Loading...
HomeMy WebLinkAboutC-1438 - Construction of Lawn Bowling Greens & Parking Lot at San Joaquin Hills ParkI• c Ir 1• 1• I[7 1• 1• 1• 10 CONTRACT NO. C -1438 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK San Joaquin Hills Road And Crown Drive -North yt1% orange county ENGINEERS ARCHITECTS PLANNERS ECONOMISTS 2301 CAMPUS DRIVE, IRVINE, CALIFORNIA 92664 (714) 8332450 • CONTRACT NO. C -1438 CITY OF NEWPORT BEACH • CONTRACT DOCUMENTS FOR • CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK SAN JOAQUIN HILLS ROAD AND CROWN DRIVE -NORTH • APPROVED BY CITY COUNCIL l• ON THIS DAY OF APRIL, 1472 • • I • Laura Lagios, City Clerk i0 TABLE OF CONTENTS • Page • • • 40 Notice Inviting Bids 1 Proposal 3 Designation of Subcontractors 6 Bidder's Bond to Accompany Proposal 7 Non - Collusion Affidavit 8 Statement of Financial Responsibility 9 Technical Ability and Experience References 10 Special Provisions: Section 2A 1 -4 Section 2B 1 -8 Section 2C 1 -8 • • • 40 7 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California until on the day of , 1972, at which time they will be opened and read, for performing work as follows: • Construction of Lawn Bowling Greens and Parking Lot at San Joaquin Hills Park, San Joaquin Hills Road and Crown Drive - North. CONTRACT NO. C -;438 • Bids must be submitted on the Proposal form attached with the Contract Docu- ments furnished by the Public Works Department. The additional copy of the Proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check, or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 per- cent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents THAT MUST BE COMPLETED, EXECUTED, AND RETURNED in the • sealed bid are: A. B. C. D. • E. F. Proposal Designation of Subcontractors Bidder's Bond Non - Collusion Affidavit Statement of Financial Responsibility Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secr�etary or Assistant Secr_ eta are required • and a Corporate ea shall be a iff'xed to al o1 d cements requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business • and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the Plans and Contract • Documents be returned within 2 weeks after the bid opening. • The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2 per set. • In accordance with the provisions of Article 2, Chapter 1, Part 7, of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classifica- tion, or type of workman or mechanic needed to execute the contract, and has • set forth these items in Resolution No. 7423, adopted May 17, 1971. A copy of said resolution 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 (Section 1770 -1781 inclusive). The City reserves the right to reject any or all bids, and to waive any • informality in such bids. 1• 1• 1• I• [7 • -2- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK SAN JOAQUIN HILLS ROAD AND CROWN DRIVE -NORTH CONTRACT NO. C -1 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. C -1438 in accordance with the Plans and Specifications, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM ITEM DESCRIPTION TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE 1. BASE BID Construct two bowline greens #1 & #2, including subsurface drain lines, gutters, sprinkler system for greens only, five -foot high chain link fence with gates, and 30 days maintenance. TOTAL PRICE WRITTEN IN WORDS is 1• 0 -3- Dollars and Cents ITEM ITEM DESCRIPTION TOTAL • NO. UNIT PRICE WRITTEN IN WORDS PRICE C7 2. ADDITIVE #1 Construct eight foot wide by four inch thick broom finish concrete walks around both bowling greens contiguous to gutters. TOTAL PRICE WRITTEN IN WORDS I• 3. _ADDITIVE #2 Construct driveway and parking lot, ` including grading, retaining wall, and sidewalks as indicated. TOTAL PRICE WRITTEN IN WORDS 1• 10 TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 -3): Dollars and Cents $ Dollars and Cents $ Dollars and Cents $ • All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal. In case of a discrepancy between words and figures, the words shall prevail. • Award of contract will be based on the Base Bid. The City of Newport Beach may elect to include any or all of the Additive Bid Items as part of the Contract. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. • The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday, and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. • 1 • -4- • I• 1• I* 1• I• Is I• Licensed in accordance with the statutes of the State of California providing for the registration of contractors, license number classification Accompanying this proposal is (cash, certified check, cashier's check or boRT in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability and workmen's compensation, or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number Bidder's Name (SEAL) Date Address Authorized Signature Authorized Signature Type of Organization (Individual, Corporation, Co- Partnership) List below names of President, Secretary, Treasurer, and Manager if a corpora- tion, and names of all Co- Partners of a co- partnership: 0 -5- • DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City,Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. I. 2. 3. 4. 1* 5. 6. 7. I• B• a 10 1• 11. 12. 19 Bidder's Name Authorized Signature I• Type of Organization (Individual, Co- Partnership, or Corp.) Is d ress 1 • -6- • BIDDER'S BOND TO ACCOMPANY PROPOSAL • KNOW ALL MEN BY THESE PRESENTS, that we, , as principal, and as surety, are held and firmly bound unto the City of Newport Beach, California, in the sum • of Dollars ($ )> 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 principal for the construction of in the City of Newport Beach, �isaccepted by the City Council of said City, and • if the above bounden principal shall duly enter into and execute a contract for such construction and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday, and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise, • it be and remain in full force and effect, and the amount specified herein shall be forfeited to said City. 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, we hereunto set our hands and seals this day of , 1972. Corporate Seal (if corporation) • Principal (Attach acknowled ement of Attorney- in -Fac t • Surety By • Title • -7 NON- COLLUSION AFFIDAVIT • • Subscribed and sworn to before me by this day of 1972 My commission expires: I• Notary Public G • -8- The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such City of Newport Beach, whereby such affiant or • affiants or either of them has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought • for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules, or regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any con- tractor who does not use the facilities of or accept bids from or through • such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agree- ment or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, • any of the proceeds of the contracts sought by this bid. • • Subscribed and sworn to before me by this day of 1972 My commission expires: I• Notary Public G • -8- 0 • • C 1• I❑ I• I• 1• I• STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. -9- Signed :7 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 Person to • Completed For Whom Performed (Detail) Contact Telephone No. Signed • -10- 69X10i1L`W.1 • EARTHWORK 1.0 GENERAL: The work of this Section includes all earthwork and incidental appur- tenant work for the completion of the work in accordance with the requirements of the Contract Documents. Earthwork, as referred to herein, shall include but not be limited to the loosening, removing, loading, transporting, depositing, and compac- tion in its final location of all materials, wet and dry, as required • for the construction of the work; for the furnishing, placing, and removing of all sheeting and bracing necessary to safely support the sides of the excavations; for all pumping, ditching, draining, and other required measures for the removal or exclusion of water; for the supporting of structures above and below the ground; for protecting in place and supporting of all underground utility lines and other under- 0 ground facilities; for disposal of excess excavation materials or borrow of materials to make up for deficiencies in fills; and for all other incidental earthwork as indicated on the drawings and as specified herein. 2.0 RELATED WORK SPECIFIED ELSEWHERE: 1• Trenching and trench backfill for construction of landscape irrigation systems, and water service laterals specified in other Sections of these specifications shall conform to the applicable requirements of this Section. • 3.0 REFERENCE SPECIFICATIONS: Without limiting the generality of other requirements of these speci- fications, all work specified herein shall conform to the applicable requirements of the Standard Specifications. • 4.0 PERMIT REQUIREMENTS: In addition to requirements specified herein, the Contractor shall perform all work in accordance with permit requirements, and no additional compensation will be made therefor. • 5.0 PUBLIC UTILITIES, OTHER PIPES, CONDUITS, AND MISCELLANEOUS STRUCTURES: All pipelines, power, and telephone or other communication cable ducts, poles, and overhead power and communication wires and cables encountered along the line of the work shall be protected in place and maintained • continuously in service during all operations under the contract. The Contractor shall be responsible for and shall make good all damage due EARTHWORK SECTION 2A - PAGE 1 10 C to his operations, and the provisions of this section shall not be abated even in the event such damage occurs after backfilling or is not • discovered until after completion of backfilling. All facilities excavated or damaged by the Contractor shall be recon- structed by him with the same kinds of materials as used in the original construction and to the same thickness and other applicable dimensions, as nearly as may be, in such manner as to restore the affected portions • of all said facilities to a sound and serviceable condition satisfactory to the Engineer. The improvements to be restored by the Contractor shall include all underground or surface improvements removed or damaged by him in the course of his operations under the contract. I• 6.0 ROADWAY EXCAVATION: Roadway excavation shall conform to the requirements of the Standard Specifications, except that no blasting will be permitted. 7.0 STRUCTURE EXCAVATION AND BACKFILL: • Structure excavation and backfill shall conform to the requirements of the Standard Specifications; provided, that structural backfill shall be in accordance with the requirements of the Standard Specifications. Excavation shall extend a sufficient distance from walls to allow for placing and removal of forms and for inspection, except where concrete • for walls and footings is authorized to be deposited directly against excavated surfaces. Undercutting will not be permitted. The Contractor shall control the grading in the vicinity of structures so that the surface of the ground will be properly sloped to prevent water from running into the excavated areas. Any water that accumulates • in the excavation shall be removed promptly. Finish grade shall slope away from building at 1/4 -inch per foot for a minimum of 5 feet. Excavations shall be so braced and supported as to be safe, so that ground adjacent to the excavation will not slide or settle, and to protect existing improvements of any kind on either public or private • property. During trench excavation, material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave -ins. I• 8.0 EMBANKMENT AND FILL: Embankment and fill shall conform to the requirements of the Standard Specifications. 9.0 TRENCH EXCAVATION AND BACKFILL: • Trench excavation and backfill shall conform to the requirements of the Standard Specifications. 10 EARTHWORK SECTION 2A - PAGE 2 Trenches shall not be backfilled until all required tests have been performed and until the utilities, as installed, conform to the require- ments of the Contract Documents. 10.0 PREPARATION OF SUBGRADE TO RECEIVE BASE COURSE 10.1 GENERAL: • Subgrade preparation, prior to the placing of base course, shall con- form to the requirements of Section 19 of the Standard Specifications. Subgrade shall be loosened to a depth of 6 inches, and compacted to a relative density of not less than 95 percent, prior to placing base course as specified in the Standard Specifications. • 10.2 SOIL STERILANT: Prior to placing asphalt concrete surfacing in the areas indicated on the drawings, a nonselective soil sterilant shall be spread uniformly upon the subgrade at the rate of 4 pounds of chemical per 100 square feet of area. Soil sterilant shall consist of combination of sodium • chlorate (NaC103) and boron compounds. The sodium chlorate content shall be 20 -25 percent and the boron compounds not less than 66 percent. These chemicals shall be formulated with such spreading agents as necessary so that they will go into solution in water at the rate recommended by the manufacturer. 10 11.0 COMPACTION: Compaction shall conform to the applicable requirements of the Standard Specifications. 12.0 COMPACTION CONTROLS • 12.1 LABORATORY CONTROL: The moisture - density relationship for the materials will be determined and controlled in accordance with the requirements of ASTM Test Method D 1557, Method B. • 12.2 FIELD CONTROL: In areas where the density of the fill is specified, field density tests will be performed in sufficient number to insure that the specified density is being obtained. These tests will be made in accordance with • ASTM Test Method D 1556 and will be made at no cost to the Contractor. The cost of retesting for compaction density determinations following any correction of deficiencies disclosed by first tests shall be borne by the Contractor. I• EARTHWORK SECTION 2A - PAGE 3 !7 s 13.0 DISPOSAL OF EXCESS MATERIALS: • Upon completion of the backfill and compaction requirements, the Con- tractor shall dispose of all excess excavation materials and the site shall be left in a clean and orderly condition to the satisfaction of the Engineer. All material, except unsuitable material, removed from the sidewalk • area in the preparation of subgrade, and excess material remaining after construction shall be disposed of as indicated on the drawings. If a stockpile is started at any one site, it shall be completed before beginning loose stockpiling at any other site. • 14.0 PROTECTION: All newly graded areas shall be protected from the action of the elements, and any settlement or washing that may occur from that or any other cause, prior to acceptance of the work, shall be repaired, and the grades shall be re- established to the required elevations and • slopes. IC I• 1• E: 1• EARTHWORK SECTION 2A - PAGE 4 • SECTION 2B • LANDSCAPING 1.0 GENERAL: The work of this Section comprises the completion of all the landscap- ing indicated on the drawings and specified herein, all in accordance with the requirements of the Contract Documents. Landscaping as referred to herein shall include, but not be limited to the following appurtenant items of work: I• (1) Soil preparation of all planted areas, including loosening, conditioning, and fertilizing of the soil. (2) Finish grading of ground surfaces in planting areas. (3) Furnishin and installin plant materials, including trees, • shrubs, and awn stolons. (4) Staking and tying of all trees. (5) Maintenance of all planting areas as specified. 10 2.0 RELATED WORK SPECIFIED ELSEWHERE: Earthfill and rough grading to plus or minus 0.1 foot shall be performed as specified in Section 2A, "Earthwork." Permanent irrigation facilities shall be constructed in accordance with • the requirements of Section 2C, "Landscape Irrigation System." 3.0 REFERENCE SPECIFICATIONS AND STANDARDS: Without limiting the generality of other requirements of these speci- fications, all work specified herein shall conform to the applicable • requirements of ANS 260.1 -1959, Nursery Stock, and to the rules and grading provisions adopted by the American Association of Nurserymen, Inc. 4.0 CERTIFICATES AND APPROVALS: • In addition to any other certificates specified, the Contractor shall furnish a certificate with each delivery of material, in containers or bulk. The certificate shall state the source, quantity, type, and analysis of the material, together with.the date of delivery. All certificates shall be delivered to the Engineer who will inspect the • material prior to its use. LANDSCAPING SECTION 26 - PAGE 1 u 5.0 INSPECTION: • All inspections herein specified will be made by the Engineer or his representative. The Contractor shall request inspection at least 24 hours in advance of the time inspection is required. Inspection will be required on the following parts of the work: (1) During preliminary grading, soil preparation, and initial • weeding. (2) When trees are spotted for planting, but before planting holes have been excavated. (3) When finish grading has been completed. • (4) When installing drain lines for bowling greens. (5) During placements of rock and sand for bowling greens. (6) When finish grading bowling green surfaces. • (7) When planting stolons for bowling greens and lawn areas. (8) When planting and all other indicated or specified work, except the maintenance period has been completed. 