HomeMy WebLinkAboutC-1514(C) - Landscaping at Jamboree Road Police Facility0
October 30, 1975
Plaza Landscape, Inc.
1620 North Main Street
Orange, CA 92667
di
Subject: Surety . United States Fidelity and Guaranty Co.
Bonds No. : 40 -0120- 3165 -75
Project . Landscaping at Jamboree Road Police
Facility
Contract : 1514L
The City Council on October 14. 1975 accepted the work of subject
project and authorized the City Clerk to file a Notice of Comple-
tion and to release the bonds 35 days after Notice of Completion
has been filed.
Notice of Completion was filed with the Orange County Recorder on
October 16, 1975, in Book 11541, Page 151. Please notify your
surety company that bonds may be released 35 days after recording
date.
Laura Lagios, CMC
City Clerk
swk
cc: Public Works Department
PLEAT,.
18482
EXE(},` I PT
C8
NOTICE OF COMPLETION
PUBLIC WORKS
L
BK 1 1541 PG 151
RECORDED M OFFICIAL RECORDS
OF ORANGE COl1: +Ty, Ck'_!FORNIA
9:05 A. "11. OCT 1(: 1975
J. V(LiE CARLYLE, COUI. -, -- :er
'Io All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 20, 1975
the Public Works project consisting of Landscaping at Jamboree Road Police
Facility (C- 1514L)
on which Plaza Landscape, Inc.
was the contractor, and United States Fidelity and Cnaranf-y rnmpany
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
c imorKs lllrector
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_ October 15, 1975 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 October 14, 1975 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 October 15, 1975 at Newport Beach, California.
r/
/r . ' /
s
•
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: October 15. 1975
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of LandscaPinr at Jaml)orpa Road
Police Facility
Contract No. 1514L
on which Plaza Laniscar-e, Inc. was the Contractor
^ited tae °' + Guarant ppan
and ,. S s _ i3,_li._y and / Ways 9th mty,
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
�.
CONTRACTOR'S AFFIDAVIT OF IMP 61PE R' WITHFIOi.DING
STATE OF CALIFORNIA ) L
SS.
COUNTY OF SANTA CLARA ) C
ROBERT S. HILDE, being duly sworn and deposes says:
1. He is President of JOHNSON & MAPE CONSTRUCTION COAi5X1;
a California corporation, Contractor's License No. 135008 -B1, located at
2483 E. Bayshore, Suite 100, Palo Alto, California 94303 (the "Corporation ");
Z. The Corporation is a general contractor engaged generally in the
business of constructing buildings;
3. On or about May 7, 1973, the Corporation entered into an agree-
ment with the City of Newport Beach to construct the Jamboree Road Police
Facility on the property of said City of Newport Beach, located at 870 Santa
Barbara Drive, Newport Beach, and described as follows:
Parcel No. 1 as per map listed Book 55, Page 31 of
Parcel Maps in the office of County Recorder in Orange County;
4. Work was commenced in accordance with said agreement and
certain labor performed, and certain services, equipment and materials
furnished;
5. The undersigned is informed and believes that on or about
January 26, 1975, SCM Glidden- Durkee Division, a corporation ( "SCM "),
filed a Stop Notice and served said Notice on the City of Newport Beach
claiming substantially as follows: that SCM has furnished materials to
Brettco Painting and Decorating Co. , Inc. , a subcontractor of the Corporation,
for which it has a demand in the total sum of Two Thousand Eighty -two and
47/100 ($2, 082.47) Dollars.
• 0
6. The Corporation has been informed by said City of Newport
Beach of the withholding, pursuant to said Notice and Section 3186 of California
Civil Code, of Two Thousand Eighty -two and 47/100 ($2, 082.47) Dollars;
7. Said amounts are due and owing to the Corporation for the con-
struction conducted on said property pursuant to said agreement and they are
being wrongfully and improperly withheld from the undersigned by said City of
Newport Beach. Said withholding of Two Thousand Eighty -two and 47/100
($2, 082.47) Dollars is improper and wrongful because SCM failed and neglected
to file a timely preliminary notice in accordance with California Civil Code
Section 3098.
WHEREFORE, the Corporation demands the release of Two Thousand
Eighty -two and 47/100 ($2, 082.47) Dollars and the payment thereof to the
undersigned.
The address of the undersigned affiant, for the purpose of permitting
service on him by mail, of any counteraffidavit, notice of motion, or other
notice or legal document is 1401 Dove Street, Suite 450, Newport Beach,
California 92660.
Executed at the City of Palo Alto, County of Santa Clara, State of
California on March 12, 1975.
Subscribed and sworn to before me on
this -,,7 day of March, 1975.
OFFICIAL SEAL
MARSHA JENKINS
WTART ►YILIC • CALM
IOWA QYU COUNTY
Mp C"04"M Etna Sept. 11, 19)7
(SEAL)
J
30HNSON & MAPE CONSTRUCTION
CONSTRUCTION COMPANY
%lam L 1
Robert S Hilde, Pre si ent
Notary Ptitylic in and
for the - County of Santa Clara,
State of California
-2-
JOHNSON
& MAPE
CONSTRUCTION COMPANY
March 27, 1975
City Clerk
City of Newport Beach
City Hall
3300 Newport Blvd.
Newport Beach, California 92660
Re: Contractor's Affidavit of Improper Withholding
(Civil Code Section 3199)
Jamboree Road Police Facility (Contract 1514)
Dear Sir:
x division
aPAhpj ludusl.rics
Please find enclosed Contractor's Affidavit of Improper With-
holding submitted to you pursuant to Civil Code Section 3199.
Please serve this notice on Glidden - Durkee, Division of SCM
Corporation, at 6948 Bandini Blvd., Los Angeles, California 90040,
Attention: Lillian J. Mecham, Area Credit Manager.
Sin
a
Edward G. Roach
General Counsel
EGR:mj
Enclosure
f
1
u
CouncVimGn
_'1iY:Y 1';a.til Br /sliiuv>.,1��i/v1U0. -SRO. Bw 100111. Polo A/tn.CSrlift)r0a 9130.'3 415) 3_)9 -990
OJ/icea iu: �1eu�l�orl Reaele,(. "ali%orv�ia; Redo. d'rrada acrd Bellerae, Ilb.sliiiiylou
Con(me'tory Lia'rnxe: CaHloxnio {tJSWN. C'luex Hl; Lv'euodv L]iOF, C(nee 9: N'aahinR�on YY33 -01159Wi
i
. -' PURCHASE ORDER
CITT OF NEWPORT BE CH
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA 93660
PHONE: VIII) 673 -5110
I'T
No. 04,037
INVOICE IN DUI�L.ICATE.
THIS ORDER 'NUMBER ..
IN(.p E
.! PJIriR141
_� DATE
VENDOR Feb. .28.1975 CiieY
- SHIP TO -
SAME UNLESS 01liERWi5E NOTED]
- C i'laza Lri .cry Inc.
I.20 ii(frt.. Tr, ;at.
t1ra;ige, :a]i �6b7
a: =._ ? =.cai^ at anborep 7 i : Facility as a -r rf ntr;c.
?s:ien 8424 -
M.fi R -T AN T
18a0 .. .i She Articles covered by thn �m Contract most con-
" - form with the Safety Orders_ of California, Division
of Industrial Safety. _
Show as 'a separate item any s tax. use tax or Federal
tax applicable to this purchase,
This order subject to California sales tax.
All allowable Vanspmiation charges must be prepaid and shown as
a separate Item .an the invoice. Do not include Federal transporta-
tion tax.
lN-
CITY OF NEWPORT BEACH
---- :0. W. MEANS
PU
r:.
1
- l)EPARTMEfli - - I
•
!CERTIFICATE
TAMED
OF '
JSURED ► A PLAZA LANDSCAPE, INC.
INSURANCE
covnACSaPwvlom IN
1620 N0. MAIN ST.
THE COMPANY M"AEW, A
T°`H' "' ° ° " "` °"P""
INEEN" CALLED Do COMPANY).
ORANGE, CA. 92667
COMPANY
_.
INDUSTRIAL INDEMNITY COMPANY
HOME OFFICE
P. 0. BOX 2252 TERMINAL ANNEX
LOS ANGELES, CA, 90054
YRTIFICATE
ziSUEDTO ► . CITY OF NEWPORT BEACH
The Company designated above has issued coverage effec
nve os of the dates and for the periods and limits specif•ed below
C/O CITY CLERK
curd ,eb;ell to all term conditions, provisions, exclusions and
3300 NEWPORT BLVD,
mnatiens of the descred Binders or Policies whether shown
b ib
y enaarsemenl or otherwise. Any requirements or provisions
NEWPORT BEACH, CA. 92660
in any contract or agreement between the Inured and any o,her
Person, firm or corporation will not be construed as enlarg'mg,
altermg or amending the definition of Insured or any other terms
-0LD
or Landman, of this certificate or )he policy ai,,ynated.
KIND OF INSURANCE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF 4 -1 -75
STATUTORY CALIFORNIA COMPENSATION - -
WORKMEN '5COMPENSATION
p
CB735 -0464
EXP 4_1_76
EMPLOYER'S LIABILITY - $2,000,000 PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY - --
AUTOMOBILE
$ $
EACH OCCURRENCE AGGREGATE
BODILY INJURY LIABILITY --
EXCEPT AUTOMOBILE
> EFF
$ $ ..
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY - --
AUTOMOBILE
EXP
$
EACH OCCURRENCE AGGREGATE
PROPERTY DAMAGE LIABILITY
EXCEPT AUTOMOBILE
$ $
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING & TRANSPORTATION
'
$
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUALCASH VALUELESS $ DEDUCTIBLE
COMPREHENSIVE, CATASTROPHE
EFT
$ 000,001) SINGLE OF LIABILITY EACH OCCURRENCE
ANNUAL A GG REGATE FOR PR ODUCTS HA ZARD N EXCESS UNDER
LIABILITY
EXP
LYING INSURANCE LISTED IN POLICY NUMBER INDICATED. .
wLo
Effeoive any loss under Aummobile Physical Damage Coverage :s payable os moles, .may appear to th Nrin i,
Eanea.u�afti holder
named below m occordanc< will, Loss Pay-De Endorsement on reverse side. \ /
i
LIENHOLDER
As Teepeas the following desaibea aulomobdelsr
YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER
DESCRIPTION AND LOCATION OF OPERATIONS - IThis certificate of insurance neither affirmatively or negatively amends, extends or alters the coverage a TIC y th dscribed
herein.!
