDENT ^•- .�_...�+.+ romr v -na OLD OP II] PR1of1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -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 except that material supplied by the City and shall perform all work required to complete Contract No. 3384 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization \\ a ,,,Dollars and !L t? Cents $ Per Lump Sum 2. Lump Sum Demolition, Removal and Disposal h. h r.: }; 4, =,, Dollars and Cents Per Lump Sum 3. Lump Sum Fern Street Playground Equipment @ ti Dollars and r F r' r� C Cents $` Per Lump Sum i • PR2of2 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 4. Lump Sum Lugonia Street Playground Equipment c,�A1 Dollars and r� c. r c Cents $ J Per Lump Sum 5. Lump Sum Spyglass Hill Playground Equipment (Am Dollars and Nei. Cents $ Per Lump Sum 6. 920 S.F. Rubber Surface at 4 Sites Dollars and Cents $ I L l $ Per Square Foot 7. 940 S.F. 5 -Inch Walk or Picnic Table Pad with 6 -Inch Tapered Curb @ ��� Dollars and (� Cents $ $ '7 QO Per Square Foot 8. 160 L.F. Reinforced 18 -Inch Tot Lot Curb @ _Dollars and t� i Cents $ " $ C Per Linear Foot 9. 210 Tons Tot Lott Sand or Top Soil @ Dollars and L 2 G .". l� 'ZL Cents $ $ Per Ton P • PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 55 L.F. Seat Wall w/ Score Lines and Stain @ L Dollars and Cents $ 5c.�'. Per Linear Foot 11. Lump Sum Wall End Column i @ �"> ) :y oi:cl Dollars and iN�� Cents c $ Per Lump Sum 12. 225 L.F. 4 -Inch Perforated Drain Pipe w/ Gravel and Filter Fabric @ Dollars and lj c Cents Per Linear Foot 13. 275 L.F. 4 -Inch Drain Pipe @ �- _, r Dollars and Cents $ Per Linear Foot 14. Lump Sum Drinking Fountain Relocation on PCC Pad, 2 -Inch ABS Drain Pipe and Pea Gravel Sump Drain, Complete Dollars and Cents Per Lump Sum 15. 2 Each Galvanized Bar Grate Catch Basin @ �cc _ �. . �1 Dollars and rye Cents $ Ac:(- Per Each 0 ! PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 2 Each Concrete Table @ c, c✓ Dollars and v Cents Per Each $ /Orr ° Total Price (Figures) TOTAL PRICE IN WRITTEN WORDS: CSI S ��„ .L 5 Ve-r1 Dollars and Z0 Cents �"✓� a 1� i �� H i'L L rte. , t� 161 Dat Bidder's Telephone and Fax Numbers (0204'7 e fi t C �A 7 Bidder's License No. and Classification P-)-UOAn tAni L1120-5i, S M &fi. -. Signature and Title _ q41 M.i w' 4)Med M i Bidder's ••. FAUsers�PBWShared\ContractstFY 00- 01tPark Playground Refurbishment C- 3384\PROPOSAL C- 3384.doc 0 • • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WEST NEWPORT PARK PLAYGROUND EQUIPMENT REPLACEMENT CONTRACT NO. 3384 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -2.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 6 -7 TIME OF COMPLETION 3 6 -7.1 General 3 6 -7.2 Working Days 3 6 -7.4 Working Hours 3 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 4 0 0 7 -10 PUBLIC CONVENIENCE AND SAFETY 4 7 -10.1 Traffic and Access 4 7 -10.2 Storage of Equipment and Materials in Public Streets 4 7 -10.3 Street Closures, Detours, Barricades 4 7 -10.4 Public Safety 4 7- 10.4.1 Safety Orders 4 7 -15 CONTRACTOR LICENSES 5 SECTION 9 MEASUREMENT AND PAYMENT 5 9 -3 PAYMENT 5 9 -3.1 General 5 PART 2 - -- CONSTRUCTION MATERIALS SECTION 215 PLAYGROUND EQUIPMENT, RUBBERIZED SURFACE, ETC. 215 -1 Playground Equipment 215 -2 Rubberized Surface 215 -2.1 Materials 215 -2.2 Installation Areas 215 -2.3 Application 215 -3 Tot Lot Sand 215-4 Compliance with Guidelines Last saved by m1oceyl2/20 /2000 4:56 PM f:\ users\ pbw \shared\contracts\masters\masters for contract set up\master specs index.doc 5 5 7 7 7 7 7 7 • SP 1 OF 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PARK PLAYGROUND REFURBISHMENT CONTRACT NO. 3384 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. 