1 • (9) Final inspection at the completion of the maintenance period. 6.0 MATERIALS 6.1 TREES AND TREE - PLANTING MATERIALS: • All landscaping materials for tree planting shall be first- grade, commerical quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to the Engineer as each shipment of material is delivered. A list of the materials used, together with typical certificates of each • material, shall be submitted to the Engineer prior to the final accept- ance of the job. All planting materials shall conform to the following detailed requirements: • (1) Soil amendment shall be a combination, pre - formulated and b endT e� wi1 minimum of 50 pounds dryweight of organic, chicken guano, tank composted and digested with bacteria, dehydrated to 4 percent moisture or less. Soil amendment shall contain no feathers, weedseeds, or pathogenic virus or fly larvae, no poisonous chemicals, insecticides, herbicides, • or fungicides. Nitrogen content shall be not less than 3 percent; phosphate 3 percent; potash 3 percent; plus calcium LANDSCAPING SECTION 2B - PAGE 2 [7 5 percent; with a trace of minerals and micro - organisms. The mixture shall be blended with nitrogen fortified firs and 0 hardwoods sawdust and treated with iron and non -ionic wetting agent. This combination shall be premixed by continuous flow method to assure optimum uniformity prior to delivery to the site, and shall deliver a minimum per cubic yard of 4 pounds of nitrogen, 1 -1/2 pounds of phosphate, 1 -1/2 pounds of potash and 2 pounds of calcium. The soil amendment shall be applied 0 to all planting and lawn areas except bowling greens at the rate of 3 -1/2 yards per 1,000 square feet with 150 pounds of gypsum. (2) Bonemeal shall be a fine - ground, steamed, dry material with a minimum of 0.5 percent nitrogen, 30 percent phosphorus, and 0 69.5 percent undiluted bone. Trees shall be standard trees with tops not clipped; species shall be as indicated on the Drawings. All trees and plants shall be inspected at the site by the Owner upon e delivery to the construction area. Written notice 2 days in advance of scheduled inspection shall be furnished to the Engineer. 1• 6.2 LAWNS AND LAWN - PLANTING MATERIALS: All materials shall conform to the following detailed requirements: (1) Soil amendment shall conform to the requirements specified erei� n. (2) Fertilizer shall be 14 -14 -7 commercial fertilizer. • 6.3 TREE STAKING AND TYING MATERIALS: I• Tree staking and tying materials shall conform to the following requirements: (1) Ties shall be as indicated. (2) Tree stakes shall be 2- by 2 -inch redwood stakes or treated pipe stakes, as indicated. 7.0 GRADING l• 7.1 MOISTURE CONTENT: • The soil shall not be worked when the moisture content is so great that excess compaction will occur; nor when it is so dry that dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to provide ideal moisture content for tilling and for planting as herein specified. LANDSCAPING SECTION 2B - PAGE 3 7.2 PRELIMINARY GRADING: Preliminary grading shall be done in such a manner as to anticipate the finish grading. Excess soil shall be removed or re- distributed before planting. 7.3 WEEDING: During preliminary and finish grading, all perennial weeds and grasses shall be dug out by the roots and disposed of off the project site. Perennial weeds and grasses to be removed shall include but not be limited to the following: Bermuda Grass • Nut Grass Puncture vine Johnson Grass Mustard Plant Alfalfa Dallas Grass Wire Weed St. Augustine Grass Morning Glory Annual weeds which have not set seed may be cut off at the ground level. 7.4 FINISH GRADING: Finish grading shall consist of bringing all slopes, 1 inch below the grades of installed as noted. The finish grade shall be the groi 10 soil conditioning, fertilizing, and planting of finish grade shall be done as directed by 8.0 TREE PLANTING ground areas to uniform curbs, paving, etc. except and surface after loosening, has been completed. Modeling the Engineer. 8.1 SOIL PREPARATION: • For trees, the following prepared soil mix shall be used for backfill in tree pits: C • Quantities Per Cubic Yard of Mix: Topsoil 19 Cu. Ft. Soil Amendment 8 Cu. Ft. Plus: 3 Pounds Bonemeal 8.2 TREE PLANTING: All materials shall be set so that when settled they shall bear the • same relation to the finish grades as they bore to the container grade before being transplanted. All materials shall be subject to the approval of the Engineer, as to the quality and placement, before the LANDSCAPING SECTION 28 - PAGE 4 • • holes are dug. The Contractor shall dig pits for all trees which shall be a minimum of 2 times the diameter and 6 inches deeper than • the dimensions of the root container, and shall backfill with prepared soil as specified herein and shall compact to a depth of the root ball. If soil settles away from the ball of earth around the tree root sec- tion after planting, the Contractor shall fill with top soil around the root section and bring to a level even with the crown of root ball. • After all trees have been planted, the filled soil shall be well settled and a basin shall be constructed around each tree. 9.0 LAWN PLANTING • 9.1 GENERAL: After weeding and grading has been completed, lawn area shall be Roto- tilled to a depth of 8 inches, incorporating 3 -1/2 cubic yards per 1,000 square feet of soil amendments plus 150 pounds of gypsum with the tilled soil. • Prior to planting, all turf areas shall be given an application of commercial fertilizer at the rate of 10 pounds per 1,000 square feet, lightly raked into the surface; this shall be in addition to the general fertilizing specified above. • 9.2 SOIL PREPARATION: The preparation of lawn and ground planting areas shall conform to the following requirements: • (1) Planting shall not be installed until the landscaping irri- gation system is completely installed, tested, and fully operative. (2) Drag and rake to remove all clods, lumps, weeds, roots, and debris and remove such debris from the site. (3) Grade lawn and ground cover areas to finish grade. (4) Float entire area to a smooth uniform grade. Where no grades are shown, law n areas shall have a smooth continual grade without depression or humps to existing curbs and walks. Ground cover areas shall be depressed 1 inch below curbs and walks. (5) Roll lawn areas in 2 directions at approximate right - angles, using a water - ballast roller weighing 100 to 300 pounds. Any irregularities that develop shall be re -raked and scarified • for bond, and again rolled until the area is true and uniform, and free of lumps or depressions. Water shall be added as necessary to insure proper working of the surface. LANDSCAPING • SECTION 2B - PAGE 5 (6) Screed and Level Bowling Green Surfaces to a tolerance of 1/8 inch in 10 feet. Depressions shaTl--Fe—filled, regarded and • rolled as in Item 5 above. (7) After areas have been re ared for stolons, no heavy objects, excepting awn ro ers, s a be taken over lawn or bowling green areas at any time. • (8) The a royal of the Engineer of the grading and compaction shal be o tained prior to planting of stolons. 9.3 BROADCAST PLANTING OF STOLONS: Stolons shall be freshly cut and delivered to the site within 24 hours • after cutting. All stolons shall be kept cool and moist until planted. All stolons shall be planted within 24 hours after delivery to the site. After adequate soil preparation, and before planting, soil moisture shall be at field capacity. After lightly raking the surface, stolons shall be spread, using hand broadcasting or Stolon Broadcaster and • shredded stolons, planted into prepared soil. The machine shall be adjusted to bury or partially bury approximately 75 percent of the stolons to a depth of 3/4 -inch to 1 -112 inches. On smaller areas, inaccessible to the larger broadcaster, stolons shall be hand - scattered followed by use of a Rollaire or equal attachment for planting. Stolons for lawn areas shall be planted at the rate of 4 bushels per 1,000 • square feet. Stolons for bowling greens shall be planted at the rate of 5 bushels per 1,000 square feet. After planting stolons, the Contractor shall commence watering and shall observe the following watering schedule: • At: 100 degrees F. - 15 minutes 90 degrees F. - 20 minutes 80 degrees F. - 30 minutes 70 degrees F. - 1 hour 60 degrees F. - 2 hours I • If the ambient temperature is in excess of 100 degrees F., stolons shall be planted in early morning or late evening. Stolons shall be kept moist (not wet) until germination. The lawn shall be kept continually moist by watering as often as • required to promote germination. Any areas that fail to root properly shall be stolonized at 10 -day intervals until an acceptable stand of grass is obtained. A second application of commercial fertilizer shall be made to all lawn areas 30 days after planting; application shall be at the rate • of approximately 15 pounds per 1,000 square feet cyclone spreader. I• LANDSCAPING SECTION 2B - PAGE 6 Turf areas shall be protected against damage including erosion and trespass, and the Contractor shall provide whatever facilities and • safeguards that are necessary to accomplish this. Special care shall be taken to prevent erosion. All damages shall be the Contractor's responsibility during the life of the Contract. 10.0 MAINTENANCE 10.1 GENERAL: The Contractor shall continuously maintain all areas included in the Contract during the progress of the work, and during the maintenance period, until 30 days after final acceptance of the work by the Engineer. • If plantings are not acceptable at the end of the Contract period for the entire work, due to defective maintenance, the maintenance shall be continued by the Contractor until all the work meets the specifi- cations and meets the approval of the Engineer. • All planted areas shall be kept free of debris and shall be cultivated and weeded at not more than 10 -day intervals. Grass, when one inch high, shall be mowed to 1/2 -inch height and the clippings removed. At the termination of the maintenance period specified above, all plant materials shall be live, healthy, undamaged, and free of infestations. • All turf areas shall be completely covered at the time of acceptance. Inferior plantings shall be replaced and brought to a satisfactory con- dition before final acceptance of the work will be made. All areas shall be neatly raked and free of weeds. 10.2 MAINTENANCE • Maintenance cultivating replacement good normal REQUIREMENTS: shall include continuous operations of watering, weeding, fertilizing, mowing, spraying, insect and pest control, soils testing and /or other operations necessary to assure growth. • 10.3 PROTECTION: During installation period and during maintenance period, the Contractor shall be responsible for maintaining adequate protection against erosion and trespass damages in all landscaped areas. Any damaged plantings shall be repaired at the Contractor's expense. • 10.4 REPLACEMENTS: The Contractor shall immediately replace any and all plant materials which for any reason, die or are damaged while under his care. Replace- ment shall be made with stolons and /or plants as indicated or specified • for the original planting. LANDSCAPING SECTION 2B - PAGE 7 • 11.0 CLEANUP: Upon completion of all planting operations, the portion of the project site used for the apparatus of the Contractor shall be cleaned of all debris, superfluous materials, and equipment. All such materials and equipment shall be entirely removed from the project site. All walks or pavement shall be swept or washed clean upon completion of work of this Section. During the entire Contract period, plant containers that have been cut or removed from plant materials shall be removed each day from the pro- ject site. 4b 12.0 GUARANTEE: All trees, shrubs, and grass stolons shall be guaranteed to take root and grow within 6 months after acceptance of the plantings; provided, that such plants have received normal care and maintenance. I40 Any trees or shrubs that die or lose form and size as originally speci- fied shall be replaced even though they have taken root and are growing after the die -back or loss of form and size. The Contractor, within 15 days after written notifications from the Engineer, shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the specifications. Replacement material and plantings shall meet the same specifications as required for the original planting, and all replacements shall be provided with the same guarantee as the original materials. 1• I• 1• 1• LANDSCAPING SECTION 2B - PAGE 8 • • • SECTION 2C LANDSCAPE IRRIGATION SYSTEM 1.0 GENERAL: The work of this Section comprises the construction and installation of a complete and operable landscape irrigation system as specified herein and as indicated on the drawings, all in accordance with the require- ments of the Contract Documents. The landscape irrigation system as referred to herein shall include but • not be limited to the following appurtenant items: (1) Sprinkler lines; (2) Valves; (3) Sprinkler heads; (4) Backflow equipment; (5) Adjustment of sprinkler heads; (6) Appurtenant trenching and backfilling; and (7) Preparation of "As- Built" drawing. 2.0 RELATED WORK SPECIFIED ELSEWHERE: Landscaping and planting to which the irrigation system is appurtenant shall be constructed in accordance with the requirements of Section 2B, "Landscaping;" the Contractor shall coordinate the work of constructing the irrigation system with the planting requirements. All trenching and trench backfill appurtenant to the installation of the landscape irrigation system shall be performed in accordance with the requirements of Section 2A, "Earthwork." 3.0 SITE INVESTIGATION: Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings, and such, which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all his work, and shall plan his work accordingly, furnishing such fittings, and appurtenant items which may be required to meet field conditions. The drawings are generally diagrammatic and indicative of the work to be installed; however, the work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler, yard piping, drains, planting, and architectural features will be avoided. LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE l ., LA 4.0 SAMPLES: The Contractor shall submit samples of materials or products as specified herein or as directed by the Engineer. 5.0 DRAWINGS, CHARTS, AND LISTS TO BE SUBMITTED BY THE CONTRACTOR: The Contractor shall obtain from the Engineer, transparencies (Ozalid) • of the piping layout, and shall make thereon the exact "As- Built" arrangement including the locations of all valves, main lines, and control wiring. The locations shall be shown by a system of measure- ments from easily- identified, permanent features such as buildings and walks. After final inspection and before final payment, the transpar- ency or transparencies shall be delivered to the Owner. • Prior to beginning construction of the landscape irrigation system, the Contractor shall submit to the Engineer two copies of a complete list of all materials proposed for use on this project. The list shall give, for each item, the name of the manufacturer, trade name, and catalog number. is 6.0 MATERIALS, PRODUCTS, AND EQUIPMENT 6.1 PIPING MATERIALS: Piping materials for the landscape irrigation system shall conform to • the following requirements: (1) Brass i e and brass fittings, where indicated, shall be SPS; t reads shall be taper type conforming to the requirements of ANS B2.1 -1968; • (2) Plastic pipe shall be extruded from 100 percent virgin Polyviny Chloride (PVC) meeting the requirements of ASTM D 2241 -69 for Type 1, Grade 2 (Class 1220) SDR 13.5 and SDR 21 (or 315 psi and 200 psi) as indicated on the drawings, as manufactured by Lasco Industries, Baldwin, Pacific Western, Johns - Manville or equal. Plastic pipe shall be tested and inspected by the manufacturer. The Contractor shall submit a certificate to verify that the pipe has passed the test requirements specified hereinafter. All plastic pipe shall be continuously and permanently • marked with the following information: Manufacturer's name, nominal pipe size, PVC 1220, SDR (Standard Dimension Ratio) or the pressure rating in psi in accordance with the stan- dards of the N.S.F. (National Sanitation Foundation.) • LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 2 u The manufacturer shall also mark the date of extrusion of the pipe. This dating shall be done in conjunction with • records to be held by the manufacturer for 2 years, cover- ing quality control test, raw material batch number, and other information deemed necessary by the manufacturer. (3) Plastic fittings shall be PVC 2, IPS, NSF Schedule 40, and Schedule t readed fittings as shown on the details as • manufactured by Sloane Manufacturing Company. Solvent shall be specified in the printed recommendations of the pipe manufacturer. 