RE: LANDSCAPING AT JAMBOREE ROAD POLICY FACILITY - CONTRACT NO. 1514 -L
This policy shall not be canceled nor reduced in coverage until after (30) days written notice of such
cancellation or reduction in coverage shall have been mailed to this certificate holder,
Certified this 3rd day of Aori 1 1975
Producer
O.J. BROWN COMPANY By__ /6i C'
(X031 R1011/741 ®f
1 6)n Autlwb.a e.....u..rnr,.e
!AINO VINi10311V:))
319VdVd ss013immoinv
-- K bk,-
A
.:,.:. -. - •swo,nsulM+wxkw>>4rao
'WiOa1PW aaquinu- "t>.pd.eGl. }o Bod o >apow Agaiay st i4➢uwastopva sly } -
,.. .: -,. _ . -.. - 'wniyate _
+dijj PaaUCAPo,•soy tapjoH -uai Pis aqt. pap!nald- OaPJO ua11 -,ayi
^-
h bY'aq goys wnrtua d paumeon ayi knpd syi }o uo!tonww> }o tuana ,
- - - - -
- - 'eyi uj-- -Auodwo3 ayi Aq taploH - -ua!l ayl of uan!b uaaq anoy Boys uai' -- -
' •pa6uoy>un ulowa bgod slyt }o su0itlpuo> puo swartagto Ily
-
,ppa>ug3,ipj.4sanbai 3o amtou uatjlim tailo sAop (oj) uat'aojaq painsu! -
- - - -
aqi josanbat all; to papa}ja aq /oilod ayi uI paq!nsap Attadwd -eyi. 6ul
- - -
•taA$3 blWd sryi iapun wumnsvl Auo }o uollojja3uo3 Ijoys - 'tapjoH -ua11 :{
:a q4 p0 Alvo isatawl ayi of so 'tuana ou -ul taploH -uaq ayi Aq - panlaaat - l
" •a>uotnsul to apal$Pq ayi uo paio>Ipui -sn y3uwq io R3gjo•
`s(: jojjawo3 gins yo amiou uallum iayo sAop {OV uaijol Aluo tapjoH
- Si! Io taploH'owl ay of pataA!{ap to of piow aq {{tig
p3
u ayi to 1yaoaq ayi io } -a>to} u! anunuo> jloys Allod slyi aso> y>ns
ajgoAod ssol ajgowotny sryi puo A3ljod slyi qt!m uolpawo> w taploH
- ui inq patnsu� ayi of a3iiou .jo 6ulpuas ayi yj!m Atwanruuo3 tayowaiay
-ua!1 ayi of Auodwo ayi Aq u8A16 aq of papinold ulaiay sa>ydu Ily
-'b - - :.paypads a>ljjo sal jo taploH:. -ua!j ayi of a3itou uoitolla>uo> ayi to Ado> o -
-
ptomto} 1pm A,+odwoD ayi 'uosoat iaylo Auo to} to 'wnlwatd }o juatuAod
- -ssol o of luanbasgns io jo awy ayi to but Alddo SlUeUl
-- -aou to} uocl u1 to aloym.w A31lod ay la3uo3 of spala AvodwO] -ayt. p '►
- aimbat o uolida3xa a tim sAop Aji� t u
t o oad o to anlum
Agataq
- - -- -
-8s
ato painsul ayi Aq Auodwo3 ayi of uani6 aq of pannbai asima�il
b!a>aai }o sAdp. {p;j:ua1 plH 3 y i _
., Aq aiiou uaum
'"34ou jo puo sAop IOCI Au1y4 }o poltad o toj pa4uot6 Agatay aq iiwi
aio)aq patowwtaj aq too jloys luawastopu3 eigoAod ssol allgowowV r
-u- ayi }o Atlpjon ayt ulotulow of Atossapau aq Aow -tp'am Aollod siyi
slyi iapun taploH -us!l -ayt to sjy6u ayt'wnwtatd IouoglppO to wmwatd
}o soot puo3 pamid aqt }o uospai Aq 'y>iym stuawastopua puo'sa6al
pus Aod at awpap Ijoys tapjoH'ualj ayi jl 'tojatayj bu!8im ui puowap
-IAud po 'ssalayitanau 'papinwd 'Alddo ta6uol ou Iloys wawasiopu3
s Aupdwo3 ay to td�a3a 6uimollo} sAop (oil uaj u!yi!m anp wn!watd"ayi
algoAOd ssol apgOUJOWV slyt }o (9) xis puo (S) any 'ILI omt sgdw6wod
pioq eq at asnw io Aod Ijoys wnlwatd tpns Aod o1 pamsul_agj_ jo ampoj
'4U3Aa y>ns u!. inq jA>Ilod ayi jo dlystaumo jo swu ppul po ytlmi lapjoH
ayj }o Auodwo> sly; Aq 6uplim w pal ;!iou as uayM lapjoH -ua!1 ayi toys
-ualj ayi }o tljauaq ayi io} joatayj wat ayi ioj anupuo> Ijoys A3!lod siyi
tapunaiay lapjoH -ua13 ayi jo s4y6u eqt }o e3uonu!tuoD ay lo- uoylpuo, - -
'ivaBO su ip taploH -ua13 ayi uI patsaA awo:l9+A3yod s!yloapun paian03
o sl Y puo wmwatd y>ns jo atop anp tai }o sAop (o6t) Atuamt puo patp -
.Aitadwd ayi }o Auo }o uolssassod 3o 4y61t puo dlystaumo ay pinoyg
_ `8 -- -uny auo wytlm puo wall sAop (ogj Ajxls tajjo wmwatd: }o tvawAod uou
- -
- g3as jo lapjoH -ua!j ayi at a3!tou uaupm aA!6 at saaiBo Auodwo3`slyi
." - roo6o6ttoyy puo JapjoH -ua11 ayyAq petdw3D puo panssi aq
- 'ADI lod s14t ;o swtai ay iapun anp awo3aq io aq ljoys y31ym wnlwad
goys Aollod joui5uo ayi iapun painsul AVadoid ayi at s idrot .auras
P f
ouo! I o io wmwaid Auo Aod o wnsui -a o an to o tUana a t u
1 tPP iP -4ii I. }} y I •f
ayi Bultano3 bgod lonuuo uo 'oi patialai waiay poltad sAop jot) uaj
- papuaixa ayi 6upnp paiano3 aslmiayto iou ssol o to iUOAa ayt ul 'iaplOH
jo }aayj plod wmwatd puo 4sulo6o- _painsul A)jo3gpads ssal
•u911 ayi Aq peidaaoo puo Auodwo3 eauwnsul awns Aq "pansv. uaaq
- -on 'A3ljod s!qt iapun patanoa too.sl poq o> iayio to 'luawaa6o asoal
" anoy goys 4u9wauOPu3 algoAod ssol apgowotny slgi jo sweat ayi qj m -
'pw1uo3 'ajos louo!i!puo3 'a6obpow iapun Aitaeimd painsul ayi to -uois
a3uopto 3)o u1 tapjoH -ua!j ay of ajgoAod iapunaiayt ssol ytlm }Oatag, jo
- sassod uI aassal m 'to8o8uoyp -tasoy3ind ayi Aq uo!tanas to wawali
- •mauat at Aollod ejgojda »o uo ssajun A3god -plos lo uollondxa -tai }o skop
`
•zagwa 'uolaano3 jnl6uotm ayi toys 'iaABMOy 'p3OIA08d 'ssol ayi tayo
(0 H uaj }o poltad o to} 'Aluo t8pjoH -ua11 ayi to AQUOM eyt of so oa } }a
- to aio)aq' iaytaym io 'luawaat6o slyt, lo- tuawy3otto ayi eatlo >o a,o} - -
puo a3to}- jjnji! endlium Ijoys A3ljod sty-iapun patuoi6 a6oiano> ayj
•L - :ag- 6uutn= tayiaym isaA!Mjuasaada uO stuaBo fsaaAotdwa s_patnsul ..
-
ayi to painsul ayj Aq 'loaayt palgns ayi to Asljod sly, 6u!uta3uo3 waw
" - 'wlop-ep 10 iunowo
- •atois aso Auo o asno >a to: A3! -tad iou uo!iwadP jo _.
j } } q ayi. Ary_paul
-. nn} ayi iano3ai of .taploH -nail ayi o 1 6It a t nodwl o s uoi oboi -
} 4 4 11 4 i
asn puo3 Auo o1 Auai 4 po
ayi }o uoipal ayi to asjiaaq
- •qnr ou inq )ataiayt Iotatollo3 so play Atlin>as a i - uo uato6l o los
y P 19 P.
jo sv im
- a j o- uo3 to soda a A ailnow >o. Auo wio tad of ainm
aq, , mpo;
y l t p t yj q p i } amp o;
}o 'avno>w- inoyVm ialsuwl puo luawu6lsso pnj o an!a3ai nodnaiayj
sno3
ayi to asno3aq io A3yod ayi }o suoplpuo3 ao sweat Auo }o uoyop!n of
nogs Auodwo> slyj puo '(panino iou isaiatu! IIo }o pun}at ytlm) 'A3god-
po Auo to a3uowio }tad ayj Aq io '6916au io uo!ss!wo Auo Aq io '.byod
slat iapun painsul Ayadald ayi Aq pairnas uoyoBijgo ay uo pwnsw ayj
ayi la uo!11puo3 io Aiuwtom jo y3owq Auo Aq to Atiadoid ayi }o dlys
ww }anp awo>aq of io anp isaiawl puo was jod,upd -aloym ayi taploH
-taumo io aplt ayt u! a6LOy3 Auo Aq Aom Auo u!- pailodwl aq too Boys
- , •ua!1 ay at Aod Aow 'uogdo st! to Auodwo> slyt 'stslxa to }aiayi Agpq
taploH -ua11 ayi }o Aluo.isaiawi aqi of so. A31jod sly iapun a3uwnsul ayj 'L
-011 ou painsul ayi of so toys wlop Ijoys puo Aollod slgt iapun a6owop
to ssol to} wns Auo tapjoH -ualj ayt of Aod Ijoys Auodwo3 siyi Ianaua`i.^A
'9 'painsul ayj of alq OAod aq BOys'Auo }1 'a3uojoq ayi puo tSaiaj111
`
sp jo ivatxa ayj of iapioH.ua!l ayi of 1,Ipai1P Plod aq pot's ssol pros jo -
'e3uoinsul iayio plus iapun
iunowo ayj juawapjai aimodas ml Auodwo3 aqt uodn taploH.ua!l ayi
uo'Mq!tiuoo to sty6lt s,taPlOWua9 ayi }o 1I0 of puawAOd pins pi 6unnqut
-- Aq puowap uodn joys ssajagnanau pal>IAOid 'toaddo Aow stsatawl t!ayi
-um statnsw iayio po ytlm_otoi otdl pa4o6otgns „aq Ijoys Auodwo3 vyt -
- so 'painsul ayi at Alpuo>as puo taploH -u311 ayi at Apstll ajgoAod aq
- epnw OS sPlatuAod }o watxe; ayi oy puo 'taploH- ua1j..a44 Aq of pa uasup.
, Ijoys. A3!jod, sly, ul pagwsap Attadoid ayj of .'Auo t'1 !a6ouipp to ssol- -a
Alssaidxa pub ot-ajgoAtid 'Aq play sapilod iapun Apadwd plus uo iaun
"a q3 topwis }o a>umnsul a1g113apo3 puo pgoA }O tUnowO alognn aui of
:smolloj so saaibo Agway AoodwoD slgt 'Aljod slyj iapun pwnsw ApadOid
stoaq painsul Agaiay wns ayi toyj abowop io ssol t{3ns }o uoltiodoid ayi
ayi u1 'aslmiayto to aa6o6poy} io iopuan louog!pum so Atpod03 Sq u!
.- to} Atuo iappH- u9'I,ayi of so A3llod slyt japuR algtw}.,ag Alnys. Augdwo>
'iiapjoH uall ayi. Pallo3 iat}oulaiayi 'sy61550 puo siossa33ns sit 'a>uo,nsul IO
slgt 'Apadmd paquDsap -wyjim ayj uodn a3u6jnsw iayio Auo aq aiayi jl
-S - e1o>Ij!pa3 ayt'OO pato>Ipul tapjoH -uail ayi yO isatatw ayi at padsat y11M
!AINO VINi10311V:))
319VdVd ss013immoinv
-- K bk,-
A
r
TO: Public Works Department
FROM: City Clerk
0
Date February 27, 1975
SUBJECT: Contract No. 1514 -L
Project Landsc:aointz at Jamboree Road Police Facility
Attached is signed copy of subject contract for transmittal to the contractor.
and to the bonding company.
Contractor: Plaza Landscape, Inc.
Address: 1.620 North Main Street - Orange, California 92667
Amount: $ $180046.00
Effective Date: November 25, 1974
Resolution No. 8424
Laura Lagios
LL:dg
Att.
cc: Finance Department Q
i
February 27, 1975
•
Playa Landscape, Inc.
1620 North Main Street
Orange, California 92667
Subject: '.andscaping at Jamboree Road Police Facility,
'ontract No. 1514L
On November 25, 1974, ?he City Council of Newport Beach awarded a con -
tract to you for subject project. ".he contract docents have been
duly executed as of February 25, 1975.
inclosed is your cashiers check in the amount of $2,800 which accom-
panied your sealed bid as your bidder's bond surety.
A copy of the contract document will be forwarded to you by the Public
Works Department.
:aura Lagios, CM
City Clerk
LL: dm
Enclosure
cc: Assistant City Engineer
0 q
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
Approved by the City Council
this 25thday Of November
1974.
4urviloes-'—
ity C 7 rk
SUBMITTED BY:
Plaza Landscape, Inc.
Contractor V
1620 N. Main Street
AA dress
Orange, CA 92667
C1 ty Zip
714 - 637 -7420
Phone
$18,046.00
Total Bid Price Items 4- tHrb -24
1 thru 16 inclusive
,
0 q
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
Approved by the City Council
this 25thday Of November
1974.
4urviloes-'—
ity C 7 rk
SUBMITTED BY:
Plaza Landscape, Inc.