1194186 -REV4, P- 00127 &8 - C -ADD, and P- 5179 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; and (4) the Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section: "The work necessary for the completion of this contract consists of removing and disposing of existing playground equipment and installing new playground equipment and rubberized surface materials at Spyglass Hill Park (Spyglass Hill Road at El Capitan Drive), Fern Street playground (Fern Street at Seashore Drive) and Lugonia Street playground ( Lugonia Street at Seashore Drive); installing rubberized surface materials at Peninsula Park playground (A Street parking lot along the beachfront); and removing and reconstructing certain site improvements at Spyglass Hill Park, all within the City of Newport Beach." SP2OF7 SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SP3OF7 SECTION 6--- PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: "No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: 'The Contractor shall complete all work under this Contract, including ordering and receiving playground equipment, within 70 consecutive working days from the date of the "Notice to Proceed ". In addition, the Contractor shall complete all work at Spyglass Hill Park within 20 consecutive working days and at the other sites within 10 consecutive working days each. The intent of these restrictions in working days is to cause work to be performed in a quick, organized manner that will minimize the amount of time the parks are rendered unusable to the public. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m. Monday through Thursday and 8:00 a.m. to 3:30 p.m. on Fridays. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate SP4O1`7 request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when such time periods are approved. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7-8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin or the bay." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall prepare, obtain the Engineer's approval of, and adhere to the conditions of a traffic control plan." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." SP5OF7 7 -15 CONTRACTOR'S LICENSES At the time of award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion, the Contractor shall possess a Business License issued by the City of Newport Beach. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. PART 2 CONSTRUCTION MATERIALS SECTION 215 - -- PLAYGROUND EQUIPMENT, RUBBERIZED SURFACE, ETC. 215 -1 Playground Equipment. Playground equipment shall be PlayBooster playstructure and 4 -place single post swings as manufactured by Landscape Structures, Inc. and PipeLine® play structure and double belt swings as manufactured by Columbia Cascade Company. The equipment shall be furnished as follows: Fern Street Playground: (Columbia Cascade Drawing P- 00127 -C -ADD) Quantity Model Number Description 1 No. 1694 -01 Kids Bench with Baluster Wall under 56" deck 1 No. 1681 Ring Climber 1 No. 1638 Straight Slide 1 No. 1617 Bubble Panel 1 No. 1647 -6 Spiral Slide 1 No. 1604 -05 at 64 -inch deck Baluster Wall with Ship's Wheel 1 No. 1648 Cargo Climber 1 No. 1697 -16 Accessible Transfer Platform 1 No. 90 -31 -65 Post & Straight Rail Chin Bar at 6'6" for adult use 1 No. 1581 -2 -AL Double Belt Swing 1 Full Deck 48" 5 Corner Decks 24, 32,40,56 and 64 t 0 0 SP6OF7 Lugonia Street playground: (Columbia Cascade Drawing P- 00128 -C -ADD) Spyglass Hill Park playground: (Landscape Structures Drawing #1194186 -REV4) Model Number Description -Quantity 1 No. 1691 -8 Overhead ladder 1 No. 1681 Ring climber 1 1638 Straight slide 1 1687 Vertical safety climber 1 No. 1647 -6 Spiral slide 1 No. 1614 -20 Boat panel w/ wheel 4 No. 1613 -22 -38 Baluster Wall 1 No. 1697-18 Rails 1 No. 1655 -8 Moving brid ewa 1 1674 Arch climber 1 1675 -5 -01 Climbing ram 1 1617 Bubble panel 1 1582 -2 -AL Double full tot swing 1 Full Decks 48" 4 Corner Deck As shown on drawing 4 Triangle Deck 24, 42 (2), 48 1 Half Hex 32" Spyglass Hill Park playground: (Landscape Structures Drawing #1194186 -REV4) Model Number Description -Quantity 1 112485 18' track ride 1 111276 Rail assembl (chinning bar 1 111273 End vertical ladder 1 119840 S horizontal ladder 4 116244 Pipe barrier 1 116248 Vertical ladder 1 123537 Corkscrew 1 128608 