6.2 VALVES: • Valves and appurtenances shall conform to the following requirements: (1) Master valve shall be as indicated on the drawings and sR—a T_e stalled as per detail. (2) Quick coupling valves shall be installed as indicated on • the drawings. (3) Manual control valves shall be as indicated on the draw- ings and shall-Ye installed in accordance with details thereof. • (4) Valve markers shall be Rainbird No. 63100 and shall be ins a e as indicated on the drawings. [. 6.3 SPRINKLER HEADS: Sprinkler heads shall be as indicated on the drawings. 6.4 VACUUM BREAKER: Vacuum breaker shall be as indicated on the drawings, or an approved equal, and shall be installed as per detail. 1 • 7.0 INSTALLATION OF PIPING, VALVES, AND SPRINKLERS 7.1 GENERAL: All material and workmanship shall be in accordance with local codes and ordinances of legally constituted authorities, except where provisions • of these specifications exceed requirements, then these specifications shall govern. I The Contractor shall verify the correctness of all finish grades within the work area in order to insure adequate soil coverage as specified over the sprinkler system pipes. • • LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 3 i• The Contractor shall examine all related work and surfaces before starting the work of this Section, and shall report.to the Engineer in writing, conditions which will prevent the proper provisions of this work. Beginning the work of this Section without reporting unsuitable conditions to the Engineer shall constitute acceptance of existing con- ditions by the Contractor and any required repair, replacement, and removal of such work caused by such unsuitable conditions shall become . a part of the work of this Section without additional cost to the Owner. 7.2 TRENCHING: Excavation shall be of open -cut vertical wall construction of sufficient width to provide free working space for backfilling and compacting. Trenches for pipe shall be cut to the required grade lines and the trench bottom shall be compacted to provide an accurate grade and uniform bear- ing for the full length of the line. When 2 pipes are to be placed in the same trench, the Contractor shall maintain a minimum of 6 -inch space between the pipes. • 7.3 PLASTIC PIPE AND FITTINGS: Installation of plastic pipe shall be in strict accordance with the manu- facturer's printed instructions. The Contractor, at the direction of the Engineer, shall make arrangements for the plastic pipe manufacturer's representative to be at the job site at the start of assembly and its • relation to facilities to which connected. LANDSCAPE IRRIGATION SYSTEM i• SECTION 2C - PAGE 4 All plastic pipe to be installed on the non - pressure side of the valve shall be PVC 1220, SDR 21, or 200 psi unless otherwise indicated on the drawings. All plastic pipe to be installed on the pressure side of the valve shall be PVC 1220, Class 200, or Class 315 pressure -rated pipe. • Plastic pipe and fittings shall be carefully handled and stored under cover to avoid damage. Beds upon which plastic materials are to be transported or stored shall be the full length of the pipe to avoid causing damage. Damaged or dented pipe shall not be used in the work. • Trenches shall be accurately trimmed to provide a uniform bed, free from rocks, clods, or other sharp edged objects. Pressure lines shall receive an 18 -inch cover as measured from finish grade to the top of the pipe; non - pressure lines shall receive 12 inches of cover. Plastic pipe and fittings shall be solvent - welded, using solvents and • methods recommended by the manufacturer of the pipe; except, that all connections between plastic pipe and metal valves or brass pipe shall be made with screw fittings, using plastic male adapters; a non- harden- ing pipe dope similar and equal to Permatex No. 2 and shall be applied to male threads. Screwed connections shall be made up with light wrench pressure. • Application of solvent shall be with a non - synthetic bristle brush after thoroughly cleaning all pipe and fittings of dirt, dust, and moisture. All solvent - welded joints shall cure at least 15 minutes before being LANDSCAPE IRRIGATION SYSTEM i• SECTION 2C - PAGE 4 • 1• IU C I• 1• I• It i moved or handled, and at least 24 hours before water is permitted to enter the pipe. Solvent shall be applied using the procedure indicated below in the sequence shown: (1) Apply an even coat of solvent to the outside of the pipe, then to inside of fittings, and then re -apply a light coat of solvent to outside of pipe, making sure that coated area of pipe is equal to the full depth of the fitting socket. (2) Insert pipe quickly into fitting and turn approximately 1/2 turn to distribute solvent and remove air bubbles; check tees and ells for correct position. (3) Use clean rags and wipe off excess solvent. (4) After solvent - welded joints have been allowed to cure for 24 hours, install sprinkler heads. (5) Pressure test piping as specified in Paragraph "Testing," herein. (6) Backfill shall be placed in the trenches in a moist con- dition and compacted to a density of 90 percent of maximum density. Rocks 1 -1/2 -inch or larger, and any excess soil remaining on surface of planted areas as result of trench- ing and backfilling, shall be raked and removed from site. 7.4 SPRINKLERS: All sprinklers having an adjustment screw shall be adjusted on a lateral line for the proper radius, diameter, and /or rate of flowing. All sprinkler heads shall be set perpendicular to finished grades unless otherwise indicated on the drawings. All sprinkler risers shall be installed as indicated on the drawings and as specified herein. 7.5 MISCELLANEOUS: Turf heads and bubbler heads shall be installed in the manner and at the location indicated on the drawings. 7.6 VALVES: Piping systems shall be provided with valves at all points where indi- cated on the drawings or specified herein. Valves shall be arranged to give complete regulating control throughout. Manual control valves shall be adjusted so the most remote sprinkler heads will operate at the pressure recommended by the head manufacturer. Manual control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. All valves shall be installed as indicated on the drawings and in accordance with the manufacturer's printed recommendations. LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 5 7.7 QUICK COUPLING VALVES: The Contractor shall provide and install 1 -1/4 -inch quick - coupling valves of the type and in the locations indicated on the drawings. The Contractor shall assemble and leave with the Owner 4 sets of couplers to operate the quick coupler valves. The sets shall be com- plete with coupler, reducer, 3/4 -inch globe valve, heavy duty 3/4 -inch hose swivel. 7.8 BACKFLOW PREVENTION UNITS: The backflow prevention assembly shall be of size and type shown and • shall be installed in accordance with details on the drawings and /or recommended by the manufacturer and at the locations shown on the draw- ings in accordance with the local code. Pipe, fittings, and assembly arrangement shall be as indicated and specified. 7.9 MISCELLANEOUS: Installation of the manual control valves, quick coupling valves, sprinkler heads, vacuum breaker, and all other appurtenant items shall be as indicated on the drawings and, where applicable, in strict accordance with the printed instructions of the manufacturer of the item to be installed. 8.0 CONNECTIONS TO EXISTING MAIN LINES: The Contractor shall verify and be familiar with the location, size, and detail of stubouts provided as the source of water supply to the sprinkler system, as indicated on the drawings. Prior to cutting into • the soil, the Contractor shall determine the location of all cables, con- duits, sewers, water lines, and other underground utilities and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between the location of such obstacles and the proposed work, the Contractor shall promptly notify the Engineer who will arrange for relocations. The Contractor shall proceed in the same manner if a • rock layer or any other conditions encountered underground makes changes advisable. 9.0 DISRUPTION OF SERVICES: Permission to shut off any water lines must be obtained in writing from 10 the Engineer. Disruption in existing systems shall be kept to a minimum. 10.0 TESTING 10.1 TESTING OF PVC PIPE MATERIALS: • A 2 -inch sample of each size of the manufacturer's pipe shall be taken from the field and immersed in 99 percent pure Anhydrous Acetone at approximately 72.4 degrees F. for 20 minutes. At the end of that time, • LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 6 • there shall be no evidence of flaking or delamination on the inner or outer walls of the pipe. Evidence of softening and swelling shall not • constitute failure. A 2 -inch pipe sample shall be flattened to 40 percent of its outside diameter between parallel plates of a press, without showing evidence of cracking or breaking. Any pipe which does not pass this test shall be rejected. I• 10.2 PRESSURE TESTING: The Contractor shall pressure test PVC piping after laying and complet- ing joints, but prior to backfilling. Pressure testing shall conform to the following procedure and requirements: • (1) Flush out all lines, then cap all outlets and test the complete system under a minimum pressure of 50 pounds for 4 hours in the presence of the Engineer or his representa- tive. All joints shall be left exposed for inspection during the pressure tests. • (2) Center -load the pipe with a small amount of backfill to prevent arching or slipping under pressure. Pressure test shall be maintained on plastic pipe for not less than 4 hours. If leaks occur, joints shall be replaced and tests shall be repeated until the entire system has • been proven tight. 10.3 COVERAGE TEST: When the sprinkler system is completed, the Contractor, in the presence of the Engineer or his representative, shall perform a coverage test to • determine if the water coverage of turf areas is complete and adequate. Adjust all sprinkler heads for optimum coverage and performance without placing water into streets. 11.0 PROVISIONS FOR MAINTENANCE I • 11.1 SERVICE MANUALS: The Contractor shall furnish 2 service manuals to the Owner. Manuals may be loose leaf and shall contain complete, exploded drawings of all equipment installed, showing components and catalog numbers, together with the manufacturer's names and addresses. Additional sheets shall • be provided to cover operation instructions in a form that can be understood without specialized knowledge. 11.2 TOOLS AND EXTRA SPRINKLER HEADS: • The Contractor shall provide 5 additional heads of each general type indicated on the drawings and 2 sets of special wrenches for each type of head or nozzle. Wrenches shall be of the same manufacture as heads LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 7 r, and nozzles, and shall be adequate for installing, removing, and adjusting. 12.0 GUARANTEE 12.1 GE14ERAL: • The entire sprinkler system shall be unconditionally guaranteed by the Contractor as to material and workmanship, including settling of back - filled areas below grade for a period of one year following the date of final acceptance of the work. If, within one year from the date of final acceptance, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the Contractor, as a part of the work under his con- tract, shall make all adjustments without extra costs to the Owner, including the complete restoration of all damaged planting, paving, or other improvements of any kind. U 1• J Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which, in the opinion of the Engineer, may be due to inferior material and /or workman- ship, said difficulties shall be immediately corrected by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner, including any and all other damage caused by such defects. 12.2 SERVICE BY CONTRACTOR: The Contractor shall service the system at the request of the Owner during the entire guarantee period and shall be paid for work performed which is not covered by the guarantee. If requested by said Owner, the Contractor shall furnish the Engineer a schedule of service fees. LANDSCAPE IRRIGATION SYSTEM SECTION 2C - PAGE 8 C -1438 See Contract File for Irrigation Plan 1�2 —/ 4e R McCLELLAN and SON 41C. 'K8 ALL GRADES OF PHONE: ROCK, SAND r-: 4CTING—YRUCKING—EXCAVATING G DECOMPOSED GRANITE A. C. PAYING TOP SOIL - PEAT SOIL 1700 Superior Ave. FILL MATERIAL Costa Mesa, Carifomia 92627 INVOICE # 9930 - Rebilling . CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, California March 7 73 • DATE ORDER NO.- -JOB LOCATION AMOUNT UNIT DESCRIPTION CHARGES CREDITS BALANCE ��q JOB SITE: Bow :in-g--GzeeTrs-- Brass piping t S.M R. 50.00 -RECEIVED 2 Quick Coup] er Key 25.00 3 Hours labor '.-11V WORKS 36.00 2 Rain Birds NO. 25 50.00 2 - 2" PVC Te s ins l alied 30.00 1 Extra Valve Market 3.50 CALIF. $194.50 ITEMS AFTER 25rH WILL BE NET NO DISCOUNT INVOICED FOLLOWING MONTH I CITY OF NEWPORT BEACH 143b - CALIFORNIA February 7, 1973 R. -, . m1cCiellan &:Sox 1700 Superior Avenae Costa Mesa, CA 92626 Subject: Surety Project Contract No. s, Inc. The American Insurance Company Construction of Lawn Bowling Greens and Parking Lot - San Joaquin Hills Park 1438 The City Council on January 22, 1973 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release. the bonds 35 days after Notice of Completion has been fil::d. Notice Of Completion was filed with the Crange County:Ftacorder on January 24, 1973 in Boo,: No. 10527, Page 691. PIcas: iotify your surety company that bonds may be released 35 days after recording data. Laura Lagios, C. M.C. City Clerk dg cc: Public Works Department January 22, 1973 TO: CITY COUNCIL FROM: Public Works Department y-� SUBJECT: ACCEPTANCE OF THE CONSTRUCTION OF BOWLING GREENS AT SAN JOAQUIN 14ILLS PARK - CONTRACT 1438 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 Notice of Completion has been filed. DISCUSSION: The contract for the construction of bowling greens at San Joaquin Hills Park has been completed to the satisfaction of the Public Works Department. The bid price was: $79,914.00 Amount of unit price items constructed 79,914.00 Amount of change orders: 50.00 Total contract cost: 79,964.00 Amount budgeted in the Building Excise Tax Fund 86,700.00 (Account No. 27- 7797 -030) Three change orders were issued: (1) Provided for installation of a water supply line and a drain line for a future drinking fountain adjacent to the bowling greens. Cost: $150.00. The drinking fountain will be installed in the future by the Lawn Bowling Association. (2) Provided for a change in the type of turf to hybrid bermuda. While this type of turf is slower to germinate, it was felt by the lawn bowlers that it would provide a superior green. There was no cost differential. (3) Provided for deletion of the painted lane mark- ings on the sides of the greens. The lawn bowlers desired to install an addi- tional back board to more adequately protect the bowls from damage. This board will be pre - painted with the lane markings prior to installation. Cost reduc- tion $100.00. The landscape designer was VTN of Orange County. The contractor is R. W. McClellan and Sans of Costa Mesa, California. The contract date of completion was November 10, 1972. The change in the type of lawn resulted in slower germination, thus delaying the acceptance. All actual work was completed by November 10, 1972. P. Devlin ublie,Works Director )oseph PD:hh RECORDING REQUESTED C p i�', r BY AND MAIL TO O 20268 0 OJ ` 2T PA'i681, Laura Iagios, City Cler FREE 3300 Newport Blvd. a';'ii.vED IN 017" 1, ^ ^.L rt %URDS Newport beach, CA 92660 CS OF ORANGE coUNT�, CAUFORNIA NOTICE OF COMPLETION 9`�,' A 1. JAN 24 1373 1, W7L:[ Lillli'I, iR. E:CcardeC J PUBLIC WORKS I To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 2 -0, 1972 the Public Works project consisting of Construction of Lawn Bowling Greens and Parking Lot - San Joaquin Hills Park on which R. W. McClellan & Sons, Inc. was the contractor, and The American Insurance Company was the surety, was completed, V ERIFICATI I, the undersigned, say: CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 23, 1973 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on January 22, 1973 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 23, 1973 at Newport Beach, California. f'- . R. W. 4feclefin .504A, Am CONTRACTING • TRUCKING • EXCAVATING • GRADING ASPHALT PAVING CONTRACTORS 1700 SUPERIOR AVENUE COSTA MESA, CALIFORNIA 92627 (714) 848.8811 November 7, 1972 City of Newport Beach 3300 Newport Boulevard Newport Beach, California PROJECT: SAN JOAQUIN BOWLING GREEN Gentlemen: This is to advise that the germination period on the above subject project was completed on October 30, 1972 in accordance with our contract. Please be advised that our 30 day maintenance period commenced on October 30, 1972 and will end on November 29, 1972. We would like at this time to arrange a final inspection to be held November 28, 1972, 1:00 P.M. at the jobsite. Please contact this office as soon as possible to confirm the time and date for this inspection. Very truly yours, W�� Rollo W. McClellan, Jr. cc: V.T.N. P' OV I r: ,'- . LAN V5CAPU-- CNGI NLL 1'O% valley crest landscape, inc. 1920 SO. YALE STREET SANTA4WAIA. CALIFORNIA 92704 AREA CODE 714.646.7973 October 4, 1972 R. N. McClellan & Sons, Inc. 151 ^Mme—�3al ?'gay Cnsta Elsa, California 92627 _ Attention: 11,10. ;W.Ciellan, Jr. SUBJECT: SAN JOAQUIN HILLS PAM, R ntlemen: In regards to your letter dated September 27, 1972, Valley Crest Landscape is in approval with the charLging o;' "Old Orchard Hybrid Bent" grass stolens to "Hybrid Tiff Green Bermuda," as authorized by Mr. Cal Stewart of the City of Ne.vport Beach, However, I would like to point cut that "Hybrid Bermuda" is slower in growing at this time of year and the degree of establishment at the end of the 30 -day germainatior.: period and 30 -day maintenance period will not be the same as with the "Hybrid Bent." I feel the City of Newoort Beach should be notified in writing as to the difference in charge of the types of stolens. We do not anticipate any problems, but we would like to point out the difference so as not to have a problem at a later date. Before going on our 30 -day maintenance period, we would like to set up an inspection at the end of the 30 -day germination period, which began September 29, 1972. Please notify us in advance of this date. If you have any questions regardi.t:g this matter, please do not hesitate to contact us. Sincerely, VALLrl OREST LANDSCAPE, t;eville A. Laatsch Branch Manager "AL:ce California • Florida • Texas INC. Y G p, LU a Oda" a badrles IOC. CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. CONTRACT NO. 1438 PURCHASE ORDER NO. CONTRACTOR'S NAME R. W. McClellan & Sons PROJECT NAME AND NO. San Joaquin Hills Park ACTION DATE November 9, 1972 BUDGET NO. 27'7797'030 Delete the painting of the red and white 1 inch wide stripes on the bowling green back boards. The net cost reduction as a result of this change is: $100.00 CONTRACTOR: 2,� 6L� ? �- j,1 BY- - -??'f T- DATEJ /I % %I;7 'i APPROVAL: cc: Purchasing e! a XeGella & .00! CONTRACTING • TRUCKING • EXCAVATING • GRADING ASPHALT PAVING CONTRACTORS 1700 SUPERIOR AVENUE COSTA MESA. CALIFORNIA 92627 (714) 548 -5511 October 25, 1972 Mr. Pat Dunigan c/o City of Newport Beach 3300 Newport Boulevard Newport Beach, California Re: Bowling Greens Budget #27- 7797 -030 Contract #1438 Dear Sir: As requested this is our bid to install Redwood bumpers on de existing side planking at the Bowling Greens. Specs on material: 1. Clear heart grade Redwood 1 x 4 2. Surfaced on four sides 3. Mitred end joints 4. Approx. 1776 lineal feet. Installed price $827.00, approximate time from order of wo k to completion, two weeks. / Thank you, Thomas P. LaCroix R. W. McClellan & .ions, Inc. 4 i r C?nT �/C ✓�: J 1 �Q J' a F i4'�y CITY 6 NEWPORT BEACH - PUBLIC WORKS *RTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING October 20. 1972 PROJECT San Jaoquin Hills Park BUDGET NO. 27- 7797 -030 CONTRACT NO. 1438 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 1. Const. Bowling Greens, etc. $51,537.00 98% $50,506.26 2. Conc. Walks 6,581.00 100% 6,581.00 3. Driveway and Parking Lot, etx. 21,796.00 100% 21,796.00 78,883.26 C.C.O. 741 150.00 100% 150.00 C.C.O. #2 - 100% - 79,033.26 1 1 L j y Original Contract $79,914.00 Extras to Date 150.00 Send payment to: Contract to Date 80,064.0 R. W. McClel n,a Amount Earned 79,033.26 - 1700 Superio Less W Retention 3,99 50 Costa Mesa, '92Q?6;'r j dr Less Previous Payments 58,41 00. C- Amount Due this Request 20�620,26' ? ? 2S% I hereby certify that the a e amounts and values are correct. SIGNED SIGNED Field En Weer BY �_ 0 CITY Of NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE October 20, 1972 CONTRACT NO. 1438 PURCHASE ORDER NO. BUDGET NO. CONTRACTOR'S NAME R.W. McClellan and Sons. Inca PROJECT NAME AND NO. San Joaquin Hills Park ACTION: Install a water supply line and a drain line for a future drinking fountain at the south westerly corner of the northerly bawling green. T :i< work snall be done per the instructions of the P.B. & R. Superintendent. The cost of the work is: $150.00 APPROVAL: i� /a- 20 -'7L e CONTRACTOR: BY DATE D :C k i cc: Purchasing CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. DATE October 20, 1972 CONTRACT NO. 1438 PURCHASE ORDER NO. BUDGET NO. CONTRACTOR'S NAME R. W. Mc Clellan and Sons. Inc. PROJECT NAME AND NO. San Joaouin Hills Park ACTION This change confirms the verbal request of the P.B. & R. Director, Change the type of turf for the bowling greens from "Old Orchard Hybrid Bent" to "Hybrid Tiff Green Bermuda ". There will be no cost differential as a result of this chr:nge. APPROVAL: -ZU' Fie] cc: Purchasing CONTRACTOR: / BY DATE RECEIVED ��, PUBLIC P/ g ��•. CITY OOEWPORT BEACH - PUBLIC WORKS DATMENT 10/70 PROGRESS PAYMENT REQUEST NO. 9 FOR PERIOD ENDING Ca 1 t� pmhpr an- 19 2 PROJECT San Jnailuin Hills Park BUDGET NO. 27_7797 -030 CONTRACT NO. 1438 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Contt. Bowling Greens, etc. $51,637.00 80% 41,229.60 2. Conc. Walks 6,581.00 90% 5,922.90 3. iiriveway and Parking Lot, etc. 21,796.00 70% 15,257.20 $62,409.70 Original Contract Extras to Date Contract to Date Amount Earned Less If! Retention Less Previous Payments Amount Due this Request $79,914.00 9 -zr -�Z '-o 'v )4Z 62,409.70 �� 3,995.70 20,514.96 37,899.04 Send payment to: R. W. ilcClellan and Sons 1700 Superior Costa ;iesa, CA 92626 I hereby certify that the above amounts and values are correct. SIGNED. // SIGNED B_ a_lRTp Field Errgineer Con ra��rf BY �, adt;. Micharel W. McCle an, Sec /Trees. CITY OF NEVORT BEACH PARKS, BEACHES $ RECREATION DEPARTMENT September 27, 1972 TO: PAT DUNIGAN, PUBLIC IVRKS FROM: PB & R Director SUBJECT: CHANGE ORDER SAN JOAQUIN HILLS PARK REWNENDATION: Amend the grass selection for the lawn bowling greens in San Joaquin Hills Park from Old Orchard Hybrid Bermuda Grass to Tif -Green Hybrid Bermuda. DISCUSSION: The Lawn Bowlers, through representative Al Manderbaugh, have requested the above amendment to the turf planting. By making this amendment we understand that the establishment of Bermuda at this time of year will be slower and, therefore, we will not have full coverage at the end of the 60 -day maintenance period. However, since the Lawn Bowling Association has requested this amend- ment, we feel that we would like to comply. Arrangements have already been made with Valley Crest Nursery to install the Bermuda stolons. CALVIN C./ STEIART CCS:h R. W. if �CaO «QM & '5044, Ac. CONTRACTING • TRUCKING • EXCAVATING • GRADING ASPHALT PAVING CONTRACTORS 151 COMMERCIAL WAY COSTA MESA, CALIFORNIA 92627 ( 714) 548 -5511 September 12, 1972 City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Attention: Mr. Benjamin B. Noland City Engineer Re: Construction of lawn Bowling Greens and Parking Lot at San Joaquin Hills Park (C -1438) Gentlemen: When we started the above job, we assumed we had sixty working days to complete it and now find we had sixty calendar days. We cannot complete this job in that length of time and respectively request an extension of time. We have had our men and equipment on the job every working day since we started and have pushed the job as hard as we can push. We have had some delays such as September 4 being Labor Day, the realignment of the 3' diameter steel Edison poles, and the underground telephone line was not removed until after the job started and we had to wait for that. We plan to have the Broadcast Planting of Stolons in by the 21st, or 22nd. We have had several conversations with Pat Dunnigan in this regard as the job has progressed and feel sure you will want to give us consider- ation to our request for our efforts, the unknown quantities we have had to deal with and our good faith. YO)jrs truly,_ - ) R. W. McClellan, J#.W` RWM /bhw cc: Mr. Ken Perry Mr. Pat Dunnigan fir, CITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION DEPARTMENT September 1, 1972 TO: PAT DUNIGAN, PUBLIC WORKS DEPARTMENT FROM: PB g R Director SUBJECT: DRINKING FOUNTAIN IN SAN JOAQUIN HILLS PARK As I indicated by telephone yesterday Pat, the Laura Bowlers have requested the installation of a drinking fountain in San Joaquin Hills Park. I have talked with Rolly McClellan and Bud Attritch relative to this installation, and they say they will do it on a time and material basis with the cost of approximately $150.00. The Lawn Bowlers themselves have agreed to pay this $150 and I have agreed to install the fountain itself at a later date. McClellan will be providing the water hook -up, stub out and the drainage system. I would like to have this as a change order and then I will be responsible for collecting the amount of the bill from the Lawn Bowlers. If you see any problems in this situation, please let me know. CE CCS:dm cc: Rich Harrison CITY ONEWPORT BEACH - PUBLIC WORKS DE RTMENT PROGRESS PAYMENT REQUEST NO PROJECT San Joaquin Hills Park BUDGET NO. 27- 7797 -030 1 10/70 FOR PERIOD ENDING August 20, 1972 CONTRACT NO. 1438 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Const. Bowling Greens. etc. $510537.00 40% $200614.80 2. Conc. Talks 6,581.00 0% - 3. Driveway & Parking Lot, etc. 21.796.00 10% 2,179.60 $22.794.40 vv s Original Contract $79,914,00 Extras to Date P �coQP���` '• Q� 3D -7Z Contract to Date �� Send p"nt to: / Amount Earned $22,794.40 / ^� \` R. / W. McClellan Less 10% Retention 2,279.44 1700 Superior Avenue Less Previous Payments - Costa Mesa, CA 92626 Amount Due this Request 20,514.96 I hereby certify that the above amounts and values are correct. SIGNED ��� '.. —•�-�� SIGNED R. W. McClellan & Sons Inc. Field Engin6er yact ; BY ' i i E 0 4 C -IM June 12, 1972 TO: CITY COUNCIL FROM: Public Works Department and Parks, 'Beaches and:Recreation Department SUBJECT: CONSTRUCT-ION.OF BOWLING GREENS AT SAN JOAQUIN HILLS PARK G (CONTRACT 1438) RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to R. W. McClellan & Sons, Inc. for the base bid plus.additive bid Items No. 1 and No. 2 in the total amount of $79,914.00, and authorizing the Mayor and the City Clerk to execute the contract subject to the prior acceptance by the city of a deed to the park. 2. Approve a budget amendment in the amount of $51,500.00 DISCUSSION: Five bids were opened and read by the City Clerk at 2 :00 P.M. on June 5, 1972. BIDDER BASE BID ADD. BID 1 R. W. McClellan & Sons, Inc. $51,537 $ 6,581 Costa Mesa J. B. Crosby $57,744 $ 79655 La Palma Valley Crest Landscaping $61,538 $5,157 Santa Ana Roy C. Barnett Riverside Goodman.& Peloqu.in La. Habra Architect's Estimate $65,200 $12,000" $70,000 $ 7,000 $36,125 $ 4,300 g ys r� 1��V0 ADD. BID 2 TOTAL $21,796 $79,914 $24,388 $89,787 $21,261 $21,800 $32,000 .$17,500 $87,956 $99,000 $109,000 $57,925 The basic construction contract provides for the construction of two lawn bowling greens. Additive items are for a sidewalk around the greens, a parking lot and a driveway. �� "0 D `I U C01�v�,uvIL I i i JUN 12 1972 QATE �EC.cli�l r-71- �CLO� June 12, 1972 Page 2 Subject: Construction of Bowling Greens at San Joaquin Hills Park (Contract 1438) The revised project cost is as follows: Base Bid: 2 fenced bowling greens $510537 5% contingency 20569 Architect's fees 4,800- - Water meter and connection 625 Water acreage fee (4 ac..@ $900) 3,600 Base Project Costa $63,162 1 Additive Bid No. 1: Sidewalks around greens. Additive Bid No. 2: Parking lot, driveway, retaining wall and sidewalk along Crown Drive North $ 6,581 $21,796 Total Project Cost $91,500 Total appropriation in aunt 27- 7797 -030 $40,000 The present:plan.is to cons t-the parking lot in 1972 -73. R. W. McClellan's bid for additive item 2 is $535.00 higher than the bid of Valley Crest Landscaping. Because the cost of advertising for d separate paving contract plus the inflationary cost of delay would probably exceed $535.00,it is recommended that the complete project be built at this time. Included in the proposed 1972 -73 budget is $20,000.00 for the completion of the park site. If the Council wishes to award a contract this fiscal year in the amount of $79,914.00, a budget amendment for $5.1,500.00 will be required. Should this budget amendment be approved, the $20,000.00 may be deleted from the 1972-73 budget, unless the City Council wishes to appropriate this amount for additional developments such as landscaping, horseshoe pits and shuffleboard courts: Sufficient funds are currently available in the Building Excise Tax Fund to finance the project. The Parks, Beaches and Recreation Department has worked with The Irvine Company to secure a gift of a park site to the city at the southeast corner of Crown Drive North and San Joaquin Hills Road. The size of the park is 4.0 acres. A deed for the park is being presented to the City Council for acceptance on June 12, 1972. seph Devlin bIic ks Director CCS:ldg Calvin C. Stewart. Parks, Beaches and Recr ion Director PRELIMINARY TESTS PRIOR o TO AWARD OF CONTRACT. CONTROL TESTS ON MATERIALS R • ACTUALLY ENTERING INTO WORKS a • 11 COUNTY OF ORANGE ROAD DEPARTMENT MATERIAL TESTING SECTION THE COMPACTION PROJECT LL S RESIDENT ENGINEER (INSPECTOR) SEND REPORT TOE/ } CONSTRUCTION PERMITS DATE �L /Z TESTED BY DENSITY STD. COUNT- 7z _ TEST NO. C— �Y /�( TH RU SHEET NO / O #' / CONT. NO., W.O.,. P.O., AHFP 42- 4--./G _CONTRACTOR A E;'L OUTSIDE AGENCY MOISTURE STD. COUNT— (J 4. IN PLACE DENSITY )NUCLEAR GAUGE ...CALIF 231 1 LAS NO. C. 36 /'! 0 AVERAGE AREA RC 3S9j AREA I REJECTED ACCEPTED SITE 1 s.' — COUNT STREET MATERIAL .3 TOTALCOUNT STATION DIST. FROM CL ELEVATION PROBE DEPTH n DENSITY MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 95 AREA I REJECTED ACCEPTED — COUNT TOTALCOUNT MOISTURE COUNT TOTALCOUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 WET DENSITY DRY DENSITY MOISTURE % MAX. DENSITY OPT. MOISTURE R.C. % REMARKS: /"'m,Z2 AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 95 AREA I REJECTED ACCEPTED ❑ END OF MONTH BILLING BY RESIDENT ENGINEER (City Engineer( MATERIALS, ENEIMEER -,� RELATtrf ::e1MFACT11N (14 F _y.° ... ° T CONROCK CO., 60ap©C�� $200 SAN FERNANDO ROAD/ P.O. BOX 2950 / LOS ANGELES, CALIFORNIA 90051 / (213) 258 -2777 August 14, 1972 PROJECT: Bowling Greens Contract #C -1438 San Joaquin Hills Rd. Newport Beach, California R. W. McClellan & Sons, Inc. 151 Commercial Way Costa Mesa, California 92627 Dear Sir: This is to certify that the Class 1, Type "A" and the Class 2 Permeable Materials conform to the job specification. These materials will be produced at our Orange Production Plant located at 11511 South Prospect Avenue in Orange, California. The SN -20, also, conforms to the job specification and will be produced at our Specialty Plant located in Irwindale, California. If we can be of any further assistance to you, please call us. I truly yours, I C James E. McDowell L Engineer, Testing Laboratory JEMcD:fa cc: Mr. Joe Devlin Mr. Robert L. Pederson J Ks •� /2mi i l +c " "1YPpRi F i(', �(,'J .. .. .....NP Afull . ';i. `e TIT . PRELIMINARY TESTS PRIOR Ea TO AWARD OF CONTRACT. CONTROL TESTS ON MATERIALS . ACTUALLY ENTERING INTO WORKS. PROJECT S> ,4,V Jc . ':'<! r P ~I� RESIDENT ENGINEER (INSPECTOR) SEND REPORT TO: CONSTRUCTION DATE L 4- 7 2 • • DENSITY STD. COUNT— Z COUNTY OF ORANGE ROAD DEPARTMENT. MATERIAL TESTING SECTION RELATIVE COMPACTION MATERIAL'TESTED S J,0744k c - PI 11 f AGENCY A TEST NO. Cx �G 9G THRU .A+G 9 9 SHEET NO CONT. NO., W.O.. P.O., ANFP 2, l4-,Ag, DATE REPORTED 7- Z I'% — 71 OUTSIDE AGENCY Y Z MOISTURE STD. COUNT— ) H IN PLACE DENSITY (NUCLEAR GAUGE CALIF 231 1 O l LAB NO. C- 3C 9L AVERAGE AREA RC 34 97 REQUIRED RC 95 AREA I REJECTED ACCEPTED Gg DENSITY SITE —— .� COUNT STREET K S T4 . , ® : • rtT����e� MATERIAL 3 N.S S STATION - DIST. FROM CL } $AI ELEVATION ,y _ i Z•:. �:_ PROBE DEPTH MOISTURE COUNT TOTAL COUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 95 AREA I REJECTED ACCEPTED DENSITY —— COUNT ® : • rtT����e� �� OPT. MOISTURE MOISTURE COUNT TOTAL COUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 • U AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 95 AREA I REJECTED ACCEPTED ® : • rtT����e� �� OPT. MOISTURE • U AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 95 AREA I REJECTED ACCEPTED LJ END OF MONTH BILLING BY _ RESIDENT ENGINEER )C.Ify Engineer) MAUnALa [RaIIICrR l r. 1 Aft l PRELIMINARY TESTS PRIOR TO AWARD OF CONTRACT. CONTROL TESTS ON MATERIALS ® ACTUIf ENTERING INTO WORKS. is • RESIDENT COUNTY OF ORANGE ROAD DEPARTMENT MATERIAL TESTING SECTION RELATIVE COMPACTION MATERIALT T£D..: ILL LLf P. AY AGENCY /1 72 ? TEST NO. C- 3LfTHRU 3G SHEET NO 1 • T I CONT. NO., W.O., d P.O., AHFP_ DATE REPORTED / - Z/ SEND REPORT TO: CONSTRUCTION PERMITS S fV ISION OUTSIDE AGENCY /-I DATE ZI 7Z / TESTED BYG�G�TZ DENSITY STD. COUNT- MOISTURE STD. COUNT- Q IN PLACE DENSITY (NUCLEAR GAUGE CALIF 231 1401 - S LAB NO. C- AVERAGE AREA RC REQUIRED RC 1 90 95 AREA I REJECTED ACCEPTED DENSITY SITE - - - - -- COUNT STREET MATERIAL hl z STATION 1 '3 I DIST. FROM CL S (At ELEVATION L. 'L L G .78 PROBE DEPTH II G I MOISTURE COUNT TOTAL COUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 REMARKS: / Mvf-& AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 1 90 95 AREA I REJECTED ACCEPTED DENSITY - - - - -- COUNT MOISTURE COUNT TOTAL COUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 REMARKS: / Mvf-& AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 1 90 95 AREA I REJECTED ACCEPTED BEND OF MONTH BILLING �-, y� BY RESIDENT ENGINEER (Cay ER911 "q MATERIALS ENGINEER mss: :: A C. iO Il- �. F 39111 ... E -: 0 Cl PRELIMINARY TESTS PRIOR TO AWARD OF CONTRACT. COUNTY OF ORANGE C —' 3(� ROAD DEPARTMENT 7X MATERIAL TESTING SECTION ' - TEST No. C- JS. G-_ . TNRU �j* % NO CONTROL TESTS ON MATERIALS R � LA T I Y E C O M P A C i f� N� CONTT NO , W.0 19 19 ACTUALLY ENTERING INTO WORKS P.O., AHFP PROJECT RESIDENI WIioITER7AL TESTED y DATE REPORTED_ G/ " % *% MILLS PARK' AGENCY_ C IIVGW POQT 6JFAGJy O G A V CONTRACTOR Q, (U , lmf&Cfe LL d rV SEND REPORT TO: CONSTRUCTION F] PERMITS ❑ Sj1ja1VISION 0- .OUTSIDE AGENCY DATE %— 17 -7Z TESTED BY DENSITY STD. COUNT— /73 F MOISTURE STD. COUNT— IN PLACE DENSITY (NUCLEAR GAUGEi1 01. CALIF 231 -6 1 S & ,,A* /$ LAB NO. C. 35G 13j5%6- SITE I I 4 it STREET MATERIAL •'1 , OPT. MOISTURE STATION OYNQ PAIUlf DIST. FROM CL ELEVATION r ' PROBE DEPTH MOISTURE COUNT TOTAL COUNT AVG.COUNT MOISTURE RATIO WATER LBS. /FT.3 REMARKS: AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 1 90 95 AREA I REJECTED ACCEPTED BEND OF MONTH BILLING BY RESIDENT ENGINEER )City Engineer) MATERIALSEWID"tEII Aft'� OPT. MOISTURE REMARKS: AREA RELATIVE COMPACTION MAXIMUM DENSITY AVERAGE AREA RC REQUIRED RC 1 90 95 AREA I REJECTED ACCEPTED BEND OF MONTH BILLING BY RESIDENT ENGINEER )City Engineer) MATERIALSEWID"tEII Aft'� 1 W_ RIGHT OF WAY AND LAND DEPT. P. B. PEECOOK MANAGER I?v Southern California Edison Company P. O. BOX BOO 2244 WALNUT GROVE AVENUE ROSEMEAD. CALIFORNIA 91770 July 13, 1972 City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, CA 92660 Attention: Mr. Calvin C. Stewart, Director Parks, Beaches and Recreation Dept. Subject: Santiago -Crown and Santiago- Crown- Morro 66 KV T/L R/W City of Newport Beach San Joaquin Hills Park Our File: 04 -72- 022 -MC Gentlemen: We have reviewed the final construction plans marked "Construction Plan" P5050 -S which you forwarded us on May 31, 1972 and have no objection to the construction of the park subject to the following conditions: 1. All equipment working on the right of way must U ; maintain a minimum clearance of 25 feet from all structures and 15 feet from all overhead conductors. 2. Adequate access to all structures must be provided r +,, and at no time is there to be any interference with the free - movement of Edison Company equipment and materials. 3. Construction area must be watered down periodically t:, so as to prevent dust contamination of Edison Company insulators. 4. Any underground facilities within the easement area 7S should have a minimum cover of three feet to avoid interference . with future Edison underground high voltage transmission lines and pipelines. It is hereby further understood that in the 15,1 41rruk) ^;f event said facilities interfere with the construction of 1 CEt,� additional facilities by Edison, the City will reimburse Edison for the difference in cost to construct and maintain J NC`t its facilities so as not to interfere with Edison's proposed facilities. $* 0 a City of Newport Beach -2- July 13, 1972 5. Feeder lines and /or sprinklers installed on the right -,Y of way should be capable of withstanding a gross load of 40 tons on a three axle truck. 6. Suitable identification markers shall be installed J,- indicating the location and depth of any underground lines and /or pipelines. 7. Adequate grounding must be provided on all fencing G L and metallic structures. 8. Due to the operation and maintenanc lines, including the washing of insulators, Company will be held safe and harmless from damage resulting from said operation. 9. A commercial type 16 foot wide curb r4 of supporting 40 tons on a three axle truck as shown on the attached print. of the various the Edison any claims or depression capable 1 shall be installed, 10. If and when sidewalks, curbs and gutters are required, z_ they shall be done at no expense to the Edison Company. 11. If any changes are made in grading of the park or if any additional structures are desired for the park area, new plans must be submitted to the District Superintendent, Southeastern Transmission Division, Santa Ana, for his approval prior to commencement of any construction. 12. The Edison Company be granted the right to drive p;�_ outside the easement area for the purpose of turning around its construction and maintenance vehicles. If the foregoing meets with your approval, please have the enclosed copy of this letter signed by the appropriate party and return same in the enclosed self- addressed envelope. Very truly yours, 7 Enclosures i APPROVED AND ACCEPTED CITY OF NEWPORT BEACH M I1 I Date 9 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 1/72 PROGRESS PAYMENT REQUEST NOA(F) (Intl. RetentloOOR PERIOD ENDING March 14, 1973 PROJECT San Joaquin Hills Road BUDGET N0. 27- 7797 -030 CONTRACT NO. NO. CONTRACT ITEM 1. (Construct Bowling Greens, etc. 2. Concrete Walks 3. j uriveway and Parking Lot, etc. C.C.O. #1 C.C.O. #2 C.C.O. #3 C.C.U. #4 Original Contract Extras to Date Contract to Date Amount Earned Less 10% Retention Less Previous Payments Amount Due this Request CONTRACT PRICE $51,537.00 6,581.00 21,796.00 150.00 100.00 194.50 I hereby certify that the above amounts and values are correct. 1438 PERCENT AMOUNT X S$79,914.OU 100% 244..50,. 100% 80.158.50 100% i 21,796.00 CITY b80,158.50 `, .. . v „T C 150.00 100% 79,034.26 100% 1,124.24 100% I hereby certify that the above amounts and values are correct. 1438 PERCENT AMOUNT COMPLETE EARNED 100% i $51,537.00 100% I 6,581.00 100% i 21,796.00 79,914.00 100% 150.00 100% 100% - 100.00 100% 194.51 $80,158.50 Send payment to: R. W. McClellan and Sons 1700 Superior Costa Mesa, CA 92625 SIGNED/ /.��.�,_ , SIGNED Field Engiffeer � Eontract6r CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 4 CONTRACT NO. 1438 PURCHASE ORDER NO. CONTRACTOR'S NAME R. .d, McClellan and Sons. Inc. PROJECT NAME AND NO. San Joaquin Hills Park ACTION f DATE March 14, 1973 BUDGET NO.27- 7197 -030 1. Change the 2 -inch piping to tie S.N.R. from galvanized to threaded orass. 2. As requested iiy the by the Park Department. furnish 2 quick coupler keys. 3. Install a Raint J #25 sprinkler in the center of each bowling green. The cost of the above items, per Invoice 9930, is: $194.50 APPROVAL: Field Enqineer cc: Purchasing c -, . . r • f Approved by City Council this 24th day of April, 1972 Laura Lagios, City Cidek CONTRACT NO. C -1438 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK SUBMITTED BY: R W. McClellan and Sons Inc. Contractor 17 0 S erior Avenue A ress Costa Mesa, California 92626 City Zip Code 51 537.00 Total Bi Price - Base Bid Only CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK PROPOSAL CONTRACT NO. C -1438 To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: PR oft The undersigned declares that he has carefully examined the location of the proposed work; that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications and Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to construct the improvements in strict conformance with the Plans identified as City of Newport Beach Drawing No. P- 5050 -S (consisting of 2 sheets), the Special Provisions, the Standard Special Provisions, the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each completed unit of work, to wit: SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE BASE BID 1. Lump Sum Construct two bowling greens, complete in place, including subsurface drain lines, rebound ditches, sprinkler system for bowling greens, six foot high fence and gates, and 30 -day maintenance period for the lump sum price of: @ Fifty -one thousand, five hundred thirtgollars and no Cents $ $ 51,537.00 Lump Sum ITEM QUANTITY L ITEM DE UNIT PRICE WR 01 IVIEIR011 0 Construct eight foot wide by four inch thick concrete walks around both bowling greens contiguous to rebound ditches, for the lump sum price of: @ Six thousand, five hundred, eighty -one Dollars and No Cents Lump Sum ADDITIVE BID ITEM NO. 2 3. Lump Sum Construct driveway and parking lot, complete in place, including grading, retaining wall, and sidewalks as indicated for the lump sum price of: @ Twenty -one thousand, seven hundred Dollars ninety -six Dollars and and No Cents Lump Sum TOTAL PRICE WRITTEN IN WORDS FOR BASE BID ONLY: PR2of 2 $ 6,581.00 $ 21,796.00 Fifty -one thousand, five hundred, thirty -seven Dollars and No Cents $ 51,537.00 • 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page I SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:00 P.M. A.M. on the 5th day of June 1972 at which time they wil a opened and read, for performing work as fol ows: Construction of Lawn Bowling Greens and Parking Lot at San Joaquin Hills Park, San Joaquin Hills Road and Crown Drive North CONTRACT NO. 1438 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents THAT MUST BE COMPLETED, EXECUTED, AND RETURNED in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability andjExperience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Seal shall eb mixed to all documents requiring signatures. In the:case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871) The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. City of Newport Beach, California Notice Inviting Bids 0 Page la In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 7423 adopted May 17, 1971. A copy of said resolution 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 -1781 inclusive). The City reserves the right to reject any or all bids, and to waive any informality in such bids. In case of an error between words and figures, the words shall govern. Revised 12 -31 -71 �i , 0 Page 2 In case of a discrepancy between words and figures.in the bids submitted, the words shall prevail. The City of Newport Beach may elect to include either or both of the additive bid items as part of the contract. The City EXPRESSLY reserves the right to compare bids based on either the base bid alone, or on the base bid plus either or both of the additive items. At the time of award of the contract, the City will designate whether it elects to take only the base bid, or the base bid plus either or both of the additive items. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday, and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 247553 Classification C -12, SB -1. SC -32, SC -21 Accompanying this proposal is Cash, Certi-fIff Check, Cashier's Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to under- take self insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 548 -5511 Phone Number June 5, 1972 Date June 5, 1972 Date R. W. McClellan & Sons, Inc. Bidder s Name (CORPORATE SEAL) /s/ R. W. McClellan, Jr. uA t o ize Signature Autz i n� Corporation Type of Organization (Individual, Corporation, or Co- Partnership List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a rn- nartnarchin- R. W. McClellan, Jr. Michael W. McClellan R. W. McClellan, Sr. areas. Sr. Vice - President , Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned- certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Landscaping - Sprinklers - Valley Crest Landscaping, Santa Ana, California 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. R.W. McClellan & Sons, Inc. Bidder's Name R.4.,�T'1C'C'r1z� 1. Au h iz re CorDoration Type of rganization (Individual, Co- partnership or Corp) 1700 Superior Avenue Costa Mesa; California Address FOR ORIVL SEE CITY CLERK'S FILE COPY • BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, R. W. MC CLELLAN & SONS, INC. _ as Principal, and THE AMERICAN INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 10% of Bid ), 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 principal for the construction of CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK (C -1438) in the City of Newport Beach, is accepted by the City Council. of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Title Principal Surety 'J • • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 5th day of June , 1972 MY commission expires: May 1, 1976 R. W. MC CLELLAN & SONS, INC. 1700 Superior Avenue ;Costa Mesa, California 92626 s R. W. McClellan Jr. President /s/ Barbara H. Wallers Notary Public n FOR OWNAL, SEE CITY CLERK'S FILE COP Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. "On file with the City of Newport Beach" Page 7 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. BASED ON PAST EXPERIENCE AND JOBS COMPLETED: Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 12, 1972 has awarded to R. W. McClellan & Sons, Inc. hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK (C -1438) 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. 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, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 $ W MrCT.F.T.T.AN A SONS, INC_ as Principal, hereinafter designated as the Contractor and THE AMERICAN INSURAMCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum ofFifty -one Thousand. five hundred thirty -seven and no/ Dollars ($ 51,537.00 said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the 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 4204 of the Government Code of the State of California. E • • Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure 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 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications, received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the 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 98rh day of T,,,,,, , 19 79 ved as t orm: sz, RZT-Cfty Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk Seal) Seal) R. W. McClellan & Sons Inc. (Seal) ontractor (Seal) G (Seal) rg . Doubled: - Attorney -in -Fact The American Insurance Co. (Seal) STATE OF CALIFORNIA COUNTY OF 55. ORANGE on June 28, 1972 before me, the undersigned, a Notary Public in and for said State, personally appeared._ known to me to be the President, and Michael W, McClellan known to me to be the Secretary of the Corporation that executed the within Instrument, known to me to he the persons who executed the within Instrument on behalf of the Corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a reso- lution of its board of directors. W SS my hand and official eal!7r Barbara H. Wallers _ NAME IT R�OR PRINTED) Notary PI , I soil fSr�fl Stat `; ....E:R, 1 A7y Fo:n,T.isslon Expires achy 1, lii5 State of CALIFORNIA t County of ORANGE S ss: On June 28, 1972 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared George L, Doubledee i known to me to be Attorney -in -Fact of The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same, IN WITNESS WHEREOF, I have hereunto set my�hand and affixed my official seal, tire da�,and year stated in Ois gertifioate above. � My Commission Expires Z14 Notary. Public 360212-6-66 ................. �.............A 0 Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 12, 1972 has awarded to R. W. McClellan & Sons, Inc. hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK (C -1438) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, R_ W. MCCLELLAN & SONS INC. as Principal, hereinafter designated as the "Contractor ", and As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Fifty one Thousand, five hundred thirty -seven and no/ Dollars ($ 51,537.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. • C� J Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition 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 change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this insthument has been duly executed by the Principal and Surety above named, on the 98th day of ";Q- , 1971, (Seal) t-k c (Seal) R. W. McCLELLAN & SONS INC. (Seal) ontractor (Seal) ! �< % (Seal) rge . Doubledee - Attorney -in -Fact The American Insurance Co (Seal) urety Approved as to form: p,s,7,City Attorney STATE OF CALIFORNIA COUNTY OF SS. ANGE On June 28. 1972 before me, the undersigned, a Notary Public in and for said State, personally appeared« __. R W. [x known to me to be the —_ President, and M; haP�t W- McClellan ________. ._ known to me to be the Secretary of the Corporation that executed the within lrstmment, known to me to be the persons who executed the .within e, Instrument on behalf of the Corporation therein ranted, o and acknowledged to me that such corporation executed V the within instrument pursuant to its hy- la.o's or a resii- lution off its board of directors. WIT�j S'S my hapd and Barbara If. Wallers C NAME"YPEo OR PFINTEDI v Notary Public in and for said State. a state of Californir County of S ss: Orange On June 28, 1972 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared George L. Doubledee known to me to be Attorney -in -Fact o: The American Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my }rand and affixed my official seal, .,,,, <;ei9Wm: -"c-'03 A114 H, 074 My Commission Expires 360212 -6 -66 ry and year sta r t{is ce icate above. Notary - Public :................... ........................... 0 CONTRACT C] Page 12 THIS AGREEMENT, made and entered into this !3z% day of j v. Y , 19 7�_ , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and R. W. McClellan & Sons, Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH� That the parties hereto do mutually agree as follows- 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK (C -1438) and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. E Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA r r ^. 11 / y mayor a „,> r) ATTEST: _ •���Fpz�a� A R. W. McCLELLAN & SONS. INC Contractor (SEAL) i By` - ,t I ) By6 �J )I Sec /Treas. Title roved as to form: • i INDEX TO SPECIAL PROVISIONS FOR CONSTRUCTION OF LAWN BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK CONTRACT NO. 1438 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. QUALIFICATIONS OF CONTRACTORS . . . . . . . . . . . . . . . . . . . . . 1 III. PLANS AND SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . 2 IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. WATER .. ............................... 2 VI. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . . . 3 VII. COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . . . 4 A. Bowling Greens . . . . . . . . . . . . . . . . . . . . . . . . . . 4 1. Site Preparation . . . . . . . . . . . . . . . . . . . . . . . 4 2. Subgrade Preparation . . . . . . . . . . . . . . . . . . . . . 4 3. Permeable Blanket for Subdrainage Purposes . . . . . . . . . . 4 4. Pea Gravel . . . . . . . . . . . . . . . . . . . . . . . . . 5 5. Planters Sand . . . . . . . . . . . . . . . . . . . . . . . . . 5 6. Planting Bowling Greens . . . . . . . . . . . . . . . . . . . . 6 7. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . 7 B. Other Work . . . . . . . . . . . . . . . . . . 8 C. Irrigation System . . . . . . . . . . . . . . . . . . . . . . . . . 8 1. General . . . . . . . . . . . . . . . . . . . . . . . . 8 2. Site Investigation . . . . . . . . . . . . . . . . . . . 8 3. Materials, Products and Equipment . . . . . . . . . . . . . 9 4. Installation of Piping, Valves, and Sprinklers . . . . . . . . 10 5. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 6. Provisions for Maintenance . . . . . . . . . . . . . . . . . . 12 7. Guarantee of the Sprinkler System . . . . . . . . . . . . . . . 13 -2- Page D. Subsurface Drains . . . . . . . . . . . . . . . . . . . . . . . . . 13 1. Description . . . . . . . . . . . . . . . . . . . . . . . . . . 13 2. Materials . . . . . . . . . . . . . . . . . . . . . . . 14 3. Installing Underdrains . . . . . . . . . . . . . . . . . . . . 15 IX. MAINTENANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 X. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 IX. INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 0 0 CITY OF NEWPORT BEACH SP 1 of 16 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CONTRACT NO. 1438 I. SCOPE OF WORK A. BASE BID The improvements to be constructed under the base bid for this contract consist of two lawn bowling greens surrounded by a 6 -foot high chain link fence. The base bid includes a sub - drainage system; a water service including meter; an irrigation system for the bowling greens; and maintenance and watering of the lawn for 30 days after acceptance of the construction and the planting. B. ADDITIVE BID ITEM NO. 1 The improvements to be constructed under Additive Item No. 1 consist of a 4 -inch thick sidewalk 8 feet in width around each side of each bowling green. C. ADDITIVE BID ITEM NO. 2 The improvements to be constructed under Additive Item No. 2 consist of a parking lot, including asphalt concrete pavement, imported aggregate base, portland cement concrete gutter, curbs, area sidewalk outside of the fence, driveway approach; concrete block retaining wall; and Portland cement sidewalk in Crown Drive North. It is the intention of the city to build the two lawn bowling greens and associated items included in the base bid. Depending upon the bids, the city may or may not include either or both of the two additive items in the award of the contract. JI. QUALIFICATIONS OF CONTRACTORS The general contractor shall be a licensed general engineering contractor, Class A. The contractor or subcontractor who constructs the bowling greens shall hold a landscaping contractor's license, Class C -27. 0 0 III. PLANS AND SPECIFICATIONS A. Plans SP 2 of 16 The plans consist of City of Newport Beach Drawing No. P- 5050 -S, consisting of 2 sheets numbered 1 and 2. B. Specifications The specifications consist of these Special Provisions, and the Construction Standards and Specifications for Construction of Public Works in the City of Newport Beach, dated April 1970, which may be purchased from the Public Works Department of the city at a cost of $2.00 per copy. The Standard Specifications incorporate by reference Standard Specifications for Public Works Construction, 1970 Edition, and supplements thereto, as prepared by the Southern California Chapter of the American Public Works Association and the Associated General Contractors of America. IV. TIME OF COMPLETION The contractor work shall be divided into three phases: (a) Completion of all construction and planting (b) Germination period of lawn (c) Maintenance period The construction and planting shall be completed within 60 calendar days after execution of the contract by the city. The germination phase shall be completed when the germination is accepted in writing by the Engineer. The maintenance period shall be 30 calendar days after acceptance of the germina- tion by the city. Final acceptance of the contract by the City Council will be after the end of the maintenance period. V. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available city water, it shall be his responsibility to make arrangements for water purchase by contacting the city's Utility Superintendent at (714) 673 -2110, extension 267. 0 0 SP3of16 The cost of all water used until acceptance of the work by the City Council will be the responsibility of the contractor. VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed land surveyor or civil engineer. Staking shall be performed on all items ordinarily staked at intervals normally accepted by the agencies and trades involved. Sufficient survey stakes shall be placed to control the accuracy of the concrete forms to within 1/8 -inch vertically and 1/4 -inch horizontally. Grade stakes for bowling green construction shall be set as shown on the plans. VII. COMPENSATION A. Compensation in General The prices paid for the items of work shall include full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work.. Compensation for the work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the lump sum items listed in the bid proposal. B. Permit Fees Building permit fees for the fence and irrigation system will be waived. The building permits will be secured by the city. C. Water Service The base bid shall include compensation for construction of a complete 2 -inch water service per Standard Drawing 502 -L. The cost of the water meter shall be included in the price bid. The water meter will be furnished and set by the city's Utility Division upon payment of $440 by the contractor to the city. D. Progress Payments For the purpose of calculating progress payments for work performed under the base bid, completion of the following stages of the work will be considered as completing the percentages of the work to be done under the base bid: (1) Construction and planting 70% (2) Germination period 85% (3) Completion of the maintenance period and final acceptance of the project 100q SP 4 of 16 VIII, CONSTRUCTION DETAILS A. Bowlinq Greens 1, Site Preparation All vegetation shall be removed and disposed of from the construction area and an additional distance of 22 feet in each direction beyond the edge of each bowling green, and all vegetation shall be removed and disposed of from any portion of the park site used for stockpiling of native earthen materials. All vegetation removed shall be disposed of at the county dump. 2. Subgrade Preparation The overlying material shall be excavated to the elevations shown on the drawings, using care not to overexcavate. The top 6 inches of subgrade shall be scarified and compacted to a relative compaction of not less than 95 %. 3, Permeable Blanket for Subdrainage Purposes Permeable material for use in backfilling trenches, under, around, and over underdrains, and permeable material for blankets shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Permeable material will be Class 2. The percentage composition by weight of permeable material in place shall conform to the following gradings when determined by Test Method No. Calif. 202. ri ❑ec 9 Cip %lp Ci]pC Percentage Passing 1 11 -- - - - - - - - - - - - - - - - - - - - - 100 3/4° - ----------------- - - - -90 -100 3/8" ------------------ - - - -40 -100 No.4 --------------------- -25 -40 No.8 ---------------- ----- -18 -33 No. 30 - - - - - - - - - - - - - - - - - - - - - - 5- 15 No. 50 - - - - - - - - - - - - - - - - - - - - - - 0- 7 No. 200-------- -------- - - - - -- 0- 3 When tested in permeable materials 40. 0 0 accordance with Test Method No. Calif. 229, shall have a durability index of not less than Class 2 permeable material shall not have a sand equivalent less than 75 as determined by Test Method No. Calif. 217. SP 5 of 16 The permeable blanket shall be compacted to a relative compaction of not less than 95% 4. Pea Gravel The 2 -inch thick layer of pea gravel above the permeable blanket shall consist of Class 1. permeable material, Type A. The percentage composition by weight of pea gravel in place shall conform to the following gradings when determined by Test Method No. Calif. 202. 95% CLASS 1., TYPE A SiPVP Si7PS 2"__ _______ __ _____ ____ ______ ______________ ______ 1-1/2° ------------------------------------------ 3/4" ------------------------------------------ 1/2 -- ------------------------------------------ 3/8" ------------------------------------------ No. 4 ------------------------------------------ No. 8 ------------------------------------------ No. 200 ----------------------------------- - - - - -- Percentage Passin Type A Type B -- 100 -- 95 -100 100 50 -100 95 -100 -- 70 -100 15- 55 0- 55 0- 25 0- 10 0- 5 0- 3 0- 3 The pea gravel shall be compacted to a relative compaction of not less than 5. Planters Sand Planters sand for bowling greens shall be ICi.lh dried 100% fine sand, Conrock SN -20 Olympia 30 mesh sand, Crystal White 30, or equal, conforming to the following gradings: Sieve ,Size..;;,. 'T-51 mm. ' 1.0 mm 500 micron 53 micron. PercentPassing 100% 95 -100 60 -100 0- 15 Planters sand shall consist of hard, durable, clean sand; and shall be free from organic material, clay balls, or other deleterious substances. • SP 6 of 16 Construction and compaction of the planting area shall be as follows: a. Pla, nting shall not be installed until the landscape irrigation system is complete installed, tested, and fully operative. b. Float entire area to a smooth uniform grade. c. Roll green surfaces in.2 directions at.approximate right - angles, using a water - ballast roller weigning 100 to 300 pounds. Any irregularities that develop shall be re -raked and scarified for bond, and again rolled until the area is true and uniform, and free of lumps or depres- sions. Water shall be added as necessary to insure proper working of the surface. d. Screed and level bowling green surfaces to a tolerance of 1/8 inch in 10 feet. Depressions shall be filled, regraded and rolled as in Item (d) above. After areas have been prepared for stolons, no heavy objects, except lawn rollers, shall be taken over lawn or bowling green areas at any time. 6. Plantino Bowlino Greens The approval of the engineer of the grading and compaction shall be obtained prior to planting of stolons. The bowling greens shall be planted with Old Orchard Hybrid Bent grass. Broadcast Planting of Stolons - Stolons shall be freshly cut and delivered to the site within 24 hours after cutting. All stolons shall be kept cool and noist until planted. All stolons shall be planted within 24 hours after delivery to the site. After adequate soil preparation, and before planting, soil moisture shall be at field capacity. After approval of the surface, stolons shall be spread, using hand broadcasting or Stolon Broadcaster and shredded stolons, planted into prepared soil. The machine shall be adjusted to bury or partially bury approximately 75 percent of the stolons to a depth of 3/4 -inch to 1 -1/2 inches. On smaller areas, inaccessible to the larger broadcaster, stolons shall be hand - scattered followed by use of a Rollaire or equal attachment for planting. Stolons for bowling greens shall be planted at the rate of 5 bushels per 1,000 square feet. 0 • SP 7 of 16 After planting stolons, the contractor shall commence watering and shall observe the following watering schedule: Air Temperature Interval Between Watering 100 degrees F. --------------- - - - - -- 15 minutes 90 degrees F. --------------- - - - - -- 20 minutes 80 degrees F. --------------- - - - - -- 30 minutes 70 degrees F. --------------- - - - - -- 1 hour 60 degrees F. --------------- - - - - -- 2 hours If the ambient temperature is in excess of 100 degrees F., stolons shall be planted in early morning or late evening. Stolons shall be kept moist (not wet) until germination. The lawn shall be kept continually moist by watering as often as required to promote germination. Any areas that fail to root property shall be stolonized at 10 -day intervals until an acceptable stand of grass is obtained. An application of commercial fertilizer shall be made to all lawn areas after planting; application shall be by cyclone spreader at the rate of approximately 10 pounds per 1,000 square feet. Fertilizer shall be 24 -24 -8 commercial non - leaching urea - formaldehyde ferti.lizT &- s ahufactured by Ag'riforf`inernational Chemicals, Inc. or equal. A second application of commercial fertilizer shall be made to all lawn areas 30 days after planting; application shall be by cyclone spreader at the rate of approximately 15 pounds per 1,000 square feet of lawn. After acceptance of the planting, and duringAhe. germination and maintenance period, the contractor shall be required to apply sufficient commercial fertilizer to maintain the grass in healthy condition. 7. Guarantee All grass stolons shall be guaranteed to take root and grow for 6 months after acceptance of the contract provided that such plants have received normal care and maintenance. The contractor within 15 days after written notification from the city shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the specifications. Replacement material and plantings shall meet the same specifications as required for the original planting, and all replacements shall be provided with the same guarantee as the original materials. 0 B. Other Work 1. Portland Cement Concrete • SP8of16 All Portland cement concrete used shall be Class 6.0 -B -3000. 2. Asphalt Concrete Pavement Asphalt concrete furnished for construction of the parking lot and driveway shall be Type III -B2 -85 -100. A tack coat shall be applied to abutting surfaces in accordance with Sub - section 302 -5.3 of the Standard Specifications. A prime coat shall be applied to the subgrade prior to paving. C. Irrigation System 1. General The work of this section comprises the construction and installation of a complete and operable landscape irrigation system as specified herein and as indicated on the drawings. The landscape irrigation :'system shall include but not be limited to the following items: (1) Sprinkler lines (2) Valves (3) Sprinkler heads (4) Backflow equipment 2. Site Investigation Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings, and such, which may be required. The contractor shall carefully investigate the structural and finished conditions affecting all his work, and shall plan his work accordingly, furnishing such fittings, and appurtenant items which may be required to meet field conditions. The drawings are generally diagrammatic and indicative of the work to be installed; however, the work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler, yard piping, drains, planting, and architectural features will be avoided. F • SP 9 of 16 Prior to beginning construction of the landscape irrigation system, the contractor shall submit to the engineer two copies of a complete list of all materials proposed for use on this project. The list shall give, for each item, the name of the manufacturer, trade name, and catalog number. Materials, Products and Equipment PIPING MATERIALS Piping materials for the landscape irrigation system shall conform to the following requirements: a, Brass i a 1 e and brass fittings, where indicated, shall be SPS; threads s e taper type conforming to the requirements of ANS B2.1 -1968; Plastic i e shall be extruded from 100 percent virgin Polyvinyl Chloride PVC) meeting the requirements of ASTM D 2241 -69 for Type I, Grade 2(Class 1220) SDR 13.5 and SDR 21 (or 315 psi and 200 psi) as indicated on the drawings, as manufactured by Lasco Industries, Baldwin, Pacific Western, Johns - Manville or equal. Plastic pipe shall be tested and inspected by the manu- facturer., The contractor shall submit a certificate to verify that the pipe has passed the test requirements specified hereinafter. All plastic pipe shall be continuously and permanently marked with the following information: Manufacturer's name, nominal pipe size, PVC 1220, SDR (Standard Dimension Ratio) or the pressure rating in psi in accordance with the standards of the N.S.F. (National Sanitation Foundation.) The manufacturer shall also mark the date of extrusion of the pipe. This dating shall be done in conjunction with records to be held by the manufacturer for 2 years, covering quality control test, raw material batch number, and other information deemed necessary by the manufacturer. Plastic fittings shall be PVC 2, IPS, NSF Schedule 40, and Schedule 80 threaded fittings as shown on the details as manufactured by Sloane Manufacturing Company. Solvent shall be specified in the printed recommendations of the pipe manufacturer. 0 0 SP 10 of 16 VALVES: Valves and appurtenances shall conform to the following requirements: a. Master valve shall be as indicated on the drawings and shall be installed as per detail. b. Manual control valves shall be as indicated on the drawings and s a e installed in accordance with details thereof. c. Valve markers shall be Rainbird No. 63100 and shall be installed as indicated on the drawings. 4. Installation of Piping, Valves, and Sprinklers GENERAL The contractor shall verify the correctness of all finish grades within the work area in order to insure adequate soil coverage as specified over the sprinkler system pipes. TRENCHING Excavation shall be of open -cut vertical wall construction of sufficient width to provide free working space for backfilling and compacting. Trenches for pipe shall be cut to the required grade lines and the trench bottom shall be compacted to provide an accurate grade and uniform bearing for the full length of the line. When 2 pipes are to be placed in the same trench, the contractor shall maintain a minimum of 6 -inch space between the pipes. PLASTIC PIPE AND FITTINGS All plastic pipe to be installed on the non - pressure side of the valve shall be PVC 1220, SDR 21, or 200 psi unless otherwise indicated on the drawings. All pipe to be installed on the pressure side of the valve shall be copper, Plastic pipe and fittings shall be carefully handled and stored under cover to avoid damage. Damaged or dented pipe shall not be used in the work. Trenches shall be accurately trimmed to provide a uniform bed, free from rocks, clods, or other sharp edged objects. Pressure lines shall receive an 18 -inch cover as measured from finish grade to the top of the pipe; non - pressure lines shall receive 12 inches of cover. Plastic pipe and fittings shall be solvent - welded, using solvents and methods recommended by the manufacturer of the pipe; except, that all con- nections between plastic pipe and metal valves or brass pipe shall be made with screw fittings, using plastic male adapters; a non - hardening pipe dope similar and equal to Permatex No. 2 and shall be applied to male threads. Screwed connections shall be made up with light wrench pressure. 0 SP 11 of 16 Application of solvent shall be with a non - synthetic bristle brush after throughly cleaning all pipe and fittings of dirt, dust, and moisture. All solvent - welded joints shall cure at least 15 minutes before being moved or handled, and at least 24 hours before water is permitted to enter the pipe. Solvent shall be applied using the procedure indicated below in the sequence shown: a. Apply an even coat of solvent to the outside of the pipe, then to inside of fittings, and then re -apply a light coat of solvent to outside of pipe, making sure that coated area of pipe is equal to the full depth of the fitting socket. b: Insert pipe quickly into fitting and turn approximately 1/2 turn to distribute solvent and remove air bubbles; check tees and ells for correct position. c, Use clean rags and wipe off excess solvent. d, After solvent - welded joints have been allowed to cure for 24 hours, install sprinkler heads. e, Pressure test piping as specified in Paragraph "Testing," herein. f. Backfill shall be placed in the trenches in a moist condition and compacted to a density of 90 percent of maximum density, Rocks 12 -inch or larger, and any excess soil remaining on surface of planted areas as a result of trenching and backfilling, shall be raked and removed from site, VALVES Manual control valves shall be adjusted so the most remote sprinkler heads will operate at the pressure recommended by the head manufacturer. manual control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. BACKFLOW PREVENTION UNIT The backflow prevention assembly shall be of size and type shown and shall be installed in accordance with details on the drawings and /or as recommended by the manufacturer and at the locations shown on the drawings in accordance with the local code. Pipe, fittings, and assembly arrangement shall be as indicated and specified. NECTIONS TO EXISTING MAIN The contractor shall verify and be familiar with the location, size, and detail of stubouts provided as the source of water supply to the sprinkler system, as indicated on the drawings. Prior to cutting into the soil, the contractor shall determine the location of all underground utilities and he 0 • SP 12 of 16 shall take proper precautions not to damage or disturb such improvements. If a conflict exists between the location of such obstacles and the proposed work, the contractor shall promptly notify the engineer who will arrange for relocations. The contractor shall proceed in the same manner if a rock layer or any other conditions encountered underground makes changes advisable. 5. Testing A 2 -inch pipe sample shall be flattened to 40 percent of its outside diameter between parallel plates of a press, without showing evidence of cracking or breaking. Any pipe which does not pass this test shall be rejected. PRESSURE TESTI The contractor shall pressure test PVC piping after laying and completing joints, but prior to backfilling. Pressure testing shall conform to the following procedure and requirements: a. Flush out all lines, then cap all outlets and test the complete system under a minimum pressure of 50 pounds for 4 hours in the presence of the engineer or his representative. All joints shall be left exposed for inspection during the pressure tests. b. Center load the pipe with a small amount of backfill to prevent arching or slipping under pressure. Pressure test shall be maintained on plastic pipe for not less than 4 hours. If leaks occur, joints shall be replaced and tests shall be repeated until the entire system has been proven tight. COVERAGE TEST: When the sprinkler system is completed, the contractor, in the presence of the engineer or his representative, shall perform a coverage test to determine if the water coverage of turf areas is complete and adequate. Adjust all sprinkler heads for optimum coverage and performance. 6. Provisions for Maintenance TOOLS AND EXTRA SPRINKLER HEADS The contractor shall provide 2 sets of special wrenches for each type of head or nozzle. Wrenches shall be of the same manufacture as heads and nozzles, and shall be adequate for installing, removing, and adjusting. SP 13 of 16 7. Guarantee of the Sprinkler System GENERAL The entire sprinkler system shall be unconditionally guaranteed by the contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one year following the date of final acceptance of the work. If, within one year from the date of final acceptance, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the contractor, as a part of the work under his contract, shall make all adjustments without extra costs to the owner, including the complete restoration of all damaged planting, paving, or other improvements of any kind. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which, in the opinion of the owner, may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the contractor to the satis- faction of the engineer at no additional cost to the owner, including any and all other damage caused by such defects. SERVICE BY CONTRACTOR The contractor shall service the system at the request of the owner during the entire guarantee period and shall be paid for work performed which is not covered by the guarantee. If requested by said owner, the contractor shall furnish the engineer a schedule of service fees. D. Subsurface Drains 1. Description This work sha 4 consist of furnishing and installing perforated asbestos - cement pipe, perforated cor'ru'gated plastic drainage pipe,.cl'eauouts, area draihs;:andioutlet ftotectim;..:andifurnishing and placing permeable material as shown..on thespdans.:audcdescr bed in the specifications. • • SP 14 of 16 2. Materials Pipe materials shall be manufactured in accordance with the following requirements: Perforated Asbestos - Cement Pi e - Perforated asbestos - cement pipe shall conform to t e specifications of AASHU Designation: M 189. Perforated asbestos- cement pipe which is manufactured outside the United States shall be sampled and tested after delivery at a distribution point in California. At the option of the contractor, couplings may be manufactured of the same material as the pipe, or may be plastic couplings. Couplings shall be the sleeve type, suitable for holding the pipe in alignment without the use of sealing compound or gaskets. The mechanical properties of the couplings shall be such that they will not be distorted under normal conditions of use. Tapered couplings will be acceptable. Corrugated polyethylene plastic drainage pipe shall be perforated and shall be of high strength polyethylene. The pipe shall be as manufactured by Advanced Drainage Systems, Inc., Iowa City, Iowa, or approved equal. Corrugated polyethylene plastic drainage tubing and fittings are black, flexible, lightweight and conform to the Soil Conserva- tion Service National Engineering Standard and Specifications Guide for Tile Drain, Code #606. Drainage tubing and fittings are made from virgin polyethylene. Tubing comes in 250 -foot rolls and can be easily sawed. It is available in nominal diameters of 4" and 6 ". Every third valley in the corrugated tubing is sawed at three equally spaced points for positive water inlets. Total inlet area is over 1.25 square inches per foot. c. Underdrain Risers - Underdrain terminal risers, vertical risers, and 5- degree risers, consisting of covers, pipe, band couplers, pipe elbows, tees and wyes shall be furnished and installed in accordance with the details shown on the plans and as specified in these specifications. Underdrain risers shall be fabricated of the same material as the underdrain pipe, except that riser pipe shall not be perforated. At the option of the contractor, covers shall be galvanized cast steel or galvanized welded steel. The welded steel cover shall consist of a top plate conforming to the requirements of American Iron and Steel Institute Designation: C 1021 and a pipe or tubing, manufactured or fabricated of steel, conforming to the mechanical requirements of ASTM Designation: A 245, Grade C, or ASTM Designation: A 570, Grade C. 3. Installing Underdrains SP 15 of 16 Trenches for underdrains shall be excavated, the pipe installed and the trench backfilled with permeable material according to the dimensions and details shown on the plans. Perforated pipes shall be laid with the perforations down. Provide approximately 2- inches of aggregate material under tubing. Where indicated on the drawings, the upstream ends of the drain lines shall be plugged with standard pipe fittings. As shown on the drawings, the perforated pipe shall be overlain with 18 -inch wide fiberglass permeable blanket. IX. MAINTENANCE A. GENERAL The contractor shall continuously maintain all areas included in the contract during the progress of the work, and during the 30 -day maintenance period, until 30 days after final acceptance of the work by the engineer. If greens are not acceptable at the end of the contract period for the entire work, due to defective maintenance, the maintenance shall be continued by the contractor until all the work meets the specifications and meets the approval of the engineer. All greens shall be kept free of diseases and contaminating weeds and grasses and weeded at not more than 10 -day intervals. Grass, when one inch high, shall be mowed to 3/8 inch height and the clippings removed. At the termination of the maintenance period specified above, greens shall be live, healthy, undamaged, and free of infestations. Greens shall be completely covered at the time of acceptance. Inferior plantings shall be replaced and brought to a satisfactory condition before final acceptance of the work will be made. B. MAINTENANCE REQUIREMENTS Maintenance shall include continuous operations of watering, weeding, cultivating, fertilizing, mowing, spraying, insect and pest control, releveling and filling of depressions with clean SN 20 planters sand as specified in Section A -5, and /or other operations necessary to assure a level playing surface and good growth. C. PROTECTION During installation period and during maintenance period, the contractor shall be responsible for maintaining adequate protection against erosion and trespass damages in all landscaped areas. Any damaged areas shall be repaired at the contractor's expense. D. REPLACEMENTS 0 SP 16 of 16 The contractor shall immediately replace any and all areas which for any reason, die or are damaged while under his care. Replacement shall be made with stolons as indicated or specified for the original planting. X. GUARANTEE A. GREENS SURFACES Greens surfaces shall be guaranteed to remain within the tolerances of these specifications for 6 months after final acceptance of construction; provided, that such surfaces have received normal care and maintenance. IX. INSPECTION All inspections herein specified will be made by the engineer or his representa- tive. The contractor shall request inspection at least 24 hours in advance of the time inspection is required. Inspection will be required on the following parts of the job; 1) During preliminary grading, soil preparation, and initial weeding 2) When finish grading has been completed 3) When installing drain lines for bowling greens 4) During placements of rock and sand for bowling greens 5) When finish grading bowling green surfaces 6) When planting stolons for bowling greens and lawn areas 7) Inspection at the completion of the construction period 8) Final inspection at the completion of the maintenance period - -- .... R. W. Mc("Lr;L') -AN c' SONS, INC. -- STATEMENT OF FINANCIAL iOSTTTON October 31, 1971 ASSETS Current Assets: Cash =y $ 2,489 Accounts receivable 310,177 Accounts - receivable - employees 7,791 Prepaid expenses -- 6,741 Total current assest $327,198 Capital Assets: Equipment - licensed 111,429 Equipment. - non - licensed - 244,277 Furniture & equipment 7,462 Leasehold improvements _ 1,510 Total 364,678 Less: accumulated depreciation 225,138 Total capital assets 139,540 Other Assets: lleposits - meters and plans 1,870 Organization expense, net 60 Total other assets 1,930 ' Total Assets 468,668 k LIABILITIES AND STOCKHOLDERS EQUITY C Current Liabilities: Accounts payable 218,906 Payroll and sales taxes payable 4,530 Accrued expenses 36,734 Income taxes payable 2,377 Notes payable 24,800 Total current liabilities 287,347 Long Term Liabilities: 26,372 STOCKHOLDERS EQUITY: Common stock, no par value; issued 810 shares 81,000 Retained earnings 85,202 Total 166,202 Less: cost of 93 shares reacquired 11,253 Total stockholders equity 154,949 Total Liabilities and Stockholders Equity $4681668 i. R. W. McCLL•Li.AN 4 SO:':�Z, INC. STATEMENT Or i'tNA!,(TAL POSITION October 31, 1971 ASSETS Current Assets: Cash Accounts receivable Accounts receivable - employees Prepaid expenses Total current assest Capital Assets: Equipment - licensed Equipmen: - non - licensed Furniture & equipment Leasehold improvements Total i Less: accumulated depreciation Total capital assets Other Assets: )heposits - meters and plans Organization expense, net Total other assets Total Assets LIABILITIES AND STOCKHOLDERS EQUITY Current Liabilities: Accounts payable Payroll and sales taxes payable Accrued expenses Income taxes payable Notes payable Total current liabilities Long Term Liabilities: STOCKUOLDERS EQUITY: Common stock, no par value; issued 810 shares Retained earnings Total Less: cost of 93 shares reacquired Total stockholders equity ' Total Liabilities and Stockholders Equity $ 2,489 310,177 7,791 6,741 111,429 244,277 7,462 1.510 364,678 225,138 1,870 60 $327,198 139,540 1,930 468,668 218,906 4,530 36,734 2,377 24,800 287,347 26,372 81,000 85,202 166,202 11,253 154,949 $468,668 x. id, Mcr:LB?.i.ny tx SOCS, YCC. STATEMENT OP PiNANC,IM, POSITION is October 31, 1971, 0 Current Assets: Cash Accounts receivable Accounts receivable - employees Prepaid expenses Total current assest Capital Assets: Equipment - licensed Equipment - non - licensed Furniture & equipment Leasehold improvements Total ! Less: accumulated depreciation Total capital assets Other Assets: J?eposits - meters and plans Organization expense, net Total other assets Total Assets ASSETS LIABILITIES AND STOCKHOLDERS EQUITY Current Liabilities: Accounts payable Payroll and sales taxes payable Accrued expenses Income taxes payable Votes payable Total current liabilities Long Term Liabilities: STOCKHOLDERS EQUITY: Common stock, no per value; issued 810 shares Retained earnings Total Less: cost of 93 shares reacquired Total stockholders equity Total Liabilities and Stockholders Equity $ 2,489 310,177 7,791 6,741 111,429 244,277 7,462 1.510 364,678 225,138 $327,198 139,540 1,870 60 1,930 468,668 218,906 4,530 36,734 2,377 24,800 287,347 26, 372 81,000 85,202 166,202 11,253 154,949 $468,668 R. W. McCLELLAN & SONS, INC. STATEMENT OF FINANCIAL POSITION, October 31, 1971 ASSETS Current Assets: Cash Accounts receivable Accounts recstv_able - employees Prepaid expend Total current assest Capital Assets: Equipment - licensed Equipment - non - licensed Furniture & equipment Leasehold improvements Total t Less: accumulated depreciation Total capital assets Other Assets: Deposits - meters and plans Organization expense, net Total other assets Total Assets 0 LIABILITIES AND STOCKHOLDERS EQUITY Current Liabilities: Accounts payable Payroll and sales taxes payable Accrued expenses Income taxes payable Notes payable Total current liabilities Long Term Liabilities: STOCKHOLDERS EQUITY: Common stock, no par value; issued 810 shares Retained earnings Total Less: cost of 93 shares reacquired Total stockholders equity Total Liabilities and Stockholders Equity $ 2,489 310,177 7,791 6,741 111,429 244,277 7,462 1,510 364,678 225,138 1,870 60 $327,198 139,540 1,930 468,668 218,906 4,530 36,734 2, 37 7 24,800 287,347 26,372 81,000 85,202 166,202 11,253 154,949 ,: ,.: AP -Ap i4kNT 4' f i J .. .. ". ... ofr i ,CERTIFICATE OF INSURANCE • • NAMED INSURED R. W. McClellan & Sons, Inc. ww 1700 Superior ADDRESS Costa Mesa, California CERTIFICATE ISSUED TO Cit y of Newport Beach 3300 W. Newport Blvd. Newport Beach, California II � C� �p THIS IS TO CERTIFY THAT THE COMPANY INDICATED BELOW HAS ISSUED TO THE INSURED NAMED HEREIN, COVERAGE EFFECTIVE AS OF THE DATES AND FOR THE PERIODS AND LIMITS SPECIFIED BELOW AND SUBJECT TO ALL TERMS, CONDITIONS, PROVISIONS, EXCLUSIONS, AND LIMITATIONS OF THE DESCRIBED BINDERS OR POLICIES WHETHER SHOWN BY ENDORSEMENT OR OTHERWISE. ANY REQUIREMENTS OR PROVISIONS IN ANY CONTRACTOR AGREEMENT BETWEEN THE INSURED AND ANY OTHER PERSON, FIRM, OR CORPORATION WILL NOT BE CONSTRUED AS ENLARGING, ALTERING, OR AMENDING THE DEFINITION OF INSURED OR ANY OTHER TERMS OR CONDITIONS OF THIS CERTIFICATE OR THE POLICY DESIGNATED. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY COMPENSATION WORKMEN'S COMPENSATION WCP 12991 -1 10/1/71 STATUTORY CALIFORNIA COMPENSATION -72 EMPLOYER'S LIABILITY -- $500,000 PER OCCUR. COMPENSATION STATUTORY COMPENSATION STATE(S) OF WORKMEN'S COMPENSATION II If II II California EMPLOYER'S LIABI LITY - -$ PER OCCUR. LIABILITY 1nC ll es pY0 11C s EACH PERSON EACH OCCURRENCE BODILY LI& GLA 908795 1/1/72 250,000 $ 500,000 UTOMOBIER contr a - -73 $ BODILY INJURY LIABILITY- Ual EACH PERSON EACH OCCURRENCE EXCEPT AUTOMOBILE II 11 11 II $ 250,000 $ 500,000 PROPERTY DAMAGE LIABILITY- EACH OCCURRENCE AUTOMOBILE II II 11 11 $ 100,000 PROPERTY DAMAGE LIABILITY- EACH OCCURRENCE AGGREGATE EXCEPT AUTOMOBILE II 11 II 11 $ 100,000 $ 5500 000 AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE s LESS$ DEDUCT. COLLISION OR UPSET r LESS $ DEDUCT. INLAND MARINE $ $ i AIi.QFNCF DF FNTRV MFANC ••ACTI ]At CASH VAI IIF'• EFFECTIVE ANY LOSS UNDER PHYSICAL DAMAGE COVERAGES WITH RESPECT TO THE AUTOMOBILE(S) DES- CRIBED BELOW IS PAYABLE AS INTEREST MAY APPEAR TO THE NAMED INSURED AND: xxas�oxs�E It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the rN t-v rl ark of 1-hA (.4 t.. of Mamnnrt FORM 49-A ION REVERSE) IS HEREBY INCORPORATED. Beach of a registered written not fee of such cancellation or reduction in cover ge. It is agre d that the ity of New ort is named as additional insur d as applies to work perfoi0ed by R. W McClellan & Sons, Inc. AGENTOR • parker - Doubledee BROKER . 170 E. 17th Street Costa Mesa, California SI 181B (4/69) SIGNAL INSURANCE COMPANY IMPERIAL INSURANCE COMPANY DATED��''%/I BY:.�2.d'L(R� AUTHORIZED REPRESENTATIVE ' ;ue4s!suoou! lou ejv 4>14m voyod eq; }o suo!:!nojci pug swje4 o1,{ so lip Of 43eigns si quswesjopue 5!41 'A0!lod ui ssajppv s }! 4g jeplof.{ -ue!1 as pajengap jo Of p9p0w e9 11045 }uewesjopu3 elgoAod ssoi e1!90ulc }ny s!y4 pug A >!lod 5144 44!m uo40euum ul japIO14 -uO'l ay} 04 AugdujoO ay} Ag ueAIb e9 Of pap!Aojd u_axa4 seoyou IIV 'ssoi a o{ 4uonbesgns jo }c ewg e44 ;e 6ulAidde s4uewejwbaj }o ueyda>xe 0y4 4i!m sAvp (0E) kp!q} }o poised v dos PeAmm Agejay eje pemsu! e44 Ag Aued•wc•o ay4 of ueA!6 eq o{ paj!ebej a ;imolq sea}ou lip pup sAop (pE) A4j!9l }o PO!jed v -o} pe}u9j6 Agejeq ejv ;ooj4uoo ey4 }o A4!PyoA eq; u194u!gw of Ajcs:a_av aq Agw jo on 'Ao� cd ssu{ }o suoy!pum pa{uud ay{ }o aosoai Aq 'ya!ym s4u0wasjoPue Pug se6ellAUd lie 'sseleq oAou 'pep!nOjd :Aldde ja6uol ou fipys 4uaw9sjopu3 elggAvd ssol ellgowojnv s!q{ }o (4) '!S pug (q) any '(Z) 0m4 sydgj6vj2d '4uene 4>ns uI ;ng (Arlod eq} }o d!ys,eumo }o s{uepuui llo Lj M) ;aplol.l -ue!1 044 }0 411a399 au{ ;cj Oejay; wef e4; vJ enuyuW liv4s Ap,Iod sly; '4ue6v 541 10 jePlo{y -ua!1 ey4 w pa4seA ewooeq Ao!lod s!44 japcO Fa,enw A4Mojd ey{ so Auv ,a "!s:assod }o ;qb,j pug d!ysjoumo ay; pino4S vo6c64joyy pug jeploi-1 hall e4; Aq pa;da»v pug pans,! ep ileys Amlod Igw6uo ey{ jepuc pojnsu! A4jadojd e44 04 SPIOZ94 awes ay; 6e1,9AOo Awlod lonuuo up '04 pajjsiaj wa..ea poised App (01) ua; pepuopa ay} buunp Pajuno> as!mjau {o ;ou 5scl v }o 4uene ey4 Ui -JOPIOF{ -well ey4 i.q p9jde»v pug Auedwo> eouomsu! ewOS Aq ponss! ueeq enp4 leys 4uuwe5JOPu3 eigpAed ssol el!9owo4ny sly{ }o swjv4 ey} 44!m eougP'O>op w jepio{4 -ua!1 044 Of e19vAgd jepunejey4 ,sal 4 ;!m scejey4 lomeuaj u! A>!iod olgv;dw>v up ssalun A >ilod pigs so Uoygjid %9 ja }}v sAvP (0 1) U04 so Pooed 9 jo} 'Aluo JOPIOH -ue!l e4+ }0 4SOJOtu! e4} o} se 400.40 Pup eouO} fins us anu!}uo> 11o4s A>Ilod sly{ ;aPun pa4ugj6 obwJ"Oo 091 'w!el> s{! jo }unowv fin} ey} jano>ej c; japlol 'U0!1 e44 10 4461, 04} n9d•w! lig4s aOg96019ns o, Ong :o;ejey; ioje}vlioo so play A 41,n >as 04} Pug uoyv6;lgo pies )a'esjnooaj 4nogpm'je}supj4 pug {uawubilsv lin} v on!a>aj uodno,ay{ llu45 AuvdwaD s!y4 pup '(plod 4uewil91sw 4svi so a }op Of pone >g {cu 4saja4u! ilv jc pun}ej v4a aid 4 ;!m) A>ilod sly; japan pwnsu! Aljadojd ey} Ag pajn>os nn! ;o6ilgo ay{ uo pejnsu, eyf wow} onp ewo>eq of jo enp paja ;ur pug wrs gdnuud 01o4m e44 japlol.{ -ue31 .,41 c{ Avd 49. 'uw ;do s4! 4v AuvdwoO s!41 's4s'xa josajay4 A4q !gv!l ou Pajnsu! 044 01 sp 4044 w!9p !logs puv Aoilod vy4 jopun obQwop jo ssol jo} wns Aug jePIOH -ue!1 eyl o; Avd 11945 AuvdwoJ s!y4.jeneua4A4 e >uvjnsw ;0440 Pigs jepun uol4nqu;uoo jo s;46u s,jeplol..i -ueil ay{ 40 ilg of (4uewAvd pigs of buµnqu }uo> sjajnsw A9440 lip 44!m v4m ojd) polv6o cans eq lioys AuvdwoD n44 eP9w os ;uewA20 10 4u64xe ey} 04 pup 'jePIOH -uo!l ey; Ag of pe4uesuo> Alssajdxa pup o} e19vAVd 'Aq play sau4od japun Apadojd plus Uo je439jgya jgl!wis jo eougansu! eIg14>elloo Pug P4oA }o }unowv eloyw, oy{ o} sjpeg pejnsu! Aoajaq wns ay; 4e41 e6owep jo Ssol 4>ns jo uo!}jodo,d 044 jo} AjUO jePIOH -uerl e44 o; sv A>40d s4} ,epun alge!l eq lMs Au9dwoo s!4; 'A4jadojd peg u>sap u!g {!m ay{ uodn u>uvjnsul j9410 Aug eq ajey4 }I -wnwa,d ey} paouvnov soy jaPlo{.{ -ue!1 Pigs ey} pep!nojd 'JOPIOWU011 eq} of plod eg dogs wn!wgjd paw9oun oy; Amlcd sly} 10 uoy011e>uvo 10 4UQAa sy4 ul -Au9dwoO ay; Ag ;vole{.!well 044 04 UeA46 U6eq envy Boys uogvlleauvo jai 4senbej }o em4cu ueWlu J0419 sAop (01) ua{ ejosaq pejnsu! ay; }o 4sanbej 9q4 }o pa4oaj}e eq AD,Iod e44 w peg a >sep A}jedojd ey{ 61, uenoO Amlod 5!44 jepun eouojnsu! Aug }o uoµ0fieouo> 11945 'jOP1OF{-uan e4; jo Ajuo fseje {u! 941. of se ' {wane ou uI ',a 10 -ue!l a4; Aq peAleoej SI uoyoiie:nuv> y>ns jo eogou ua44um je} }g sAop (01) ue} jo; Aluo jeplo14 -ua!1 e41 }O ;youoq uy{ jai v >,oj w anv!4uo> livys Aa4od s!44 osc> y >ns w 4nq pajnsui ey4 of eo!you jo 6wpues eq; 44!m Al;uajjnouoo je}}eweje4 poysoads a >ysO s4! 4v japio} ; -uail s4; c} a>!4ou uog9lla>uv> aq; }o Adoo o pjemjo§ Il!m Auvdwo� eq, 'uosoaj Jaya Auv jai jo •wnwejd jo 4uewAgd -uou jai 4jcd us jo olcym u! A >ilod s!y4 le>uvo of sl.>oia AuvdwoD 041 it 'jePj0}-I -ue!1 a44 49 e>!4ou ue;4um pms- }o ld!eo9j jg4}o SAUP (01 uo. ejo}ag fielgu!we; e9 ;ou cloys ;uewesjop+u -y elggApd ssol 91;90wo:nv sy4 .aPun japloi.} -ae!l 444 }o 5146u e94 'www -ejd leuol;lppv jo wnlwejd pies Avd of eu!ID9P I194S jeploli-ua!1 eq; p vo}eje44 6w ;um u! Puvwep s.Auodwo-j ey; so ;d!a>ej bu,.ollo} sAvp (oil Ue{ wy }im enp wniweid ey4 plvd e9 of osnoo jo Avd Boys wmwajd y>ns Aed 04 pejnsu! ey4 }o ojnl!v} 944 }o AuvdwoD say{ Aq 6c! 4!jm w paEulcu as ue4m japlo{} - -ua r ey4 }o 5446!; !wajd y >ns ;O a;vp =p ayv sAOP i061) A {uam{ uoil ey} 4vy japune," jeploH . puv po,puny ouo u!y!m pug woj} sAvp (Oq) A;x!s j94;o wnwejd }o 4ueu.Apd -uou q>ns 10 'OPIO 4'ue!l 041 Of a�gOu u04:1,m sA!6 Of sooibo Auedwo�) wq} 'Ao!lod s1g4 10 swje4 e4l jepun enp owO >aq jo e9 iipys 4>!4m wn!wajd 1vuog!ppg jo wn!we,d Aug Avd o{ pajn,u! e•44 }O ejni:oj so {vane 0q4 ul -jo }ejey4 pied wolwe,d pup 45u!v6v paj.asw Allv>q!oeds sselun Ariod Si44 ;aPun pajeAOO ;ou s! 4>w4uO> jeu4o jo '4uewaej69 weal 'l:oj4sw pies 1vuo!4!puoo - ebs6pow japul Apodojd pwnsu! ev; jo uoosass0d w passel 10 7o6v6 ;jOVNI 'jospyojnd e44 Aq uo14ej>as jo ;uewvlzzagws 'uolsjoeuo> jnj6uai,x o4l ;v44 'jeaeN.ou 'QupIAOM :ssoi 94; j94 1v ju euo}aq jay{aym jo '{uewoejbv s,q4 }o 4vem4 >vµv ey; o4 }v jo ejojeq 6uum»a jay;aym aengg;uesajdej jo s ;uabu 'soadoldwa s.pajnsw ay{ JO pojnsul 9y1 Aq - joa,041 }aelgns aq4 jo Aoyod sly; 6uw1eouoo 4uaw9491s wigs Auc }c e,.,QOoq jo knlod ay; Ag poH!wjad 4cu uw}ajado jo esn 'suo!ppuoo Aug of A4jadoxd oy1 jo uol4>919as eq} }c esnvoeq jo Aoyod e4; jo suolllPuoo 10 swje4 eyj Aq pejmbaj }>g Aug wj0pod of ejnppj ey} so esng>aq jo A>god a4f jo suoypuo> jo swje; Aug 10 uol;ololn ui 4og Auc so souvw;o}jed 044 Ag jo';>e16eu jo uolsslwo Auo Aq jo 'A>;Iod ey; 4o ,- !;!puoo jo A {uvjje.a to u>va,q Acv Aq j0 A4jado,d 944 jo d!gsjeumo jo e14g 941 w 06uv4o Aug Aq . ^.pm Auo vi Faj!cdwi eq fou I.v4s japl0 -well ey; so Apo ;saja ;w .41 04 so AD-co S,44 .0pun a >uv,eSU! eyl -pejnsu, ey{ of olgvAvd a9 iroys 'Aug is 'e >ugleq e4l pug 4s9jo4u! 541 10 4U44xa ay} Of ;00101.4 u3!1 o44 Of Ai;>ej!p p!gd eq jivgs ssol pips jo ;unowv o?; ;uewai1jes a;vuvdes jai Auodwoo oy4 uocn ;polo{; -ue!l 044 Aq puvwap uodn {v4{ 51e1ay4janau paP!n>jd 'jvaddv Raw s}sejeul ne44 se 'pajnsul e4l o; Alpuo >es ouo japlo}{ -wail ey} o} Al {zn{ e19vAvd aq i {eys A >god sy{ Ui poqu>ssP A {jedojd a4{ o} 'Auv }! 'eEWwvp jo ssol :sMollgj_ sg seej6e Agejeq Augclwo:) siq; 'A>nlod sly; jepun pojnsw Apedojd eq; u! 'es.roje44o jo ee6ulopori jo JOPuaA 1puoq!puO> sv 44o9dvo s4! ui '(jaPIOH -ue!l elf P91190 je4sgmejcy) su6!ssv pup Sjosso:jam s;! 'olggAod ssol e4; )a po,oju!. a4l Of }>edsej y;YA V-64 Mb '1N3yi3Sd0GN3 319YkYd SS01 31180W01fly 9 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT DESCRIPTION FORM PROJECT Lawn Bowling Association Lease PARCEL No. LOCATION San Joaquin Hills Park REF. DWG. P- 5050 -S PURPOSE Lease of Clubhouse Site and Bowling Greens DATE PREPARED A.I.M. CHECKED K.L.P. PROOFED That portion of Block 93, Irvine's Subdivision, in the City of Newport Beach, County of Orange, State of California as per map recorded in Book 1, Page 88 of Miscellaneous Record Maps in the office of the county recorder of said county, described as follows: Beginning at the most northerly corner of the land described in a deed to the Southern California Edison Company recorded in Book 8166, Page 163, Official Records of said County; thence south 49026'59" east 217.65 feet along the northeasterly line of said land; thence north 42000'00" east 48.00 feet; thence north 48000100" west 26.00 feet to the TRUE POINT OF BEGINNING: thence continuing north 48400'00" west 75.00 feet; thence north 42000100" east 45.00 feet; thence north 48"00100" west 65.00 feet; thence north 42000100" east 140.00 feet; thence south 48000'00" east 28.00 feet; thence north 42000100" east 140 feet; thence south 48000'00" east 140.00 feet; thence south 42000'00" west 140.00 feet; thence north 48000'00" west 28.00 feet; thence south 42000100" west 185.00 feet to the TRUE POINT OF BEGINNING. 0 L CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening .I1ne 5, 1422 2 FM PROJECT Bowling Greens C -1438 Working Days Deposit Require Engineer's Estimate 35,200 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS Daily Construction 448 S. Hill Rm 818 L. A. CA 90013. " Or. County Builders 1535 E. Edinger Santa Ana 92705 F.W. Dodge 1540 E. Edinger Santa Ana CA R.W. Daniels P.O.Box 851 CDM CA 92625 _ Goodman - Pelonquin 505 S. Cypress /d u Roy C. Barnett 2908 Jefferson Riverside, CA 92504 689 -1380 ;i ii.owF.,d.Lv y7 '3 � 1 lS� 77sS / vc 9`0 %j ;- w `din..-- �.- f"._..Qs.�✓ 71 7 G' 5 --7'� - 'LPG -✓ c / Zi S7 77a - 413 N '1 ?S_ Igze C� T)obb "r, LnHd Se ani'"k e144-2, 535-%2 1 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST f P yin II Bid Opening B 1 PROJECT �?r,uYt �r� ���^ -s' Working Days Deposit Require Engineer's Estimate NO. AND ADDRESS PHONE DEPOSIT REMARKS rNAME 66s'�' �O.v/ND.P�.VlAlTy f"vactKT.✓ O ,e- %/9f17fl.t'/ tore v7£s _ 7 /y� S2J 9l3 ZZ 7z 0 i CITY OF NEWPORT BEACH PARKS, BEACHES & RECREATION DEPARTMENT June 12, 1972 TO: MAYOR & CITY COUNCIL FROM: PB $ R Director SUBJECT: ACCEPTANCE OF LAND FROM THE IRVINE COMPANY RECOMMENDATION: Accept from The Irvine Company the grant deed for a four -acre parcel of land located at the intersection of San Joaquin Hills Road and Crown Drive for the purpose of developing a park. DISCUSSION: The Irvine Company has offered to dedicate a four -acre parcel of land to the City of Newport Beach in fee at no cost to the City as long as the parcel is used for park purposes. The conveyance indicates that the grantor shall retain all oil, gas, petroleum and hydrocarbon rights, and the right to explore for oil from derricks or other equipment located on adjoining land, should the City Charter ever be amended to allow for such exploration. The grantor also requires that all improvements that are constructed on the premises for the next 50 years be submitted to the Company for approval of the exterior design and, finally, the Company requires that the area be developed as a public park within five years of the date of grant, or the land would revert to Irvine Company ownership. The PB & R Department recommends that this site be accepted by the City and be developed for park purposes. CALVIN C. STEWART CCS:h A CO Q --I r- <>- i X O C-) m m 2D AI I MINIMUM � Nlllalll�l���� UNION 11111 A CO Q --I r- <>- i X O C-) m m 2D AI I April 24, 1972 TO: CITY COUNCIL /� FROM: P.B. AND R. DEPARTMENT and PUBLIC WORKS DEPARTMENT /4 — /l/ SUBJECT: CONSTRUCTION OF BOWLING GREENS AND PARKING LOT AT SAN JOAQUIN HILLS PARK (CONTRACT 1438) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be received at 2:00 P.M. on June 5, 1972, DISCUSSION: The P.B. and R. Department is working with The Irvine Company to secure a gift of a park site to the City at the southeast corner of Crown Drive North and San Joaquin Hills Road. The size of the park is approximately 4.0 acres. A deed will be presented to the City Council for acceptance prior to the awarding of the contract. The basic construction contract provides for the construction of two fenced lawn bowling greens. Additive items have been included in the proposal for a sidewalk around the greens and a parking lot and driveway. The project estimate based on construction costs estimated by the landscape architect is as follows: Base Bid: 2 fenced bowling greens 10% contingency Architect's fees Water meter and connection ----,--Water Financing Ordinance Fee (4.0 acres at $900 per acre) Base Project Cost Additive Bid No. 1: Sidewalks around greens Additive Bid No. 2: Parking lot, driveway, retaining wall and sidewalk along Crown Drive North Total Project Cost $36,125 3,600 4,800 625 3,600 8P7 4,300 17,500 0,5 0 Total appropriation in Account 27- 7797 -030 $40,000 After bids have been received and actual costs are known, a decision can be made regarding the additive items. A budget amendment, requesting an additional appropriation, if necessary, can be presented for Council consideration on June 12, 1972 when award of the contract is made. APR 241972 April 24, 1972 Page 2 Subject: Construction of Bowling Greens and Parking Lot at San Joaquin Hills Park (Contract 1438) The plans and estimate were prepared by VTN Orange County. ` Construction is estimated to be complete by August 22, 1972. The contractor will be required to maintain the lawn for an additional 30 days thereafter. A set of plans will be on display in the council chambers. Calvin C. Stewart Parks, Beaches and Re eation Director l oseph T evlin ublic W s in 3KLP/Idg