Contractor V
1620 N. Main Street
AA dress
Orange, CA 92667
C1 ty Zip
714 - 637 -7420
Phone
$18,046.00
Total Bid Price Items 4- tHrb -24
1 thru 16 inclusive
CITY OF NEWPORT BEACH PR 1 of 5
PUBLIC WORKS DEPARTMENT
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
PROPOSAL
CONTRACT NO. 1514 -L
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 location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, Standard Drawings, the Irrigation System Specifications, and the Landscape
Planting Specifications; 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. 1514 -L in strict conformance with the plans identified as City
of Newport Beach Drawing No. B- 5036 -S (consisting of 4 sheets), the Special Provisions,
the Standard Specifications, the Standard Drawings, the Irrigation System Specifications,
and the Landscape Planting Specifications; and that he will take in full payment for the
work the following unit prices for each item of work, complete in place, to wit:
CE WRITTEN IN WORDS PRICE PRICE
A. BASE BID (ITEMS 1 THROUGH 16 INCLUSIVE)
Lump Sum Construct irrigation system complete
in place for the lump sum price of:
Ten thousand Dollars
and
No Cents $ $ 10,000.00
Lump Sum
Lump Sum Alta- Meadow Fescue turf, furnish
and plant, for the lump sum price of:
Four hundred Dollars
and
No Cents $ $ 400.00
Lump Sum
Lump Sum Myoporum Parvifolium, furnish and
plant for the lump sum price of:
Nine hundred thirty -six Dollars
and
No Cents $ $ 936.00
Lump Sum
PR2of5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4
5:
7
0
0
Lump Sum
17 Each
16 Each
5 Each
23 Each
1 Each
Algerian Ivy, furnish and plant, for
the lump sum price of:
One hundred fifty -six Dollars
and
No Cents $ $ 156.00
Lump Sum
White Alders, 15 gallon size,
furnish and plant, for the unit
price of:
Fifty Dollars
and
No Cents
Each
Carrotwood trees, 15 gallon size,
furnish and plant, for the unit
price of:
$ 50.00 $ 850.00
Fifty Dollars
and
No Cents $ 50.00 $ 800.00
Each
Lemon - Scented gum trees, 5 gallon
size, furnish and plant, for the
unit price of:
Ten Dollars
and
No Cents $ 10.00 $ 50.00
Each
Lemon - Scented gum trees, 15 gallon
size, furnish and plant, for the
unit price of:
Fifty Dollars
and
No Cents $ 50.00 $ 1,150.00
Florida fig tree, 36" box size,
furnish and plant, for the unit
price of:
Five hundred fifty Dollars
and
No Cents $ 550.00 $ 550.00
Each
• 0
PR 3 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 10 Each California Sycamore trees, 15 gallon
size, furnish and plant, for the unit
price of:
Fifty Dollars
and
No Cents $ 50.00 $ 500.00
Each
11. 2 Each California Sycamore trees, 24"
box size, furnish and plant, for
the unit price of:
One hundred eighty Dollars
and
No Cents $ 180.00 $ 360.00
Each
12. 34 Each Escallonia shrubs, furnish and
plant, for the unit price of:
Ten Dollars
and
No Cents $ 10.00 $ 340.00
Each
13. 108 Each Texas Privet shrubs, 5 gallon
size, furnish and plant, for the
unit price of:
14. 34 Each
15. 24 Each
Ten Dollars
and
No Cents
Boston Ivy vines, 1 gallon size,
furnish and plant, for the unit
price of:
$ 10.00 $ 1,080.00
Three Dollars
and
fifty Cents $ 3.50 $ 119.00
Each
Photinia shrubs, 5 gallon size,
furnish and plant, for the unit
price of:
Ten Dollars
and
No Cents $ 10.00 $
Each
240.00
• 0 PR 4 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 515 Linear Feet Redwood Header, 2 x 6, furnish
and install, for the unit price
of:
One Dollars
and
No Cents $ 1.00 $ 515.00 _
Per Linear Foot
TOTAL PRICE OF BASE BID WRITTEN IN WORDS (BASE BID - ITEMS 1 THROUGH 16 INCLUSIVE)
Eighteen thousand forty -six Dollars
and
No Cents
B. ADDITIVE BID I
17, Lump Sum
USIVE WILL 8
Construct irrigation system complete
in place, for the lump sum price of:
Dollars
and
Cents
ump
18. Lump Sum Algerian Ivy, furnish and plant,
for the lump sum price of:
Dollars
and
Cents $
Lump Sum
19. Lump Sum Alta- Meadow Fescue turf, furnish
and plant, for the lump sum price of:
Dollars
and
Cents $
20. 22 Each Bush Blue Gum trees, 5 gallon size,
furnish and plant for the unit price
of:
Doi Lars
and
Cents $
$ 18,046.00 —
0 0 PR5of5
UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
21. 66 Each Dwarf Natal Plum shrubs, 1 gallon
size, furnish and plant for the
unit price of:
Dollars
and
Cents
TOTAL PRICE OF ADDITIVE BID ITEMS WRITTEN IN WORDS (ITEMS 17 THROUGH 21 INCLUSIVE)
Dollars
and
Cents $
TOTAL PRICE OF BASE BID PLUS ADDITIVE BID ITEMS WRITTEN IN WORDS (ITEMS 1 THROUGH 21
INCLUSIVE)
1/6/75
Date
Dollars
and
Plaza Landscape, Inc.
Bidder's Name
R
S/ Phillip W. Fields
Authorized Signature
S/ Evelyn L. Fields
CONTRACTOR'S LICENSE NO. 25glpg TELEPHONE N0. 714- 637 -7420
CONTRACTOR'S ADDRESS 1620 N. Main St., Orange, CA 92667
•
• Page 1
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 10:30 A.M. on the 6th day of January , 1975 ,
at which time they will be opened and read, for performing work as follows:
LANDSCAPING AT
JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
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.
Tne 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 and Experience 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 an tT he Corporate Seal
shall be affixed 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.
One set of 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.
(cont.)
•
Page is
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Rating of at least
AAA as per the latest edition of Best's Key Rating Guide (Property - Liability).
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 Resolu-
tion No. 8090 adopted September 10, 1973. 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.
Revised 12 -10 -73
0 0
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
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 under-
signed 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. 258108 Classification C -27
Accompanying this proposal is
(Cash, Certi to C ec , 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
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.
714 - 637 -7420
Phone Number
Date
Plaza Landscape, Inc.
Bidder's Name
(SEAL)
S/ Phillip W. Fields
uthorized Signature
S/ Evelyn L. Fields
Authorized Signature
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 co- partnership:
President Phillip W. Fields
Vice.President Ralph Ambrose
Secretary- Treasurer Evelyn L. Fields
Manager Ralph Ambrose
DESIGNATION OF SUBCONTRACTORS
Page 3
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Plaza Landscape, Inc.
Bidder's Name
S/ Phillip W. Fields
Authorized Signature
S/ Evelyn L. Fields
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
1620 N. Main Street
Orange, CA 92667
Address
NON - COLLUSION AFFIDAVIT
Page 5
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 agree-
ment 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 arrangement or agree-
ment 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 contractor 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 agreement 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
this 6th day of January ,
19 75 .
My commission expires:
11/29/75
Plaza Landscape, Inc.
S/ Phillip W. Fields
President
S/ Evelyn L. Fields
ecre ary- reasurer
S/ Cheryl Ann MacKay
Notary Public
i
i •
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
See statement attached. (In City Clerk's file)
Also, the following may be contacted regarding our financial status:
United California Bank
William Jacoby
423 W. Broadway
714- 776 -0770
Anaheim, CA 92805
U. S. Fidelity & Guaranty
Co. John Basmajian
2600 E. Nutwood Ave.
714 - 871 -3300
Fullerton, CA 92631
(our bonding company)
0. J. Brown Company
0. J. Brown
2500 Wilshire Blvd.
213 - 386 -1460
Los Angeles, CA 90057
(our insurance company)
S/ Phillip W. Fields
Signed
S/ Evelyn L. Vields
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.
Rwql . MZMR-- ` `1 1
4201 Birch
CA 9266n
1974 Hallcraft Homes, Inc. Gordon Wells 714 - 833 -9270
2082 Michelson Drive
Irvine, CA 92664
1974 Standard Pacific Corp. David Langiois 714 - 546 -1161
1565 W. MacArthur Blvd.
Costa Mesa, CA 92626
M Mop
4320 Campus Dr., Suite 1 :/
1974 Seawind III Don Woodward 714 - 556 -7017
4500 Campus Dr., Suite 412
Newport Beach, CA 92660 _
1974 Leadership Housing, Inc. Allen Condon 714 - 557 -5770
3501 S. Harbor Blvd.
Santa Ana CA 92704
1974 National Mills Associates Bernard Solomon 213 - 426 -1389
Last Willow
Long Beach, CA 90806
S/ Phillip W. Fields
Signed
S/ Evelyn L. Fields
9
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 8
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted January 27, 1975
has awarded to Plaza Landscape, Inc.
hereinafter designated as the "Principal ", a contract for
Landscaping at Jamboree Road Police Facility - Contract No. 1514 -L
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
as Principal, hereinafter designated as the Contractor and
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Dollars ($
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.
0 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 day of , 19
(Seal)
(Seal)
(Seal)
ontractor
Seal)
(Seal)
(Seal)
Approved as to form.
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
ate
Attest.
City Clerk
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 January 27, 1975
has awarded to Plaza Landscape, Inc.
hereinafter designated as the "Principal", a contract for
Landscaping at Jamboree Road Police Facility - Contract No. 1514 -L
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,
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
Dollars ($ ),
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.
Page 11
(Performance Bond o 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 instrument has been duly executed by the Principal and Surety
above named, on the day of , 19_
- (Seal)
(Seal)
Contractor
(Seal)
(Seal)
Seal)
Approved as to form:
City Attorney
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this day of GE'RV2n aR -/, , 19 7S,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and Plaza Landscape, 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
Landscaping at Jamboree Road Police Facility - Contract No. 1514 -L
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.
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, CALIFORNI/�
By:
mayor
IA-2 4 LFtnl 0566(71 , ) l\l C,,
contractor
(SEAL) � -- -
to CSIDF_h1V _.
Title
By:
5 C F_ �FTAle
it e
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
B. IRRIGATION SPECIFICATIONS
C. LANDSCAPE PLANTING SPECIFICATIONS
INDEX
Page
A. SPECIAL
PROVISIONS
I.
SPECIFICATIONS . . . . . . . . . . . . . . . .
. . . . . 1
II.
PLANS . . . . . . . . . . . . . . . . . . . . .
. . . . . 1
III.
SCOPE OF WORK AND AWARD OF CONTRACT • • • • •
• • • • • I
IV.
TIME OF COMPLETION . . . . . . . . . . . . . .
. . . . . 2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . .
. . . . . 2
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . .
. . . . . 2
VII.
PROTECTION OF EXISTING UTILITIES . . . . . . .
. . . . . 3
VIII.
UNFORESEEN DIFFICULTIES . . . . . . . . . . . .
. . . . . 3
IX.
CONNECTION TO EXISTING UTILITIES . . . . . .
. . . . . . 3
X.
PERMITS AND LICENSES . . . . . . . . . . . .
. . . . . . 3
XI.
CLEANING OF STREETS . . . . . . . . . . . . .
. . . . . . 3
B. IRRIGATION SPECIFICATIONS
C. LANDSCAPE PLANTING SPECIFICATIONS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
I. SPECIFICATIONS
SF i or s
The contract requires completion of all the work in accordance with these Special
Provisions, the Irrigation System Specifications, the Landscape Planting Specifi-
cations, the City's Standard Special Provisions, the Plans, and the City's Stan-
dard Drawings and Specifications. The City's Standard Specifications are the
Standard Specifications for Public Works Construction, 1973 Edition. Copies of
the City's Standard Special Provisions may be purchased from the Public Works
Department at a cost of $5.
II. PLANS
The complete set of plans for bidding and construction consists of drawing
No. B- 5036 -S, sheets 1 through 4 inclusive, prepared by Ronald Sidell, Landscape
Architect.
III. SCOPE OF WORK AND AWARD OF CONTRACT
The work to be done under this contract consists of the construction of an auto-
matic irrigation system; the furnishing and planting of plant materials, vine,
shrubs, and trees; and the furnishing and construction of redwood headers at
the Jamboree Road Police Facility located at the northeasterly corner of the
intersection of Jamboree Road and Santa Barbara Drive in the City of Newport
Beach.
The contract consists of a base bid consisting of proposal items 1 through 16
inclusive; and additive bid items consisting of proposal items 17 through 21
inclusive.
The base bid consists of work that is the responsibility of the City. The five
additive bid items describe work that is the responsibility of The Irvine Com-
pany. It is the intention of the City and The Irvine Company, if the bids are
favorable, to let one contract consisting of the base bid plus all of the addi-
tive bid items.
Each bidder must submit bids for all of the bid items in the proposal, number 1
through 21 inclusive. The City specifically reserves the right to award a con-
tract based on the base bid alone (Items 1 through 16 inclusive); or a contract
based on the base bid plus all of the additive bid items (Items 1 through 21
inclusive).
SP [ of 3
0 •
The work included in the base bid is to be done on the Police Facility site and
in the parkway on Jamboree Road. The work included in the additive bid items
is to be done in the parkway on Santa Barbara Drive and in the planting area at
the intersection of Santa Barbara Drive and Jamboree Road.
IV. TIME OF COMPLETION
All items of work shown on the plans and described in these special provisions
and listed as items in the bid proposal shall be completed in 90 CONSECUTIVE
CALENDAR DAYS from the date of the notice to proceed.
The maintenance period will not be included in the 90 consecutive calendar
days specified in the preceding paragraph.
The germination phase shall be completed when the germination is accepted by
the Parks, Beaches and Recreation Department Director.
The maintenance period shall be as specified in Section A -06 of the Landscape
Planting Specifications.
Final acceptance of the contract by the City Council will be after the end of
the maintenance period.
V. PAYMENT
The prices bid for the various items of work shall, unless otherwise stated,
include full compensation for all labor, materials, tools, equipment and inci-
dentals necessary to the completed work. Compensation for 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 various items of
work listed in the bid proposal.
For the purpose of calculating progress payments for work performed, completion
of the following stages of the work will be considered as completing the per-
centages of the work to be done:
1. Construction and planting 70%
2. Germination phase 85%
3. Completion of the maintenance period
and final acceptance of the project 100%
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
Contractor. Construction staking shall be under the supervision of a California
licensed surveyor or civil engineer. Staking shall be performed for all items
ordinarily staked at intervals normally accepted by the agencies and trades in-
volved. Payment for construction and survey staking shall be included in the
prices bid for the various items of work, and no additional allowance will be
made therefor.
0
VII. PROTECTION OF EXISTING UTILITIES
• SP3of3
Known utilities are indicated on the plans. The Contractor shall request each
utility company to locate their facilities prior to performing work. The Con-
tractor shall protect in place and be responsible for, at his own expense, any
damage to any utilities encountered during construction.
VIII. UNFORESEEN DIFFICULTIES
Should unknown conditions, subsurface or otherwise, be discovered during the
progress of the work, the City shall be notified immediately. The City will
then make a determination as to whether these conditions constitute extra work
and so notify the Contractor in writing.
IX. CONNECTION TO EXISTING UTILITIES
It shall be the responsibility of the Contractor to determine the existing
conditions at the proposed connection points with existing utilities prior to
beginning construction and to notify the engineer of any differences between
the existing conditions and those shown on the plans.
X. PERMITS AND LICENSES
The Contractor shall procure all licenses and permits and give all notices neces-
sary and incidental to the due and lawful prosecution of the work. All fees
normally charged by the City will be waived, except that every Contractor or
subcontractor must maintain a valid City business license during all times that
he is working on this project.
XI. CLEANING OF STREETS
The Contractor shall be responsible for immediately cleaning any streets upon
which dirt or debris may be spilled or placed during the work.
0 0
NEWPORT BEACH POLICE FACILITY
IRRIGATION SPECIFICATIONS
The General and Special Conditions apply to work of this section.
I. GENERAL
A. Materials shall be of first quality and of domestic manu-
facture unless otherwise noted.
B. The installation of all sprinkler materials, including
pipe, shall be coordinated with the landscape drawing so
there shall be no interference with or difficulty in
planting the trees, shrubs, or other planting.
C. For purposes of legibility, sprinkler lines are essentially
diagrammatic. Although size and location of equipment are
drawn to scale wherever possible, make use of all data in
all of the contract documents and verify this information
at construction site.
D. All work called for on the drawings by notes shall be
furnished and installed whether or not specifically men-
tioned in the specifications.
E. Do not willfully install the sprinkler system as indicated
on the drawing when it is obvious in the field that un-
known obstructions or grade differences exist, that might
not have been considered in the engineering. Such obstruc-
tions or differences should be brought to the attention of
the City.
F. Comply with all local and state codes, ordinances, safety
orders, and regulations of all legally constituted authori-
ties having jurisdiction over this work.
G. Notify the City in the event any equipment or methods indi-
cated on drawings or in specifications conflict with local
codes, prior to installi ng. In the event this notification
is not performed, full responsibility must be assumed for
revisions necessary.
H. Before any work commences, confer with the City regarding
the general details of work of this contract.
Irrigation Specs
Page 1
II
• •
I. Replace and /or repair to the satisfaction of the City all
existing paving disturbed during the course of this work.
New paving shall be the same type, strength, texture,
finish, and be equal in every way to the material removed.
J. During the progress of this work, a competent superinten-
dent and any assistants necessary shall be on site, all
satisfactory to the City. This superintendent shall not
be changed, except with the consent of the City, unless
he proves unsatisfactory and ceases to be employed. The
superintendent shall represent the Contractor in his ab-
sence and all directions given to him shall be as binding
as if given to the Contractor.
MATERIALS
A. Submission for Approval:
1. Furnish the articles, equipment, materials, or processes
specified by name on the drawings and in specifications.
No substitution will be allowed without prior written
approval of the City.
2. Complete material list shall be submitted prior to
performing any work. Catalog data and full descriptive
literature must be submitted whenever the use of items
different than those specified is required. Notarized
certificate shall be submitted by plastic pipe and
fitting manufacturer indicating that material complies
with specifications, unless material has been previous-
ly approved.
3. Material list shall be submitted using the following
layout:
Item No. Description Manufacturer Model No.
(1) Pressure Supply Lines Lasco Sched. 40
(2) Lawn Head Buckner #404
Etc. Etc. Etc. Etc.
4. Equipment or materials installed or furnished without
the prior approval of the City may be rejected and
such materials removed from the site at no expense to
the City.
Irrigation Specs
Page 2
L•3
• •
5. Approval of any items, alternates or substitutes in-
dicates only that the product(s) apparently meet the
requirements of the drawings and specifications on
the basis of the information or samples submitted.
6. Manufacturer's warranties shall not relieve liability
under the guarantee. Such warranties shall only sup-
plement the guarantee.
7. The City may, at its option, require a manufacturer's
warranty on any product offered for use.
Plastic Pipe and Fittings (General):
1. All pipe shall be extruded of an improved P.V.C. pipe
compound, featuring high tensile strength, high chemi-
cal resistance and high impact strength. In terms of
the current ASTM Standard D -1784, this compound should
meet the requirements of cell classification 13454A.
This compound must have a 2,000 p.s.i. hydrostatic
design stress rating.
2. All pipe must bear the following markings: Manufac-
turer's name, nominal pipe size, schedule or class,
pressure rating in p.s.i., and NSF (National Sanitation
Foundation). The manufacturer shall also mark the date
of extrusion on the pipe.
Irrigation Specs
Page 3
0 0
3. Solvent cement joints for plastic pipe and fittings
will be made as prescribed by manufacturer. The
high chemical resistance of the pipe and fitting
compounds specified in the foregoing sections makes
it mandatory that an aggressive primer, which is a
true solvent for P.V.C., be used in conjunction with
a solvent cement designed for the fit of pipe and
fittings of each size range specified.
Each pipe installer expected to make solvent joints
shall receive instruction in the proper assembly of
such joints from a representative of either the pipe
manufacturer, cement manufacturer, or fitting manu-
facturer before starting the job, unless he has been
previously instructed on recommended solvent cementing
methods by a competent representative of the manufacturer.
5. All non - pressure plastic fittings shall be standard
weight Schedule 40. At the purchaser's discretion,
contract preference may be given those suppliers able
to furnish all types of fittings required under the
contract from a single manufacturer, in order that
responsibility will not be divided in warranted claim
situations.
6. All fittings shall be injection molded of an improved
P.V.C. fitting compound featuring high tensile strength,
high chemical resistance and high impact strength. In
terms of the current ASTM Standard D -1784, the compound
must meet the requirements described by cell classifica-
tion 13453A. Where threads are required in plastic
fittings, these shall be injection molded also. All
tees and ells shall be side gated.
7. All fittings shall bear the company's name or trade-
mark, material designation, size, applicable I.P.S.
schedule, and the NSF seal of approval.
C. Brass Pipe and Fittings:
1. Brass pipe shall be 85% red brass pipe, American
National Standard Institute (ANSI), Schedule 40
screwed pipe.
2. Brass fittings shall be medium brass, screwed, 125
pound clasp.
D. Control wiring:
1. Connections between the controller and remote control
valves shall be made with direct burial wire AWG-UF
Irri ation Specs
age 4
E.
•
type, installed in accordance with valve manufacturer's
wire chart and specifications.
2. Wiring shall occupy the same trench and shall be
installed along the same route as the pressure supply
lines wherever possible.
3. All electrical work shall be done in accordance with
the governing codes, agencies, and union authorities.
4. Where more than one wire is placed in a trench, the
wiring shall be taped together at intervals of 12 feet.
5. All splices shall be made using "Scotch Lok Unipack"
waterproof sealing packets, Pen -Tite Connectors, or
equal. An expansion loop of 12 inches shall be pro-
vided at each wire connection and /or directional turn.
6. Sizing of wire shall be according to manufacturer
recommendations, in no case less than i14 in size.
7. Between controller and remote control valve, Contractor
shall use a continuous wire. Under no condition should
splices exist.
8. All ground wires should be white in color.
Automatic Controller, Electrical:
1. Automatic controller shall be fully automatic in
operation.
2. The controller shall be capable of operating the number
of stations of remote control valves as noted on the
drawing.
3. Controller shall be of a pedestal mounted type, with
a heavy duty, watertight case and locking, hinged
cover.
4. Controller shall be programmed for various schedules
entirely by setting switches and dials. Controller
shall have:
a. An operation switch for each day of the week, for
three schedules, allowing each station to be
scheduled individually as to days of watering.
b. A minutes operation switch for each station with
a positive increment range of 2 to 60 minutes.
Time sets should be accurate within 18.
Irrigation Specs
Page 5
0 0
C. A repeat switch allowing selected schedules to
be repeated after completion of the initial
watering schedule, and allowing repeat operations
to be scheduled throughout a 24 hour day.
5. Controller components shall be fused and chassis
grounded.
6. Controller shall be equipped with an approved on and
off switch for 115 volt service, located inside housing.
F. Remote Control Valves, Electrical:
1. Control valves shall be spring loaded, packless
diaphragm activated valves with cast iron body and
bronze trim, of a normally closed type and shall be
equipped with a flow control.
2. Valves shall be slow closing (10 second minimum) with
no adjustments or settings required.
3. Valve solenoid shall be corrosion proof and constructed
of stainless steel molded in epoxy to form one integral
unit.
4. Valve solenoid shall be 24 volt A.C. 4.0 watt maximum.
S. Valve shall close against flow without chatter and
with minimum closing surge pressure.
6. Valve shall be capable of being manually throttled
or closed.
7. Valve shall be capable of being operated in the field
without electricity at the controller, by a bleeder
valve.
8. Valve shall be completely serviceable in the field
without removing valve body from the line.
G. Backflow Prevention Units:
Pressure vacuum breakers 2 inches and smaller shall consist
of approved check valves, vacuum reliefs, inlet and dis-
charge gate valves, and field test cocks. All nipples and
other fittings shall be of red brass, unless otherwise
specified.
H. Quick Coupling Valves:
1. Body of valve should be red brass with a wall thick-
ness guaranteed to withstand normal working pressure
Irri ation Specs
age 6
0
of 150 pounds per square inch without leakage.
2. Valve shall have 3/4 inch female threads opening at
base.
3. Construct valve so it can be operated only with a
special connecting device known as a coupler, designed
for that purpose. Coupler is inserted into valve and
a positive, watertight connection is to be made between
coupler and valve.
4. Valve mechanism must be constructed so that valve seat
is closed before coupler can be removed.
5. Valve body shall be a two piece body of heavy cast
brass.
6. Coupler shall be heavy cast brass with single brass
lugs.
7. Top of valve body receiving coupler shall be equipped
with a single slot and a smooth worm to allow coupler
to open and close valve slowly with minimum effort,
with one hand turn. Notch slots at bottom should hold
coupler firmly in open position.
8. Hinge cover shall be of red brass with a rubber -like
vinyl cover bonded to it in such a manner that it
becomes a permanent type cover. It shall have an
overall diameter of 3h inches and be yellow in color.
I. Check Valves:
1. Swing check valves 2 inches and smaller shall be all
bronze construction, 100# S.W.P., female Z.P.S.
2. Spring loaded check valves shall be of brass construc-
tion with soft composition discs. Bronze spring
tension to be as designated on drawings.
J. Small Shrubbery Sprinkler Heads - Adjustable:
1. Fixed sprinkler heads shall have removable spray tips
of full, half, third and quarter circle pattern, as
required, with body and nozzle of cast red brass. Body
should be equipped with � inch I.P.S. female thread.
2. Nozzle tip shall be 5/8 inch I.P.S., with sixteen
threads per inch.
3. All shrub heads shall be adjustable by means of set
screws.
irri ation Specs
Page
0
K. Small Lawn Sprinkler Heads:
1. Fixed head, pop-up sprinkler shall have a removable
spray tip nozzle of full, half, third, or quarter
circle pattern, as required. Pop -up feature should
consist of a piston to which a spray tip nozzle is
attached. It should have a synthetic rubber gasket
and be of sufficient height to permit it to rise at
least 1 inch while in operation.
2. Body shall be cast red brass and recess for piston
should be sufficiently deep to contain it completely
when in body of sprinkler head.
3. Machine pistons or piston parts, spray tip nozzle and
other parts shall be red brass. Pistons shall be circular
in a cross section and fit sufficiently close in a
machined hole at top of head, or have a machined flange
and seat, so as to exclude debris from entering recess.
4. All lawn heads shall be adjustable by means of set
screws.
5. Spray tip nozzle shall be 5/8 inch, with sixteen threads
per inch.
6. Lawn sprinklers shall be installed in accordance with
typical installation detail shown on drawing.
L. Materials to be Furnished:
1. Supply as part of this contract the following tools:
Two wrench(es) for disassembling and adjusting each
type of sprinkler head supplied.
Two key(s) for each automatic controller.
Six coupler(s) and matching hose swivel(s).
Two soil probe(s), 36 inches in length, (Oakfield
Model B or equal).
2. The above mentioned equipment shall be turned over to
the City at the conclusion of the project.
M. operation and Maintenance Manuals:
1. Prepare and deliver to the City within ten days by
calendar prior to completion of construction, all
required and necessary descriptive material in complete
Irrigation Specs
Page g
detail and sufficient quantity, properly prepared in
four individually bound copies Operation and Maintenance
Manuals. These manuals shall describe the material
installed and shall be in sufficient detail to permit
operating personnel to understand, operate and maintain
all equipment. Spare parts listed and related manufac-
turer identification shall be included for each installed
equipment item. Each complete, bound manual shall
contain the following information:
a. Index sheet stating Contractor's address and tele-
phone number, duration of guarantee period, and
list of equipment with names and addresses of local
manufacturer representative.
b. Complete operating and maintenance instructions on
all major equipment.
2. in addition to the above mentioned maintenance instruc-
tions, provide the City's maintenance personnel with
instructions for major equipment.
N. Record Drawings:
1. Record accurately on one set of black and white prints
of the drawings, all changes in the work constituting
departures from the original contract drawings, includ-
ing changes in both pressure and non - pressure lines.
Upon completion of each increment of work, transfer all
information concerning the dimensions to the prints.
The changes and dimensions shall be recorded in a legible
and workman -like manner to the satisfaction of the City.
When the drawings are approved, transfer all information
to a set of reproducible drawings supplied at cost by
the City.
3. Dimension from two permanent points of reference
(buildings, monuments, sidewalks, curb, pavement, etc.).
Locations shall be shown on as -built drawings, kept
day -to -day as the project is being installed.
4. All dimensions noted on drawings shall be 3/8 inch in
size.
5. Show location and depth of the following items:
a. Point of connection.
b. Routing of sprinkler pressure lines (dimension
maximum 100 feet along routing).
IW!tion Specs
Page 9
* # •
C. Gate valves.
d. Sprinkler control valves (buried only).
e. Quick coupling valves.
f. Routing of control wires.
g. Other related equipment (as may be directed by
the City).
6. As -built drawings shall be maintained on site at all
times.
O. Controller Charts:
1. As -built drawings shall be approved by the City before
charts are prepared.
2. Provide one controller chart for each controller supplied.
3. The chart shall show the area controlled by automatic
controller and shall be the maximum size controller door
will allow.
4. The chart is to be a reduced drawing of the actual
as -built system. However, in the event the controller
sequence is not legible when the drawing is reduced,
it shall be enlarged to a size that will be readable
when reduced.
5. Chart shall be blackline print and shall be colored
with a different color for each station.
6. The chart shall be mounted using Velcro, or an approved
equal type of tape.
7. When completed and approved, the chart shall be
hermetically sealed between two pieces of plastic,
each piece being a minimum 20 mils. thick.
8. These charts shall be completed and approved prior to
final inspection of the irrigation system.
VII. INSTALLATION PROCEDURES
A. Water Supply:
1. Connect to the existing gate valve as indicated on the
drawings.
Irrigation Specs
Page 10
I .
0 •
2. Connections to the existing gate valve shall be made
to approximately the locations shown on the drawings.
Minor changes caused by actual site conditions shall
be made without additional cost to the City.
B. Layout:
Layout sprinkler heads and make any minor adjustments
required due to differences between site and drawings.
Any such deviations in layout shall be within the intent
of the original drawings, and without additional cost to
the City. When directed by the City, the layout is to be
approved by the City before installation.
C. Grades:
Before starting work on the sprinkler system, carefully
check all grades to determine that work may safely proceed,
keeping within the specified material depths.
D. Assemblies:
1. Routing of pressure supply lines as indicated on drawings
is diagrammatic. Install lines (and various assemblies)
to conform with details on plans.
2. Install no multiple assemblies on plastic lines. Provide
each assembly with its own outlet. When called for,
the pressure relief valve shall be the last assembly.
3. Install all assemblies specified herein according to
the respective detail drawings or specifications per-
taining to specific items required to complete the work.
Perform work according to best standard practice, with
prior approval.
4. All brass pipe and fittings shall be assembled using
an approved tape, or equivalent, applied to the male
threads only.
5. All plastic threaded pipe and fittings shall be assembled
using Teflon tape, Permatex #2, or equivalent, applied
to the male threads only.
E. Line Clearance:
All lines shall have a minimum clearance of 4 inches from
each other, and 6 inches from lines of other trades.
Parallel lines shall not be installed directly over one
another.
Irri ation Specs
Page
I. 0
F. Trenching:
1. Dig trenches and support pipe continuously on bottom
of ditch. Lay pipe to an even grade. Trenching ex-
cavation shall follow layout indicated on drawings
and as noted. Where lines occur under paved area,
these dimensions shall be considered below sub grade.
2. Provide minimum cover of 18 inches for all pressure
supply lines 2 -1/2 inches and smaller.
3. Provide minimum cover of 18 inches for all control
wire.
4. Provide minimum cover of 12 inches for all other non-
pressure lines.
G. Backfilling:
1. Initial backfill on all lines shall be of a fine
granular material, with no foreign matter larger than
h inch in size.
2. Backfill material shall be tamped under the pipe,
uniformly on both sides of the pipe, for the full width
of the trench and to the horizontal diameter of the
full length of the pipe. Tamp in 4 inch layers.
Materials shall be sufficiently damp to permit thorough
compaction under and on each side of pipe, to provide
support free of voids.
3. Backfill for trenching shall be compacted to dry
density equal to the adjacent undisturbed soil, and
shall conform to the adjacent grades without dips,
sunken areas, humps, or other irregularities.
4. In proper types of soil, the City may authorize the use
of flooding in lieu of tamping.
5. Under no circumstances shall truck wheels be used for
compacting soil.
H. Flushing the System:
1. After all new sprinkler pipe lines and risers are in
place and connected, all necessary diversion work has
been completed, and prior to installation of sprinkler
heads, the control valves shall be opened and a full
head of water used to flush out the system.
2. Sprinkler heads shall be installed only after flushing
of the system has been accomplished to the complete
satisfaction of the City.
Irriga —ti —on Specs
Page Z
I. Sprinkler Heads:
0
1. Install sprinkler heads as designated on the drawings.
Manufacturer's name and numbers are used for descriptive
purposes. Sprinkler heads to be installed in this work
shall be equivalent in all respects to those itemized.
2. Spacing of heads shall not exceed the maximum indicated
on the drawings. In no case shall the spacing exceed
the maximum recommended by the manufacturer.
3. Sprinkler heads in lawn or turf areas shall be elevated
to a minimum of 3 inches above grade. Heads along
curbs, walks, paving, etc., shall be placed 4 inch above
finish grade. Lower raised sprinkler heads within ten
days after notification by the City.
J. Adjusting of System:
1. Adjust valves, and alignment and coverage of all
sprinkler heads.
2. If it is determined that adjustments in the irrigation
equipment or nozzle changes will provide proper and
more adequate coverage, make all necessary changes or
make arrangements with the manufacturer to have adjust-
ments made, prior to any planting.
3. These changes or adjustments shall be made without
additional cost to the City.
4. The entire system shall be operating properly before
any planting operations commence.
K. Coverage Test:
When the sprinkler system is completed, perform a coverage
test in the presence of the City, to determine if the water
coverage for lawn, planting and turf areas is complete and
adequate. Furnish all materials and perform all work re-
quired to correct any inadequacies of coverage due to
deviations from plans, or where the system has been will-
fully installed as indicated on the drawings when it is
obviously inadequate, without bringing this to the attention
of the City. This test shall be accomplished before any
ground cover or turf is planted.
L. Tests:
1. All hydrostatic tests shall be made only in the presence
of the City, or other duly authorized representative
of the City. No pipe shall be backfilled until it has
Irri ation Specs
Page
}
been inspected, tested and approved.
2. Furnish necessary force pump and all other test
equipment.
3. Pressure supply lines shall be tested under a hydro-
static pressure of 150 pounds per square inch for a
period of two hours.
M. Electrical:
1. Power to the automatic controller shall be provided
by General Contractor.
2. The Irrigation Contractor shall be responsible for low
voltage electrical work, to provide power to the remote
control valves.
3. All electrical work shall conform to local codes,
ordinances, and union authorities.
N. Final Inspection:
1. A final inspection of the work shall be made by the
City in the presence of the Contractor, at the time
when all work is completed. Notification shall be
made in writing by the Contractor seven days in ad-
vance of such inspection.
2. No inspection will commence without as -built drawings.
O. Completion Cleaning:
Upon completion of the work, make the ground surface level,
remove excess materials, rubbish, debris, etc., and remove
construction and installation equipment from the premises.
P. Guarantee:
1. The entire irrigation and water system shall be guaranteed
to give satisfactory service for a period of one year
from the date of acceptance by the City.
2. Should any trouble develop within the time specified
above due to inferior or faulty materials or workman-
ship, the trouble shall be corrected at no expense to
the City.
3. Any and all damages resulting from faulty materials or
workmanship shall be.repaired by the Contractor to the
satisfaction of the City, at no expense to the City.
Irri ation Specs
Page 4
NEWPORT BEACH POLICE FACILITY
LANDSCAPE PLANTING SPECIFICATIONS
A -01 SCOPE
A. Required: All labor, material, facilities, and equip-
ment required to furnish and install all landscape
planting, as shown on the drawings and /or specified
herein, including but not limited to the following:
1. Soil preparation of all planted areas.
2. Fine grading.
3. Landscape headers prior to installation of adjacent
sprinkler heads.
4. Trees, shrubs, vines, groundcover and lawn.
5. Staking and guying of trees.
6. Mulch.
7. Clean -up.
8. Maintenance.
A -02 WORKMANSHIP
The work shall be performed in accordance with the best
standards of practice for landscape work and under the
continual supervision of a competent foreman capable of
interpreting the drawings and specifications.
A -03 QUANTITIES AND TYPES
Plant materials shall be furnished in the quantities
and /or spacing as shown or noted for each location, and
shall be of the species, kinds, sizes, etc., as symboled
and /or described in the "List of Plant Materials." All
as indicated on the drawings.
A -04 VERIFICATION OF DIMENSIONS AND QUANTITIES
All scaled dimensions are approximate. Before proceeding
with any work, the Contractor shall carefully check and
verify all dimensions and quantities, and shall immediately
Landscape Planting
Page 1
• •
inform the Landscape Architect of any discrepancy between
the drawings and /or specifications and actual conditions.
No work shall be done in any area where there is any such
discrepancy until approval for same has been given by the
Landscape Architect or his representative.
A -05 INSPECTION
A. All inspections herein specified shall be made by the City's
Landscape Architect or his representative. The Contractor
shall request inspection at least 24 hours in advance of
the time inspection is required.
B. Inspection will be required for the following parts of
the work:
1. During fine grading and soil preparation, including
initial weeding.
2. When shrubs and trees are spotted for planting, but
before planting holes are excavated.
3. When planting holes for trees and shrubs are prepared,
during planting, and during mixing and placing of
prepared soil backfill for same.
4. When fine grading of lawn area is completed, and
during mixing and sowing of seed, and application
of ,top dressing.
5. When planting, sowing, and all other indicated or
specified work, except the maintenance period, has
been completed.
6. Final inspection at the completion of the main-
tenance period.
C. The Contractor or his authorized representative shall
be on the site at the time of each inspection.
A -06 MAINTENANCE PERIOD
A. The Contractor shall continuously maintain all areas
included in the Contract during the progress of the work,
the maintenance period and until final acceptance of
the work.
B. After all work indicated on the drawings or herein
specified, including all planting and seeding, has been
completed, inspected and approved by the Landscape
Architect and /or Owner, the Contractor shall maintain
all planted areas by means of continuous watering,
weeding, rolling, mowing, reseeding, cultivating,
spraying, mulching, trimming, edging, and /or any other
Landscape Planting
Page 2
operations necessary for their care and upkeep, for a
period of not less than 60 days, except that the main-
tenance period shall be extended to include the time
necessary to meet the requirements for completion of
the maintenance period hereinafter specified. Apply
to all planting areas (lawn and groundcover) commercial
fertilizer 16 -6 -5 at the rate of 5 lbs. per 1,000 sq.ft.
30 days after planting. All irrigations of this site
must be thorough in order to minimize soluble salt
build -up in the root zone of the plant materials and
planting.
C. Planted areas shall be cultivated and weeded by 10 day
intervals. Grass, when 3" high, shall be mowed to a
12 -2" height, and repeated as necessary. Prior to the
end of maintenance period, broadcast 5 pounds of Ammonium
Sulphate per 1,000 square feet in all planted areas and
watered well.
D. At completion of the maintenance period, all areas in-
cluded in the Contract shall be clean and free of debris
and weeds, all plant materials and grass shall be live,
healthy, and free of infestations; all lawn and turf
areas shall have a complete coverage of grass, without
bare spots, mowed to a 1 -1h" height.
E. Re laCM ts: Contractor shall immediately replace any
and a 1 plant materials and /or grass which, for any
reason, dies or is damaged while under his care. Replace-
ment shall be made with seed and /or plants as indicated
or specified for the original planting.
A -07 GUARANTEE
A. All shrubs shall be guaranteed by the Contractor as to
growth and health for a period of ninety (90) days after
completion of the specified maintenance period and /or
final acceptance by the Owner. All trees, except specimen
trees, shall be guaranteed by the Contractor to live and
grow in an acceptable upright position for a period of
six months after completion of the specified maintenance
period and /or final acceptance by the Owners. All specimen
trees shall be guaranteed by the Contractor to live and
grow in an acceptable upright position for a period of
one year after completion of the specified maintenance
period and /or final acceptance by the Owners.
B. The Contractor, within 15 days of written notification
by the Architect or Owner, shall remove and replace all
guaranteed plant materials which, for any reason, fail
to meet the requirements of the guarantee. Replacement
shall be made with plant materials as indicated or speci-
fied for the original planting, and all such replace-
ment shall be guaranteed as specified for the original
guaranteed materials.
Landscape Planting
Page 3
• •
A -08 PROTECTION
A.. See staking and guying details on sheet L -2.
All stakes shall be placed on the windward side so that
the tree will blow away from the stakes and not into
them. The stake shall be stained green.
B. Placement: All stakes shall be located to prevent inter -
ere nce with the operation of the sprinkler system, and
shall be relocated as required or directed. All tree
supports shall remain the property of the Owner.
A -09 MATERIALS
A. Plant materials indicated on the drawings and herein
specified shall conform to the following:
1. Nomenclature: Plant names indicated or listed in
the "List of Plant Materials" on the drawings con-
form to "Standardized Plant Names" established by
the American Joint Committee on Horticultural
Nomenclature, except that for names not covered
therein the established custom of the nursery is
followed.
2. Conditions: Plants shall be symmetrical, typical
Tor variety and species, sound, healthy, vigorous,
free from plant disease, insect pests or their eggs,
and shall have healthy, normal root systems, well
filling their containers, but not to the point of
being root - bound. Plants shall not be pruned prior
to delivery except as authorized by the Landscape
Architect or his representative. In no case shall
trees be topped before delivery.
3. Dimensions: The height and spread of all plant
maters =s`hall be measured with branches in their
normal position, and shall be as indicated on the
drawings. The caliper of all trees shall be measured
V-0" above the surface of the ground. Where caliper
or other dimensions of any plant materials are
omitted from the "List of Plant Materials," it.shall
be understood that these plant materials shall be
normal stock for type listed.
4. Inspections: All plant materials must have been
previously inspected at the nursery by the Los
Angeles County Horticultural Department, and shall
be subject to the inspection and approval of the
Landscape Architect, or his representative, before
planting.
5. Substitutions: For the indicated plant materials
will a permitted provided the substitute materials
Landscape Planting
Page 4
• 0
are approved in advance by the Landscape Architect,
and the substitutions are made at no additional cost
to the Owner. Except for the variations so author-
ized, all substitute plant materials shall conform
to the requirements of those specifications. If
accepted substitute materials are of less value than
those indicated or specified, the Contract price
will be adjusted in accordance with the provisions
of the Contract.
B. Fertilizers and soil conditioners herein specified shall
conform to the following:
1. Steer Manure: From cottonseed -fed cattle, fed from
paved—Floors in clean fee yards, free from bedding,
noxious weeds, straw and other inert matter, aged not
less than 12 months, ground and screened through 1/5"
mesh screen, or finer, delivered in bulk or 2 -4 cubic
foot sacks. One cubic yard of bulk manure shall weigh
not less than the total net weight of twelve (12)
2 -4 cubic foot sacks of the manure. Where cubic yards
are specified, the equivalent amount in sacks may be
used.
2. Bulk Humus: Redwood shavings or similar ligneous
materia=
3. 0 clanic Fertilizer: Shall be processed sewage sludge
with a
ml num content of 18 Nitrogen and 28 Phos-
phoric Acid, similar to "Nitro - Humus." Method of
processing shall not destroy normal bacteria content.
4. Commercial fertilizer, as indicated, shall be
delivered in sacks with manufacturer's label showing
weight and analysis attached to each sack.
C. Grass Seed shall be purchased from a reputable seed
company and shall be first quality, fresh, clean, new
crop seed. Before sowing, seed shall be thoroughly
mixed in the proportions specified. If mixed by the
supplier, each delivery of seed shall be accompanied
by a certificate from the supplier stating the weight,
composition of mixture, and percentage of germination
of each seed variety. If mixed on the site, each seed
variety shall be delivered in supplier's original con-
tainer, labeled to show weight, analysis, and percentage
of germination. Site mixing shall be done on a clean
concrete floor.
D. Grass seed shall be a mixture of the following varieties
of grass seeds, proportioned by weight:
1. 808 Alta Fescue.
2. 208 Meadow Fescue.
Landscape Planting
Page
E. Certificates: In addition to any other certificates
specifie , the Contractor shall furnish a certificate
with each delivery of bulk material, stating the source,
quantity, and type of material, and that the material
conforms to the specification requirements. For bulk
delivered manure, the certificate shall also state the
volume net weight, and that the manure is properly
rotted and will not burn or otherwise damage plants,
plant roots, or grasses.
A -10 LANDSCAPE HEADERS
A. Headers and stakes shall be of Construction Heart Rough
Redwood, provided and installed in the locations in-
dicated on the drawings and herein specified.
B. Headers shall be provided separating all lawn areas
from planting areas, and shall be 2" thick and 6" wide.
Laminate headers where 2 "x6" will not bend.
C. All headers,shall join walks or paving flush, and shall
be 1 -h" above seed bed and held in place with 1 "x4" stakes
of lengths necessary to extend into solid earth a minimum
of 12 inches. All stakes shall be of sound material,
neatly pointed, driven vertically and securely nailed to
headers. Stakes shall be spaced not to exceed 4' -0" o.c.
Top of stakes shall be set flush with the tops of headers
and sawed off at an angle.
D. The backfill, on both sides of headers, shall be com-
pacted to the density of the undisturbed adjoining earth.
E. Headers shall be in place before any adjacent portion of
the sprinkler system is installed.
A -11 SOIL PREPARATION AND FINE GRADING
A. Moisture Content: The soil shall not be worked when the
moisture content is so great that excessive compaction
will occur; nor when it is dry that a dust will form in
the air or that clots will not brea, k readily. Water shall
be applied, if necessary, to provide ideal moisture content
for tilling and for planting herein specified.
B. Preliminary Grading shall be done in such a manner as to
anticipate the finish grading. Excess soil shall be re-
moved or redistributed before application of fertilizer
and mulch. Where soil is to be replaced by plants and
mulch, allowance shall be made so that when finish grading
has begun there shall be no deficiency in the specified
depth of mulched planting beds.
C. Weeding: Before and during preliminary and finish
grading, all weeds and grasses shall be dug out by the
Landscape Planting
Page
0 0
roots and disposed of off the Site, except the weeds
and grasses that are not of the perennial type are less
than 2 -24" high, and are not bearing seeds may be turned
under. Oats more than 2�" high, if not bearing seeds,
may be turned under. Perennial weeds and grasses to he
removed include but are not limited to the following:
Bermuda Grass Johnson Grass St. Augustine Grass
Nut Grass Alfalfa Wire Weed
Puncture Vine Dallas Grass Mustard Plant
D. All planting areas (lawn and ground cover): The following
amendments and fertilizers should be broadcast uniformly
and incorporated into the upper 6 " -8" of soil per 1,000
square feet.
6 cu. yds. Nitrogen stabilized sawdust or finely
ground bark
200 lbs. Agricultural gypsum
25 lbs. Soil sulphur
40 lbs. 6 -20 -20 Commercial fertilizer
After the planting areas have been prepared they should
be irrigated several times in order to accomplish some
leaching. The Contractor shall submit several random
samples from the planting areas after leaching has occurred
to see if salinity is in a range that would allow for
normal plant development. 4 -6" of irrigation water must
be passed through the soil in order to accomplish the
desired amount of leaching.
E. Lawn areas shall be given a surface application of Com-
mercial Fertilizer (6- 20 -20), applied at rate of ten (10)
pounds per 1,000 square feet of area and lightly raked
into the soil, and then be rolled in two directions at
approximately right angles with a water ballast roller
weighing 100 to 300 pounds. Any irregularities that
develop shall be re -raked or scarified for bend, cut or
filled as required, and then rolled until area is true
and uniform, free from lumps, depressions, and irregulari-
ties. Sufficient water shall be applied to surface at
frequent intervals. After lawn areas have been prepared
as specified, no heavy object except rollers shall be
taken over these areas at any time.
F. Trenches: If sprinkler system is installed after grading
anertilizing is completed: the upper portion of the
backfill shall be re- tilled and fertilized to the depth
specified for the area as required to conform to the
specifications.
Landscape Planting
Page 7
A -12 METHOD OF PLANTING
A. No planting shall be done until all operations in con-
junction with the installation of the sprinkler system
have been completed, final grades have been established,
redwood headers have been set; the planting areas have
been properly graded and prepared as herein specified,
and the work approved by the Landscape Architect or his
representative.
B. Relative position of all trees and plants is subject to
approval of the Landscape Architect, or his representative,
and they shall, if necessary, be relocated as directed
as part of the Contract.
C. All plants shall be set so that, when settled, they bear
the same relation to the required grade as they bore to
the natural grade before being transplanted. Each plant
shall be planted in the center of the pit and backfilled
with prepared soil. No filling will be permitted around
trunks or stems. All broken or frayed roots shall be
properly cut off.
D. The Landscape Architect or his representative shall
supervise the placing and planting of all plant materials.
Shrubs, unless otherwise indicated or directed, shall
be placed a minimum of 2' -6" from buildings, walls, and /or
fences.
E. Plan tin of Trees Shrubs and Vines: The planting holes
or a 1 trees,:s ru s an vines should be dug twice the
depth and twice the diameter of the root ball and the soil
removed from the excavation should not be used in the
backfill mix. The interior of the excavation should be
liberally dusted with agricultural gypsum and the holes
should be filled once with water and allowed to drain out
prior to installing the plant material. Where drainage
in the subsoil is found to be inadequate drainage holes
should be dug in the bottom of the planting pits and
backfilled with a coarse washed sand. An import soil
having no more than 208 by weight silt plus clay should
be used in preparing the backfill mix. This soil should
also have a salinity less than 3.0 millibars when measured
on the saturation extract. The boron content of the
saturation extract should be less than 1 ppm and the SAR
of the same extract should be less than 6. This soil
should comprise approximately 708 by volume of the back-
fill mix. The remaining 308 should be nitrogen stabilized
organic similar to that used in preparing the planting
areas. Adding approximately 4 lbs. of the 6 -20 -20 com-
mercial fertilizer to each cubic yard of this mix should
establish reasonably good levels of fertility. All vines
shall be removed from stakes, untied, and securely
fastened in an approved manner to wall, fence, or other
Landscape Planting
Page 8
surface next to which they are planted, excavated soil
shall be cleaned up and disposed of off the Site.
F. Planting of Groundcovers: All groundcover plants shall
even y spaced to produce a uniform effect, and
staggered in rows at the intery als indicated on the
drawings. Plants shall be watered immediately after
planting operations are completed, and soil shall be kept
continually moist by watering as often as required.
First watering shall be done in conjunction with the
planting but not later than the same day the plants are
planted.
G. Water in Basing: Construct a mound of soil around each
ree an p ant, except groundcovers, to form a watering
basin, place at the edge and following the shape of the
planting pit area, and firmly compacted. Mounds for
trees, and for shrubs and vines from five gallon or larger
containers shall be at least 4" high. Mounds for all
other shrubs, vines or plants not otherwise specified
shall be at least 2" high. After watering, any settle-
ment within the basins shall be refilled to the required
grade with prepared soil.
A -13 LAWN AREAS
A. Seeding: Lawn areas, after being approved for seeding
bye— Landscape Architect or his representative, shall
be seeded with the seed mixture herein specified, applied
at the rate of .ten (10) pounds for each 1,000 square
feet of area. The seed shall be evenly sown by ex-
perienced men at a time when little or no wind is blowing.
B. Mu�lchinq: After sowing, the seed shall be raked in
gentl�y and the entire area rolled to firm in the seed.
After rolling, the area shall be evenly covered with a
Top dressing of steer manure applied at the rate of one
cubic yard for each 1,200 square feet of area.
C. waterin : After mulching, all seeded areas shall be
t roug ly watered with a fine spray. Lawn °areas are to
be kept continually moist by watering as often as required.
D. Re-Seeding: Any lawn areas that do not show a prompt
cat�rass shall be re- seeded at ten day intervals
until an acceptable stand of grass is assured.
E. Areas of excessive erosion due to syphoning of sprinkler
heads shall be maintained by placing burlap sacking at
the location of the low sprinkler heads.
Landscape Planting
Page 9
q Iq
A -14 CLEANUP
During progress of the work the Contractor shall remove
his waste material and rubbish on a daily schedule. Upon
completion of the work hereinbefore specified, all surplus
and waste materials resulting from the operations, includ-
ing disused implesients of service employed therein, shall
be removed from the premises and the entire involved por-
tions of the site, insofar as the work of this section is
concerned, shall be left in a neat, clean and acceptable
condition as approved by the Landscape Architect or his
representative.
Landsca a Plantin
Page
KNOW ALL MEN BY THESE PRESENTS:
PLAZA .LANDSCAPE,.!�.Tat we,.. ....... .... .... ... ....... I .................... .................... .......
1620 No. Main St., Orange, Ca. 92667
as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Corporation organized and existing under the laws of the State of
.......... *"***"*"*'*"**"'**"* ...... * .................. .... ..... .. * .. ... .
Maryland and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto ..............
.................... C. I T. Y. O.F. . N E.W P.0 R.T. BEACH
...... ...... .................................. as Obligee,
In the sum of-EIGHTEEN THOUSAND AND FORTY-SIX DOLLARS AND NO/100 ($18,046.00) ------
...........................................................................................................
Dollars % 18,046.00- I, lawful money of the United States of America, for the payment whereof, well and truly to
iti be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
SIGNED, sealed with our seals, and dated... �anyary. 3qi..1975
............................
THE CONDITION of the foregoing obligation is such that, whereas the above bounden Principal has entered Into a contract dated
....................................... with said Obligee to do and perform the following work to-wit:
Landscaping at Jamboree Road Police Facility - Contract No. 1514-L
NOW, THEREFORE, it the above-bounden Principal shell well and truly perform, or cause to be performed, each and all of the require-
ments and obligations of said contract to be performed by said Principal, as in said contract set forth, then this bond shall be null and void;
otherwise It shall remain In full force and effect
PLAZA LANDSCAPE, INC.
.............................................................
By
............... ........... ........ .........
lil act p al
UNITED STATES FIDELITY AND GUARANTY COMPANY
Brown, Attorney
Contract 237 (California) (7-62)
ATTORNEY -IN -FACT AFFIDAVIT
-STATE OR COMMONWEALTH OF_______CALIf0RNIA_
COUNTY OR CITY OF_____LQ ANGELES,___________
Before me, a Notary Public, personally came ------- .----- U. -_d ------ ti_KUWN ----------------------- ---------- ------ ------ --
known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a
Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa-
ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order
and authority of said Company's Board of Directors, and that the execution of the attached bond is the
free act and deed of United States Fidelity and Guaranty Company.
30th January 75
Given under my hand and seal this --- ____________________ - _____.day of____ -------- _ -, 19- ____.
0MCIAL SEAL
VIVIftN K GROWN - -- ' — ,
No Notary Public.
��d,�
'My Commission expires :, ,y P "- v
LOS .41Vli E4cS COUNTY
gad. 876 10.69) rjMY Commission Expires March 16, 1975
I
r`
UNITED STATES F9®ELIT- ��R�
o .G� I�TY COMPANY
X
(A Stock ComOany) _
No. 40-0120-3165. -75 $..Incl.. in Perf. Bond`
PUBLIC WORKS
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS:
P LNS,
Thatwe ............LAZA ........A...D....CAPE.........INC. ........................................... ...............................
1620 No. Main St., Orange, Ca. 92667
........... ........................................................... ....... . ........ . ......... ... ....... I ........
.....
as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY, a Corporation organized and existing under the laws of the State of Mary.
land and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto ........................
CITY OF NEWPORT BEACH as Obligee,
...........I. ................... ...............................
In the sum of. NINE.. THOUSAND,.AND..TWENTY- THREE. DOLLARS---,----,----------------------
...............................
Dollars ($9 >023.00--------- ), lawful money of the United States of America, for the payment whereof, well and truly to be made,
we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas the above - bounden Principal has been awarded and has entered
into a contract, dated ................................................... with ....... City of Newport Beach .........
........................................................................................ ...............................
to do and perform the following work, to-wit:
Landscaping at Jamboree Road Police Facility - Contract No. 1514 -L
as will more fully appear in said contract, reference to which is hereby made.
NOW, THEREFORE, if the above - bounden Principal, or... 1,t.5 .......... subcontractors, fail to pay for any materials, provisions,
provender or other supplies, or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be
done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or
labor, the Surety hereon will pay for the same, in an amount not exceeding the sum specified in this Bond. In case suit is brought upon this
Band, Surety will pay a reasonable attorney's fee, to be fixed by the Court. This Bond is executed pursuant to the provisions of Chapter 3
of Division 5, Title 1, Government Code of the State of California, and shall inure to the benefit of any and all persons entitled to file claims
under Section 1192.1 of the Cade of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this
Bond.
30th January 75
Witness our hands and seals this ....... ............................day of......... ............................... 19......
Caetraet 233 (Canfomra) (74M) ^�+
PLAZA LANDSCAPE, INC.
............................ .......` /...................,..
..........................:.. .................Princfpal..... -:
UNITED STATES FIDELITY AND GUARANTY COMPANY
brown , Attorney -In -fact
2.
ATTORNEY -IN -FACT AFFIDAVIT
STATE OR COMMONWEALTH OF_____ CAL IFORN___
IA ________________
ss:
COUNTY OR CITY OF___ 44S__MULl S______________
Before me, a Notary Public, personally came ----- ______0.J_ BROWN --- ------ --- _ ------
_
- - -- ----------------- - -- - - --
known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a
Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa-
ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order
and authority of said Company's Board of Directors, and that the execution of the attached bond is the
free act and deed of United States Fidelity and Guaranty Company.
Given under my han 30th January 75
- . day of-, - - - - 19 ---------
OFFICIAL SEAL i /
VIVIAN K BROWN
'My Commission Commission expires.
878 (
Jod. P67) My Commission Expires March 16, 1975
���
r NAi"-
msl>REO PLAZA LANDSCAPE, INC.
1620 W MAIN ST.
• ORANGE; X11. 92667
CFRrIRCATE
-. fssuEOTG CITY OF NEWPORT BEACH
- C/O CITY CLERK
• 3300 NEWPORT BLVD.
I FICATE
OF
INSURANCE
COMRAGE n N culace IN
1M CdNn ry OrubvAnrA
STOCK INSIIRANR cewr.Y
COMPANY
INDUSTRIAL INDEMNITY COMPANY
P. 0. BOX 2252, TERMINAL ANNEX
HOMEOFFICE LOS ANGELES, CA. 90054
-The-Company designated above has issued coverage effedwe as of the dates aid for the periods and limits specified below
and subjBtYto oll _terms, conditions, provisions, exclusions a nations of the described B nders or Policies whether shown by
endorsemenEO otherwise. Any requirements or provisions in contract or agreemenf34tween the Insured and any other
person, firm �pprxorotion will not be construed as enlarging, altering or amending the definition of insured or any other terms
or conditions a
f 4W
ertifimte or the policy designated.
KIND OF INSURANCE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
.. COMPENSATION
EFF
4 -1 74
STATUTORY COMPENSATION STATEiS) OF a T olenia
DW7O9 -6206
:';
-
WORKMEN'S COMPENSATION
EXP _
EMPLOYER'S LIABILITY— SZ.000,OOO.00 PER OCCURRENCE
,: :'LIABILITY
;,
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY --
'
$ $
AUTOMOBILE
EACH OCCURRENCE AGGREGATE
BODILY ) NJURY LIABILITY-- -
$ $
EXCEPT AUTOMOBILE
EFF
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY - --
pp
$
AUTOMOBILE
EXP
EACH OCCURRENCE AGGREGATE
PROPERTY DAMAGE LIABILITY
EXCEPT AUTOMOBILE
$ $
AUTOMOBILE PHYSICAL DAMAGE
$$!
COMPREHENSIVE
EFF
FIRE. LIGHTNING 8, TRANSPORTATION
$
)
$
THEFT (BROAD FORM)
EXP
COLLISION OR UPSET
'
ACTUAL CASH VALUE LESS. $ DEDUCTIBLE
COMPREHENSIVE, CATASTROPHE
EFF
$ ,000,000 SINGLE LIMIT OF 1TARMTY EACH OCCURRENCE -
ANNUAL AGGREGATE FOR PRODUCTS HAZARD - EXCESS OF UNDER.
LIABILITY
..,-
LYING INSURANCE LISTED IN POLICY NUMBER INDICATED.
EXP
Effective any loss under Automobile Physical Damage Coverage is payable as interests may appear tothe Named Insured and the Lienholder
named below in accordance with Loss Payable Endorsement on reverse side.
LIENHOLDER
4s respeOS the following described automobile(s):
YEAR F TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER
DESCRIPTION AND LOCATION OF OPERATIONS - (This certificate of insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy
described heroin.)
RE: LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY - CONTRACT NO. 1514 -L
This policy shall not be canceled nor reduced in coverage until after (30) days written notice of such
cancellation or reduction in coverage shall have been mailed to this certificate holder.by re§istered mail .
Certified this 30th day of January 19 75.
Voduceir II y], B wn Company % •
S14 ::: #904{ 1pse}._e-
ulalilSized sy{ }a {oo,i+pgo puo a a _
t =r' n,t
'S ®HSDd D tG n
, - � — .
w
>
ay} cap:r -Tw fo Asod 4oa n, o v wawdnd ao:od: 'A> {od ag1 ,ap, sawbq ai , ou n oy o'._ 4 ui3 - .
[� wiol>S, }o uncwo j{rt} flanJ>ar o, ;a a,'a
inq sa; m5as Ia d Yns o o Ploqu T 41 fo.yy6i, ay, i.od,u lays u
u yl y p ; paWIffi)3waa,6o Ay,n>as ,a Ilo :o
atl /afu' ay, }o ,@ySycu; puo wawu6issa j {ry,a ar. -a>a: ,._.. ,,,,, _
cv QUO ;sa,a,.,; ypM. ;cawae,6o AI ,n>asa :.w a6o51,ow a4, uo ar.p
10,6 n::v 9n Pt od5uu8 a -ym. a yl ,apLoy, y �" ,o !ow :o ',yap ay, d: {o:a.o porsq plaq X033! lio aeon: apuul aq iiJis - iAdd y>ns arpgia of A „ad ay; }o SuEBu, yg 7jo'ol palb6cwls -
A 47 oEdl uodna;ay, aq ',uawAod y>ns fa [pg,{1C3:a41 a. {lugs Auotlwm ay, pasixa ,o }aegf A, 1�
qo!i ov 9o:ga4 ,egpro:aump. at oh,:. >S�
tlr r 'aassaj ay, o, so 'loyl uy op { {ogs Pug 111 d:`q>ns ,apun o5uwop vo Ssoj mf l ;ns'Aua.� a , Acd o s.:fiiodwo> a ,anauayry�
eftlEftg.a�l -4 11 4 41 :.
I - '110,S 6ui6utiq }o'puo ;,66.40d {o aw:l
{ puo {csi o:ddn o: du pol a. A >, lnd ayl jo suois }no,d 'ayl of i>aly s aq l os ' '.c:
i
p [saga 'sy1 -1 papino:d so iauuow pup w.o }'u, :o4,
fi. -b:,aw sAUp A.xs uigI0' os oP Ilo4s >ap{ogr,a: j :.} >ns 5. c , puc> A>:lod ay: u, pluu_n 6 aunt a,jj y apun of slip{ pains, a,{, }l{ . .
., - "ea,6a s,yt a>uc> 01'a?!IOU a:lil uo ',y6u ay; a..oq Ilo4s
s, Aunauo> at i I P` na;°i , ,e Pl ouua:, 7 P' n s : o sa,au a 4• "• . -n !pa }a ac ii r s uo t u a>uo y aes
aa&ngayj 'sAop uo, coq, ssa{ ,uu uaym, :aplo{
-uaij ayr A}nou IloysAu udwc> ay, oso> y >ns u{ ;nq vu:a, ey papino;tl sn awq Aun Io U;lod y>nsa3uop'ol r4fiu' ay: san,asoi Auodwo> ayl
,
'P{on :pm {nu aq jloys Aagod yms asi m,ay,n :}oa,au- a n. ayy }o U3284 aql ,oj pIozoy pasoa,>ul goes rc{ wnlwa;d
I "l A_d' vowa' oe'' ousva equa a -I
, 4 P P it PI l 47 Ptrouga,ayl pa;au a4 dogs -' 'A >,od y>ns Ac pa; iw,ad ssalun "Puo iap{_yua{j pros {o a5pa{mnu,l
I ayi..oc.awoo {;oys y>i,ym. p:orou, }q ascal>u! 10 ;o abuu4> Auo }o Aiu ciu. a , A pow > o s as . o ua l a 41 n 4 y
. os:c pap!..a,d
. awns ay), Ayd 'pu,owap uo oys ,aplcy
uaij ay; Ao ;od ans 'O pun an wn�wa,d Auo Ao'd o
4 P P , palEau goys a nab a, ,-O e66a6,ibyy 'aassaj Pyl, asa>, t ,oy; os u r p.r.p,d
p n : {a:a U Fs-n ..,., �a,d Puns.—Oro .cu si awaa4n AO,—)as ,ay,., u ao06 ow
lUs.lnvo { J a.oal ,u ,puq a ,ap n ;;qj ,o uo,SsAsqcd ;c ,ascy>,n6 'io606 1,0W aassaj au l All
as ,
a411cyi a' a•xoy pap n anC a4, {o d > _ : a : a6uoy> Auo Ag ,ov :n.::a6 lGlaiq
- c.ua;rio p u .rsaj. ;i,. {: m a {',o }au,mp 1.So6„0 yy d ss :,:; , >al6au :u A .; r ; q 'C'. liGys ;,a 1 i a n+ oal ;
1110 pa,ru s au o':n is Jn6).9A,'JOPUan InVOU{Ru GJ oy :.l ,udvi u9 y0 ea rs..V .n A " _ _ ,a.{rS io "606 ,nyi ;,F, aA �r ry,oJ
,y o, ss d;u mnsu. s y p -> tuawasvopua s,y }r s .'IV u-nays a,o sa:ppn p,;o t 's
:{re
- aplP ua :; r n..dco lr , a,a.o, eo algo wd.aq,i e.}, A >.�_d ay, }u a6o :n. +na ..e.,u up. s ,V,;d „ygoe,>, -.t: a;{, eapun -h e ., 'ouc.r op,,c ssu I
_ y lS 1NBW3SHOaN3 319VAVd SS01 -
4.
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1514 -L
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
This is to certify that the ATLANTIC INSURANCE COMPANY
Name of Insurance Company)
has issued to PLAZA LANDSCAPE, INC.
Name of Insured
1620 NO. MAIN ST., ORANGE, CA. 92667
(Aaaress of ins
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h(I Marine or Aviation (when applicable).# NONE PROVIDED & NOT APPLICABLE J)
Name of Agency or Broker: 0. J. BROWN COMPANY
Address of Agency or Broker: 2500 WILSHIRE BLVD., #904, LOS ANGELES, CA. 90057
Telephone No. (213)386-1460
Countersigned by: /
Authorized Insuran a Company Representative
0. J. �rown
Effective date of this endorsement: 1 -30 -75 19 Endorsement No. 13
ie
aal)
�e
ja 1
Policy Term
Limits of Liability
Coverage
Policy No.
Each Occurrence
Aggregate
I
(Minimum:
$500,000)
(Minimum:
I$ 500,000 Protecti
i$
1$1,000,000 Products
500,000 Contract
SHOW C
MPLETE INFOR
ATION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From:10 -1 -74
600,000.00 Protecti
Limit Bodily Injury
GA574 93 43
$500,000.00'roducts
or Property Damage
To: 10 -1 -75
$500,000.00
$ 500 .000. OCContract
Each Occurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h(I Marine or Aviation (when applicable).# NONE PROVIDED & NOT APPLICABLE J)
Name of Agency or Broker: 0. J. BROWN COMPANY
Address of Agency or Broker: 2500 WILSHIRE BLVD., #904, LOS ANGELES, CA. 90057
Telephone No. (213)386-1460
Countersigned by: /
Authorized Insuran a Company Representative
0. J. �rown
Effective date of this endorsement: 1 -30 -75 19 Endorsement No. 13
ie
aal)
�e
ja 1
0 0
February 20, 1975
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
Attached are four copies of the subject contract documents.
Please have them executed on behalf of the City, retain your copy and
the insurance certificates, and return the remaining copies to this
department.
On this particular contract the bidder submitted a cashier's
check with his bid instead of the usual bidders bond. Will you please
return the check either to the bidder or to me since the contract is
covered by the attached insurance certificates.
Kenneth L. Perry
Asst. City Engineer
KLP:h
Attachments
4
.00
o J
-0
13,7716 -o
26,,:.6
z. C,
e
Wt'--20897. U0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
CONTRACT NO. 1514 -L
Approved by the City Council
this 25thday of November
1974.
LL ugios, niq -17 rk
SUBMITTED BY:
Plaza Landscape, Inc.
Contractor
1620 N. Main St.
Address
Orange, Ca. 92667
City Zip
714- 637 -7420
one
$20,897.00
Total Bid Price Items 1 thru 21
PRIof5
• CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
LANDSCAPING AT JAMBOREE ROAD POLICE FACILITY
PROPOSAL
CONTRACT NO. 1514 -L
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 location of the proposed work,
that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard
Specifications, Standard Drawings, the Irrigation System Specifications, and the Landscape
Planting Specifications; 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. 1514 -L in strict conformance with the plans identified as City
of Newport Beach Drawing No. B- 5036 -S (consisting of 4 sheets), the Special Provisions,
the Standard Specifications, the Standard Drawings, the Irrigation System Specifications,
and the Landscape Planting Specifications; and that he will take in full payment for the
work the following unit prices for each item of work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
A. BASE BID (ITEMS 1 THROUGH 16 INCLUSIVE
1. Lump Sum Construct irrigation system complete
in place for the lump sum price of:
Ten thousand ✓' Dollars
and
No Cents
Lump Sum
2. Lump Sum Alta- Meadow Fescue turf, furnish
and plant, for the lump sum price of:
Four hundred Dollars
and
No Cents
ump Sum
Lump Sum Myoporum Parvifolium, furnish and
plant for the lump sum price of:
$ $ 10.000.00
$ $ 400.00
Nine hundred thirty -six Dollars
and
No Cents $ $ g-�6.00 V
Lump Sum
• • PR 2 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Algerian Ivy, furnish and plant, for
the lump sum price of:
5:
21
7
91
a
One hundred fifty —six Dollars
and
No Cents $ $ 156.00 Li
Lump Sum
17,Each White Alders, 15 gallon size,
furnish and plant, for the unit
price of:
Fifty Dollars
and
No Cents $ 90_00-j$ 850.00
Each
16 Each Carrotwood trees, 15 gallon size,
furnish and plant, for the unit
price of:
Fifty Dollars
and
No Cents
Each
5 Each Lemon- Scented gum trees, 5 gallon
size, furnish and plant, for the
unit price of:
$ 50.00 �$ 800.00 l/
Dollars
and
Cents $ 10.00L� $ 50.00
23 Each Lemon- Scented gum trees, 15 gallon
size, furnish and plant, for the
unit price of:
Fifty ✓ Dollars
and
No Cents
Each
1 Each Florida fig tree, 36" box size,
furnish and plant, for the unit
price of:
Five hundred fifty Dollars
and
Nn Cents
$__5_0_. 00 $ 1,150.00 v
V
v
• • PR3of5
ITEM ' QUANTITY ITEM DESCRIPTION UNIT TOTAL
-NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 10 Each California Sycamore trees, 15 gallon
size, furnish and plant, for the unit
price of:
Fifty Dollars ✓
and
No Cents $ 50.00 500.00
Each
11. 2 Each California Sycamore trees, 24"
box size, furnish and plant, for
the unit price of:
One hundred eighty Dollars
and
No Cents
Each
12. 34 Each Escallonia shrubs, furnish and
plant, for the unit price of:
Ten. Dollars
and
No Cents
Each
13. 108 Each Texas Privet shrubs, 5 gallon
size, furnish and plant, for the
unit price of:
Ten Dollars
and
No Cents
Each
14. 34 Each Boston Ivy vines, 1 gallon size,
furnish and plant, for the unit
price of:
Three Dollars
and
fifty Cents
ch
Ea
15. 24 Each Photinia shrubs, 5 gallon size,
furnish and plant, for the unit
price of:
$180.00 �$ 36o.00�
Ten Dollars
and
No Cents
Each
$ 10.00 $ X40.00
l � ,
$ 10.00 $1,o80.00
V
$ x.50 $ 119.00
a II
• • PR4of5
I
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 515 Linear Feet Redwood Header, 2 x 6, furnish
and install, for the unit price
of:
One Dollars
and
No Cents $ 1.00 $ 515.00
Per Linear Foot
TOTAL PRICE OF BASE BID WRITTEN IN WORDS (BASE BID - ITEMS 1 THROUGH 16 INCLUSIVE). /
V
Eighteen thousand forty -six Dollars
and
No Cents $ 18.046.00
B. ADDITIVE BID ITI
17. Lump Sum
18. Lump Sum
Construct irrigation system complete
in place, for the lump sum price of:
Two thousand
No
Algerian Ivy, furnish and plant,
for the lump sum price of:
Two hundred
No
Dollars
and
Cents
Dollars
and
Cents
19. Lump Sum Alta- Meadow Fescue turf, furnish
and plant, for the lump sum price of:
Two hundred Dollars
and
No Cents
20. 22 Each Bush Blue Gum trees, 5 gallon size,
furnish and plant for the unit price
of:
Ten Dollars
and
No Cents
Each
k1:7�:1
1%
$ 2,000.00
$ $ 200.00
�i
$ $ 200.00
ti ='
• • PR5of5
ITEM• QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
21. 66 Each Dwarf Natal Plum shrubs, 1 gallon
size, furnish and plant for the
unit price of:
Three Dollars
and
Fifty Cents $ 3,50 $ 281.00
Each
TOTAL PRICE OF ADDITIVE BID ITEMS WRITTEN IN WORDS (ITEMS 17 THROUGH 21 INCLUSIVE)
Two thnrn¢ and Pight hundred fifty —nnP Dollars
and L� V
nrn Cents $ 2,851.00
TOTAL PRICE OF BASE BID PLUS ADDITIVE BID ITEMS WRITTEN IN WORDS (ITEMS 1 THROUGH 21
V INCLUSIVE)
Twenty thousand eight hundred ninety -seven Dollars
and
No Cents $ 20,897.00
1/6/75
Date
CONTRACTOR'S LICENSE N0. 258108
Plaza Landscape. Inc.
(Bidder's Name)
(Authorized Signature)
JL
TELEPHONE NO. 714 -687 -7420
CONTRACTOR'S ADDRESS 1620 N. Main St., Orange, Ca. 92667
a
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
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 under-
signed 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. 258108 Classification C -27
Accompanying this proposal is Cashiers check
(Cash, Certified Check, as er s Check or on
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
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.
714- 637 -7420
Phone Number
1/6/75
Date
Plaza Landscape. Inc.
Bidder's Name
r ze
�
gnature '
Authorized Sitgnature
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 co- partnership:
President Phillin W. RJ UIC -
Vice President Ralph Ambrose
Secretary- Treasurer Evelyn L. Fields
Manager Ralph Ambrose
DESIGNATION OF SUBCONTRACTORS
0
Page 3
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
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
Address
n i er s Name
u)
AuthorVzed Sig ture
Corporation _
Type of rganization-
(Individual, Co- partnership.or-,Co . )
1620 N. Main St.
Or , Ca. 92667
ress
0 0
Q
m
Page 5
NON -COL 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 agree-
ment 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 arrangement or agree-
ment 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 contractor 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 agreement 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.
Plaza Landscape. Inc. .
Phillip W. n elds '
President
Subscribed and sworn to before me Evelyn ells
Secre ta_ry —Traa ai �rar
this 6th day of January
19_x_.
My commission expires:
Notary Public
OFF171A.L SEAL
C11 =AYL ANN MacKAY
CRA 1 -E COL`:'I
MY Commission Expires Nov. 29, 1975
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
See statement attached.
Also, the following may be contacted regarding our financial
status:
United California Bank William Jacoby
423 W. Broadway 714- 776 -0770
Anaheim, Ca. 92805
U. S. Fidelity & Guaranty Co. John Basmajian
2600 E. Nutwood Ave. 714- 871 -3300
Fullerton, Ca. 92631
(our bonding company)
0. J. Brown Company 0. J. Brown
2500 Wilshire Blvd. 213 -386 -1460
Los Angeles, Ca. 90057
(our insurance company)
I
"I
`> ,
a
�II
�f
u
c,
V
{n:
PI
r
�i
� 1
H ,
r1
Mi
�1
�i
1
r1
�AAI
N�
11111/11 Ll1Nh',L1AI'1 , Mt.. 0
(Calilornia Branch)
BALANCE SHEET
SEPTEMBER 30 1')711
Iinl,ulll.�:
in;h un hand and in hand.
Certificates of deposit
Marketable securities
Receivables
Trade
Tropical Plaza Nursery
Employees
Note
Other
Work in process
Prepaid expenses
Total Current Assets
Property and Equipment
Automobiles and trucks
Machinery and trucks
Office equipment
Storage building
Less — accumulated depreciotion
Other Assets
Deposits
Total Assets
$188,880.18
92,294.50
590.00
2,000.00
10,000.00
LIABILITIES AND SHAREHOLDERS' EQUITY
Current Liabilities
Accounts payable
Advances from Plaza Landscape, Inc. (Florida Branch)
Advances from Plaza Landscape, Inc. (Tampa Branch)
Advances from stockholder
Equipment contracts
Payroll taxes and accrued expenses
Accrued salaries and wages
Federal and State income tax payable (Note)
Billings on incomplete contract':
Total Current Liabilities
Shareholders' Equity
Capital stock
Authorized, 2,500 �,hnre,, rn, par v;iiiw;
Issued and oul:,llnxlimi, 110 ,ha1,•,
Retained earnings
Total Liabilitic,, and Shareholders' Equity
IINANnI I 1 0
81,044.10
59,595.50
10,725.46
2.000.00
153,365.06
110,569.09
$ 2,100.00
293,995.72
$ 90,809.39
300,000.00
9,123.00
293,764.68
613,986.23
4,057.60
1,311,740.90
42,795.97
9,262.76
S I .363_799.63
$ 74,109.78
32,166.65
25,000.00
800.95
2,747.20
2,200.34
5,353.20
204,886.34
720,439.45
1,067,703.91
296,095.72
$1_,363.799.63
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
leted
treet
Pe rs
Irvine Ca 92664 —_
1974 Standard Pacific Corp_ naves rangrnig 714_54F_1,i;,
1565 W. MacArthur Blvd. I1� V/
Costa Mesa a 92626 Tnt'1>='u.yg Fba-
• 74 Crow Pacific DevPInj)mert Cnrp . ...- 0054
4320 Campus Dr., Suite 180
Newport • • ••1
17
4500 Campus, Suite 412
Newport Beach Ca 9 2660
3501 S. Harbor Blvd.
Santa Ana Ca.- 92704
1974 National Mills Associates Bernard. Solomon 913_4P6_i3Rg
3140 East Willow
Long Beach, Ca. 90806
•
RESOLUTION NO. R 42 :?
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT IN CONNECTION
WITH LANDSCAPING SERVICES AT THE JAMBOREE ROAD
POLICE FACILITY, CONTRACT 1514 -L
WHEREAS, pursuant to the notice inviting bids for
landscaping services at the Jamboree Road Police Facility, in
accordance with the plans and specifications heretofore adopted,
bids were received on the 6th day of January, 1975, and publicly
opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefore is Plaza Landscape, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Plaza Landscape, Inc.,
for the work in the amount of $18,046.00 be accepted, and that
the contract for the described work be awarded to said bidder;
BE IT FURTHER, RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 27th day of January , 1975.
Mayor
ATTEST:
City Clerk
DDO /bc
1/24/75