Summit climber 1 130390 Double swoosh poly slide 1 119289 84" clatterbrid a w/ handrails 1 115228 Driver panel 1 115254 Store front panel 1 122914 Loop arch 1 123320 Curved transfer module 1 123336 Double poly wave slide 2 121949 8" rise kick late T.K.P.1 4 121948 8" rise kick late K.P.1 12 various Decks 1 122837 4-place single post swing w/ coated chain 2 100055 Full bucket seat SP7OF7 215 -2 Rubberized Surface. The rubberized surface specified herein shall be Vitriturf poured -in -place safety surface as manufactured by Vitrecon ®, Inc. 215 -2.1 Materials. The Vitriturf Playground System shall consist of an asphalt or concrete substrate, a substrate primer, a binder /SBR base mat, a second primer and a binder /EPDM wearing course. Wearing course colors and line markers shall be provided by the Contractor as determined by the Engineer during construction. 215 -2.2 Installation Areas. The Contractor shall lay out rubberized surfaces in the following installation areas for the Engineer's approval prior to proceeding with installation of the Vitriturf Playground System: Fern Street playground: An 8 -foot by 8 -foot area between the sidewalk and the 6 -inch transfer station. The surface will be located approximately 5 feet on one side of the equipment, as directed by the Engineer. Lugonia Street Playground: An 8 -foot by 10 -foot area between the sidewalk and the 6 -inch transfer station. The surface will be located approximately 5 feet on one side of the equipment, as directed by the Engineer. Peninsula Park playground: A 15 -foot by 12 -foot area between the existing sidewalk and the 6 -inch transfer station to the existing playground equipment. Spyglass Hill Park playground: 79, 422, and 89 square foot areas within the playground as indicated on Landscape Structures Drawing #1194186 - REV4. 215 -2.3 Applicaton. The Vitriturf Playground System shall be installed at each site in strict compliance with Vitricon's written instructions. The Contractor shall submit a copy of Vitricon's written instructions and a 2 -foot by 4 -foot sample of his Vitriturf system to the Engineer for approval prior to proceeding with application. The Vitriturf applicator shall be trained and certified by Vitricon, Inc. 215 -3 Tot Lot Sand. Tot lot sand shall be cleaned of concrete, debris, dirt, etc. prior to installing new playground equipment. The lots shall then be graded and excess soil hauled away as necessary that a 12" minimum thickness bed of sand will remain, except where 18" minimum thickness is required because of equipment height. Sand shall then be imported as needed to achieve the specified thicknesses. Imported sand shall be California Blend 50W as produced by Ogilby Norton of San Clemente, CA. 215-4 Compliance With Guidelines. Equipment and surfacing shall meet or exceed the guidelines and requirements of the Consumer Product Safety Commission. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 Ryco Construction, Inc. P. O. Box 327 Gardena, CA 90247 Gentlemen: Thank you for your courtesy in submitting a bid for the Playground Park Refurbishment (Contract No. 3384) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, ci ,!'; i- r jai - /J4 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 Conference Communications Group, Inc. 780 S. Van Buren St., Suite G Placentia, CA 92870 Gentlemen: Thank you for your courtesy in submitting a bid for the Playground Park Refurbishment (Contract No. 3384) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 Malibu Pacific Tennis Courts, Inc. 31133 Via Colinas, #107 Westlake, CA 91362 Gentlemen: Thank you for your courtesy in submitting a bid for the Playground Park Refurbishment (Contract No. 3384) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 14, 2001 Beador Construction Company, Inc. 1001 Dove Street, Suite 280 Newport Beach, CA 92660 Gentlemen: Thank you for your courtesy in submitting a bid for the Playground Park Refurbishment (Contract No. 3384) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach