Loading...
HomeMy WebLinkAboutC-1555 - Irrigation System and Landscaping at San Joaquin Hills ParkSubjwt i Sw%► Tto t/ OMPMY NO. I NO 6M fteiloct i UvIgation Byston end - taidocipW at Son . , Joaquin RLIlo Pa* Contrwt No. f- ISSS -tK Oho City OwboU on Nbnwzy Us 1274 acoW ood to wwk of subject project and aut1wind:dve City. Clo* to file a NOtics of Completion and to release tb% bonds 85 days after Notice of Coupletion has been filed. Notion of Couplation was filed with the Onings Owinty Room-der an Tabnmy 149 1974 in Book 11075 P*4p IMS. Please rA*ify yaw surety am%=Y that bonds may be rolanewd 36 4W after recowding daft. laonga Logics, CMC City Mark LL.*mk M,1107T�� 0 �171117- �-U, J RECORDING REQUESTED BY AND MAIL TO 1,0050 9K 11075PC 1868 City of Newport Beach 4 Iaura Iagios, City Clerk FREE 3300 Newport Blvd. C8 Newport Beach, CA 92660 NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. FEB 14 1974 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 26, 1973 the Public Works project consisting of Irrigation System and Landscaping at San Joaquin Hills Park on which Rnhla Tanrlara_p_i ral ,ng Spir•p was the contractor, and The Home Indemnity Company was the surety, was completed. V ERIFICATXON I, the undersigned, say: CITY OF NEWPORT BEACH mg orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 13, 1974 at Newport Beach, California. I, the undersigned I am the City Clerk of the City of Newport Beach; the City Council of said City on rph;.,,,a32y 11, 1974 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 February 13, 1974 at Newport Beach, California. i X' � w a 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Date: EWMI ry 13. 1974 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 Irrigation 3"tem and LsndecapinA at San Joaquin Hills Park Contract No. 1555 on which Bob's Landscaping Service was the Contractor and Mie How Indunity ConVany was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. LI TO: Public Works Department FROM: City Clerk SUBJECT: Contract No, Project IT; 66- a 07" 0 mt® aid IafdsoVdzig at San Attached is signed copy of subject contract for transmittal to the contractor. Contractor: mil$ Iendegfdbw Address: 18781 Waft, Salta Am Amount: $ 1118905_19 Effective Date: 10 -1 -73 Resolution No. 8093 Laura Lagios LL:dg Att. cc: Finance Department [� TO: CITY CLERK FROM: Public Works Department SUBJECT: CONSTRUCTION OF IRRMTION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK - CONTRACT'NO. 1555 Attached are two copies of-the subject contract documents. Please have executed on behalf of the City, rI04in your copy and the insurance certifi- cates, and return the remaining copy to our department. Kenneth L. Perry Project Engineer `17 hh Att. i f�. � w: i ' :r. CITY CLERK CONTRACT NO. 1555 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK Approved by the City Council this 13th day of August 1973. Laura Lagios, City C-04=2t� rc SUBMITTED BY: ContBOB'S LANDSCAPING SERVICE ractor 16761 Construction Way West r -es s Santa Ana, California 92705 City Zip Code 546 -8071 Phone $10,905.33 Total Bid Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK PROPOSAL CONTRACT NO. 1555 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Gentlemen: PR of The undersigned declares that he has carefully examined the location of the proposed work; that he has examined the Plans, Special Provisions, Standard Special Provisions, Standard Specifications and Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to construct the improvements in strict conformance with the Plans identified as City of Newport Beach Drawing No. P- 5059 -S (consisting of 2 sheets), the Special Provisions, the Standard Special Provisions, the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each completed unit of work, to wit: Lump Sum Lump Sum SCHEDULE OF WORK ITEMS IN Construct sprinkler system complete in place, for the lump sum price of: Six Thousand Forty -Five Dollars and No Cents $ - $ 6045.00 Lump Sum Plant TIF Green hybrid Bermuda Lawn per the plans for the lump sum price of One Thousand Eight Hundred Ninety- Dollars 'right and Ei gjy two Cents Lump Sum 3. Lump Sum Plant Trailing African Daisies per the plans for the lump sum price of: :a One Thousand Six Hundred Eighty- Dollars Nine and Fi fty two Cents $ .196 $ 1689.52 Lump Sum .. _.c-1s ,.�_.� ' +."x"+�^i+..iwrwtvwv.::r x "eT..�..- -.YSa� � +ncs�.. •.. _.. — .z.-T: :a PR2of3 ITEM QUARTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Plant Hahn's Ivy per the plans for the lump sum price of: Sixty -Nine Dollars and Seventy -five Cents rump sum 5. Lump Sum Plant Mondo Grass per the plans for the lump sum price of One Hundred Nine Dollars and Four Cents Lump Sum 6. 1 Each Furnish and plant 24" box Carrotwood tree, multi- trunk, for the unit price of: One Hundred Sixty Dollars and No Cents Each 7. 7 Each Furnish and plant 15 gallon size Canary Island Pine trees for the unit price of: 8. 6 Each 9. 25 Each 186 t 69.75 $ .376 $ 109.04 $ 160.00 $ 160.00 Two Hundred Sixty Dollars and Seventy Five Cents $ 37.25 Each Furnish and plant 15 gallon size Rustyleaf Fig trees for the unit price of: Two Hundred Twenty -Three Dollars and Fifty Cents Eac Furnish and plant 1 gallon size Oregon Grapes for the unit price of: 260.75 $ 37.25 $ 223.50 Sixty -Two Dollars and Fifty Cents $ 2.50 $ 62.50 R g PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 38 Each Furnish and plant 5 gallon size Zylosma Congestum for the unit price of: Two Hundred Forty -Eight Dollars and Ninely Cents $ 6_55 $ 9ASt_gn ac 11. 6 Each Furnish and plant 5 gallon size bronze New Zealand Flax for the unit price of: Thirty -Nine Dollars and Thirty Cents $ 6.55 $ 39.30 Each 12. 3 Each Furnish and plant 5 gallon size green New Zealand Flax for the unit price of: Nineteen Dollars and Sixt -Five Cents $ 6.55 $ 19.65 Lay 13. 12 Each Furnish and plant 5 gallon size Fruitland Silverberry for the unit price of Seventy -Eight Dollars and Sixty Cents $ 6.55 $ 78,60 Each TOTAL PRICE WRITTEN IN WORDS: Ten Thousand Nine Hundred Five Dollars and Thirty -Three Cents $ 10,905.33 BOB'S LANDSCAPING SERVICE September 4, 1973 (Bidder's Name Date S/ Richard Alan Kay TA-515-orized Signature CONTRACTOR'S LICENSE NO. 200457 TELEPHONE NUMBER 546 -8071 CONTRACTOR'S ADDRESS 16761 Construction Way West Santa Ana �, • _ , �� . x y.. Pam'"= -�"c�. • • Page 1a The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern Ca i ornia 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 $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 7718 adopted June 12, 1972. 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 6 -12 -72 :: :� .„ . , ;:. . y '. 3� .- °.'� % -'< fi -�x "':_ _.. -.'� "mow.. ' 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 o iss o,'.3 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. 200457 Classification C27 & "A ". Accompanying this proposal is Bid Bond Cash, Certified Check, Cashier's Check or Bond 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.' 546 =8071 Phone Number 9/4/73 Date BOB'S LANDSCAPING SERVICE .Bidder's Name (SEAL) S/ Richard Alan Kay Authorized Signature Authorized rized Signature Individual 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: Mr. Robert J. Kaplanek (Owner) I WOM The undersigned wtifies that hei, has used,-the SubAb steadi.conir tors .-jn-'"ki'n§ Up Ms -bid, I And. hat _tlwS4lb_ w. ►thdach 'k wi 11 be _Used for. tfi� work for which -the Wt. suibjet'Vitol] Eity Engineer, rx a hd i ac 6 rdance.wfth'tk -t J. of tie ifi citil go MAY be- made Ai:'theca . S. C _.Spe'c `the prior approval of the Engineer, Item :of Work co ntftttor A ST TT .3. 4 7. V. ITT 9 777 WIS: Miff OwIft 'A WOMB Vk%ure. I A rtne r h p i i or Corp) 16761 1.... .7 'i .. �'3 7 <7 THE HOME INDEMNITY COMPANY _ Surety _ a + That we, Bob's Landscaping Service ;.as Principal, and... The Home Indemnity Company. a New Hampshire Co oration ty ' rP , as Sure ,: are held ' and firmly bound unto the City.of Newport. Beach; California,;in the sum o f One Thousands Fiver Hundred and nol100.- - -_ - -- ..Dollars ($.1500.9D .. ' ), lawful mom eY of the United , :States for the payment of which sum well and truly to be made, we bind ourselves, Jointly and.severally, firmly by these presents. THE CONDITION OF THE FOREGOING- 09LIGATION IS SUCH That if the proposal of the above bounden -. principal for .the construction of ' Irrigation:System and Landscaping at San Joaquin Nills Parke - Contract No...:1555 . -a in the City of.Newport :Beach, is accepted by the City Council:of said City, and if.the i above bounden principal shall duly enter into and execute a,contract.for such construe tion and shall execute and deliver the two (2)-bonds described in `the "N.otice Inviting Bids" within ten (10) days ,(not including Saturday., Sunday and.Federal Holid,ays) from the date of the .mailing of a notice to the above bounden pri,nci.pal . by and from,'sa,iii`.City of Newport Beach that said ;contract is ready for execution, then, this obligation shall became null and void ;:otherwise it be and remain in full force and effect,;and the amount specified herein shall be forfeited to the said.City: _ In the event that any principal above named executed this bond as an'individual, it is agreed that the death of any such principal shall not exonerate,..the.surety from its obligations under this bond. :IN WITNESS WHEREOF, we hereunto set our hands and seals: this 4 day of. Septeiiber 19 73 . Corporate.Seal (If Corporation) BOB 'S.LANDSCARIN6 SERVICE r nc�pa SJ Rabert J Kaplanek (Attach.acknowledgemeht.of . . Attorney -in -Fact) _ THE HOME INDEMNITY COMPANY _ Surety _ a 0 torn on. Ictly or ,r, or wl affiants any sum .bi rea. pa .n" a ,I avit. . �. 1- : dr- i ' .. �R.O �. _ W&W. MAI" 1972- City: of Costa Masa Mr. - John Sealers. :,:' 834- 5402 3 Jobs Med•-an .Islands 2 Parks `(General Contractor) 1973 City of Fullerton: Sam Ford 5257171 Park Project 1972 & The Irvine Company 'Mr: John. Webb.. 644 -31-08 various Jabs:Cammercial, .. Mr. 6eorge:Parker 833 -101U ParWays "(Newport.8each) Big Canyon" etc: S/ Richard,Alan:.:Ka4y.. _�A - T P Page ,7 TECHHICAL`ARILITY A AND €XPERI €NCE REFER€kES The undersigned submits herewith a statement of the work f " to .that proposed herein which he has performed a and s "similer c Year _ _ Completed F For Whom Performed (Detail) P Person tyCofitact Telephone ft 1969 C City 'of 'Garden Grove M Mr: G Gene Miller 638 -711 '•Median". Islands" . .. . .: .��% :• .ecx �. _.i n rs-- as -swmei r.. ......nom_ _..w�� .. __'D. ":. .,ar..:a:`�.u'xi .. ...:....�._ ,an _ _ ,�.a_s �. e _ • Page 8 LABOR AND MATERIAL BOND NB 629968 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted Septc >suhr 10, 1 1,173 has awarded to Bp's Landsczp ina SCrvice hereinafter designated as the "Principal ", a contract for Ccn- itr --ctim of Irrigation SysZ;s a;:d i.,Wv -15 1^ ; >inq at San Joaquin lulls Park - Crntract 1555 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 Bob's Landscaping Service as Principal, hereinafter designated as the Contractor and THE HOME INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Five Thousand Four Hundred Fifty -Two & 66 /1O81lars ($5,452.66----- - - - - -- ) 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. 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 18th day of September 19 73 . Bob's Landscaping Service (Seal) We i (Seal) ontractor THE HOME INDEMNITY COMPANY (Seal) BY: /,/ /(/�ff&,-e _ (Seal ) e ed as o ss F i ty Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ate Attest: City Clerk (Seal) .SURETY ACKNOWLEDGEMENT . STATE OF California SS: COUNTY OF Los Angeles On this 18th da of IS tan ber in the year 19 73 , before me personally came T.L. Wa73a�e to me known, who being by me duly sworn, did depose and say that he resides in Los Angeles ; that he is the attorney -in -fact of THE HOME INDEMNITY COMPANY and /or THE HOME INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of- tite-Bvord-d"Irectors of said corporation, and that he signed his name thereto by like order. OFFICIAL SEAL NOTARY PUBLIC STAMP LIIWA , NOTARY PJELIC- CALIFORNIA ,_e,Q_.(I 'e. PRINCIPAL OFFI ^_E IN ..t a._l LOS ANCcLES COUNTY /_� /_ /__(\ '': - %, ,.` Lin) r Truiillo /NOTARY PUBLIC INDIVIDUAL — PRINCIPAL STATE OF SS: COUNTY OF On this day of ally came and appeared he strument and duly acknowledged to me that ARV 19 , before me, the undersigned person - to me personally known and known to me to the individual described in and who executed the foregoing in- executed the same. NOTARY PUBLIC CORPORATION — PRINCIPAL STATE OF SS: COUNTY OF On this day of , 19 before me came to me known, who, being by me duly sworn, did depose and say that he resides at that he is of the corporation described in and which executed the foregoing instrument as principal; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC PARTNERSHIP — PRINCIPAL STATE OF SS: COUNTY OF On this day of , 19 , before me personally came to me personally known, and known to me to be a member of the firm of and known to me to be the individual described in and who executed the foregoing instrument in the firm name of and he duly acknowledged to me that he executed the some for the uses and purposes therein mentioned. NOTARY PUBLIC ST NOTARY PUBLIC .21419 (P) NOTARIAL ACKNOWLEDGEMENT FORM e CERTIFIED COPY POWER OF ATTORNEY FROM THE HOME INDEMNITY COMPANY Manchester, New Hampshire KNOW ALL MEN BY THESE PRESENTS: That THE HOME INDEMNITY COMPANY, a corporation orga- nized and existing under the laws of the State of New Hampshire, with Principal Officein the City of Manchester, in the County of Hillsboro, in the State of New Hampshire pursuant to the provisions of its by -laws, which were adopted by the Directors of the said Company on November 9, 1972, to be effective January 1, 1973, and amended by the Directors of the said Company at a Meeting held on January 8, 1973 to wit: Article VIII, Section 2 as follows: The President or any Vice President, acting with any Secretary or Assistant Secretary may appoint by written power of attorney, for purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more Attorneys -in -Fact, and at any time may remove any such Attorney -in -Fact and revoke the power and authority given to him. The signatures of such officers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. All bonds and undertakings, recognizances, contracts of indemnity and all other writings obligatory in the nature thereof, shall be signed by either the President, any Vice President, or Attorney -in -Fact and shall have the seal of the Corporation affixed thereto. The President and all Vice Presidents shall each have authority to sign such instruments, the Vice Presidents to have such authority whether the President be absent or incapacitated or not, and all Secretaries and Assistant Secretaries shall each have authority to seal and attest such instruments. does hereby nominate, constitute and appoint T. L. TIALTACF, of LOS ANGELES, CALTFORP'TA its true and lawful agent and attorney in fact with authority to make, execute and deliver, for and on its behalf, as surety, and as its act and deed, any and all bonds and undertalcin;s, or consents of surety. or consents of surety And the execution of such bonds or undertakings/ in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they were dully executed by the regularly elected officers of said Company. IN WITNESS WHEREOF THE 1 HOME INDEMNITY COMPANY has caused these presents to be signed by its Vice President, and its;&retaTy, and its corporate seal to be hereto affixed this 7th day of FEBRUARY 1973 (Corporate Seal) (Signed) Attest ev,E INpF r' /'' �` NAT. .,(. �ZL£G,C �/o f m%, ASS t t Secretary. f\� HOME ''s \N, x�^ coMPI,Ny STATE OF NEW YORK, COUNTY OF NEW YORK.} ss.: Vice Preside On this 7th day of VEB ^VARY 1973 , before the subscriber, a Notary Public of the State of New York, duly commissioned and qualified, came A. D. TT1O "TSONT Vice President and ^'j q:d!' P $ ??G ERT nsS t I. Secretary of THE HOME INDEMNITY COMPANY, tome personally known to be the individuals and officers described in, and who executed the pre- ceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, andthat Article VIII, Section 2 of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my 'Official Seal at the City of New York the day and year first above written. Mui?i tl E L: NOTARY VUOJJ. State ul ;;.:; Yari No. 24 3/GiC60. t<tu;a. i:? K.a;ti /// Ceriitirto Ides; m ,'!,_:: Y:.7 -Ii �/ /t' LLC./ !r I A/J/✓/ (Notarial „Seal) ;,,r,, p;7 1713 (� No ry Public STATE OF NEW YORK, COUNTY OF NEW YORK, ss.: 1, FP.ANrr E. EKQTXRT Ass t t , Secretary of THE HOME INDEMNITY COMPANY, do hereby certify that the foregoing is a just, true, correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney(s) in Fact set forth therein, who executed the bond to which this Certificate is attached, is in full force and effect as of this date. Given ender my hand and the seal of the Company, at New York, New York, this 18th day of 'At 'no JC bCILLUCi” 1 HOME �,���•ch�� N.x ssistant_ Secretary, 4 Al Yel OI ens • Page 10 PERFORMANCE BOND NB 629968 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted __ Septe -bor 10, 1 ^7' has awarded to Cob's Landscaiins Sorvicc hereinafter designated as the "Principal ", a contract for Ccr,strLctiva of lrrigaticn System and Landscaping at San Joaquin Hills Park - Cositract 1555 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, Bob's Landscaping Service as Principal, hereinafter designated as the "Contractor ", and THE HOME INDEMNITY COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Ten Thousand Nine Hundred Five and 33 /100 -- Dollars ($ 10,905.33- - - - -), 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. (Performance Bond - Continued) Page 11 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 18th day of September , 19 73. Bob's Landscaping Service _(Seal) � )., L�C� (Seal ) (Seal) Contractor THE HOME INDIPMITY COMPANY (Seal) BY: ` (Seal ) T.L iallace Attorney -In -Fact (Seal) A roved as to form: R ss .E ity Attorney SURETY ACKNOWLEDGEMENT STATE OF California SS: COUNTY OF Los Angeles 18th ay of September 73 On this � in the year 19 ,before me personally came T.L. aa1 ace to me known, who being by me duly sworn, did depose and say that he resides in Los Angeles ;that he is the attorney -in -fact of THE HOME INDEMNITY COMPANY and /or THE HOME INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by vtder o[,,.the..Boardsf- Directors of said corporation, and that he signed his name thereto by like order. OFFICIAL SEAL NOTARY PUBLIC STAMP L� LINDA C. TRUJILLO NIA � NOTARY ?uBLIC- CAi.iFOR `r�1 PRINCIPAL OFF[ IN 'r:.. LOS ANCcLES COUNTY / 1110 NOTARY PUBLIC INDIVIDUAL — PRINCIPAL STATE OF SS: COUNTY OF On this day of ally came and appeared be strument and duly acknowledged to me that 19 , before me, the undersigned person - to me personally known and known to me to the individual described in and who executed the foregoing in- executed the some. NOTARY PUBLIC CORPORATION — PRINCIPAL STATE OF SS: COUNTY OF On this day of , 19 before me came to me known, who, being by me duly sworn, did depose and say that he resides at that he is of the corporation described in and which executed the foregoing instrument as principal; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC PARTNERSHIP —PRINCIPAL STATE OF SS: COUNTY OF On this day of 19 , before me personally came to me personally known, and known to me to be a member of the firm of and known to me to be the individual described in and who executed the foregoing instrument in the firm name of and he duly acknowledged to me that he executed the same for the uses and purposes therein mentioned rc•� NOTARY PUBLIC H21II9(F) NOTARIAL ACKNOWLEDGEMENT FORM i CERTIFIED COPY POWER OF ATTORNEY FROM • THE HOME INDEMNITY COMPANY Manchester, New Hampshire KNOW ALL MEN BY THESE PRESENTS: That THE HOME INDEMNITY COMPANY, a corporation orga- nizedand existing undetthe laws of the State of New Hampshire,with Principal Officein the City of Manchester, in the County of Hillsboro, in the State of New Hampshire pursuant to the provisions of its by -laws, which were adopted by the Directors of the said Company on November 9, 1972, to be effective January 1, 1973, and amended by the Directors of the said Company at a Meeting held on January 8, 1973 to wit: Article VIII, Section 2 as follows: The President or any Vice President, acting with any Secretary or Assistant Secretary may appoint by written power of attorney, for purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more Attorneys -in -Fact, and at any time may remove any such Attorney -in -Fact and revoke the power and authority given to him. The signatures of such officers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. All bonds and undertakings, recognizances, contracts of indemnity and all other writings obligatory in the nature thereof, shall be signed by either the President, any Vice President, or Attorney -in -Fact and shall have the seal of the Corporation affixed thereto. The President and all Vice Presidents shall each have authority to sign such instruments, the Vice Presidents to have such authority whether the President be absent or incapacitated or not, and all Secretaries and Assistant Secretaries shall each have authority to seal and attest such instruments. does hereby nominate, constitute and appoint T. L. HALWCE of LOS Ar!. ^,,PLES, CALI?OPITT.A its true and lawful agent and attorney in fact with authority to make, execute and deliver, for and on its behalf, as surety, and as its act and deed, any and all bonds and undertalrinus, or consents of surety. or consents of surety And the execution of such bonds or undertakingW in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they were dully executed by the regularly elected officers of said Company. IN WITNESS WHEREOF THE HOME INDEMNITY COMPANY has caused these presents to be signed by its Vice President, and its ¢egretalty, and its corporate seal to be hereto affixed this 7th day of FER^UARY 1973 (Corporate Seal) (Signed) Attest = eePA re�3y As r J" S t ,Secretary. I`\U HOME �j" eoMPANy STATE OF NEW YORK, COUNTY OF NEW YORK. as.: (v9vw Vice Preside On this 7th day of L'ER711ARY 1973 , before the subscriber, a Notary Public of the State of New York, duly commissioned and qualified, came A. D. T110ITSON Vice President and P ^A'!Y E, EN(U,EFT ASS r t Secretary of THE HOME INDEMNITY COMPANY, tome personally known to be the in ividuais and officers described in, and who executed the pre- ceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, andthat Article VIII, Section 2 of the By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of New York the day and year first above written. NOTARY Pupm' St21e of ib_:: York No. 24.340010. peal, /f�� Certificate eak) G..<:/ G/' !�J /� "I'4l/ (Notarial „Seal) ., . 'P 1? ?3 No dry Public STATE OF NEW YORK, COUNTY OF NEW YORK, ss.: I, FPAM' L. iiNrLPPT Ass r t , Secretary of THE HOME INDEMNITY COMPANY, do hereby certify that the foregoing is a just, true, correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of the Artorney(s) in Fact set forth therein, who executed the bond to which this Certificate is attached, is in full force and effect as of this date. Given under my hand and the seal of the Company, at New York, New York, this 18th day Of y,c ,n0 - mDer'. -1.1111 µAr' HOME „.H as - is tan Se c re vary. H4600(011/73 CONTRACT THIS AGREEMENT, made and,entered into this /57 day, of. &67- by and between the CITY OF"NEWPORT BEACH, California, hereipafter. designated. as,the City, party of the first part, and Bob's Landscaping Service hereinafter designated as the Contractor, party.of the second.-part. _ WITNESSETH- That the parties here-to do mutually agree as follows: 1.. For and in consideration of the payments and agreements hereinafter mentioned T to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for -the construction of Irrigation System and Landscaping at San Joaquin Hills Park - Contract'No.,1555 ` 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 Agreemek.and the said Plans and Specifications. 4 2. For furnishing all- said materia -Is and labor,.tools and equipment, and doing: ail the work contemplated and embraced in this Agreement, also for all loss and damage Y 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- "risks L ti on of the work until its acceptance by the City, and for all -of every description, connected.with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of word.. except such as in said,Specifications are expressly ... stipulated tor-be borne by the Cityr - 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'GOntractor shall.receive,ip , fuli 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, namedA n.the bidding Sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to emptoy..and does.hereby employ the said-,Contractor to provide.the materials and .to dq.the work. - according to. the terms and conditions herein contained and referred to, for the price - aforesaid, and hereby contracts to pay the same"at the time, in the manner, and upon . the conditions set, forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns,, do.hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal,, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and. — Specifications, are hereby incorporated in. and made part of this Agreement. . .�.- _ _._ . �_.�e..�,� - ... w ...� --� 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. SiaE! 1%sitdOR lI4 � ., By: Title rjrm solvi2m x'908 ti'D�Siti ail gwbg ao:7 efts-, • SP 1 of 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK CONTRACT NO. 1555 I. SCOPE OF WORK The work to be done under this contract consists of the construction of a manually controlled irrigation system for the area adjacent to the Bowling Greens at San Joaquin Hills Park; and the furnishing and planting of lawn, ground cover, shrubbery, and trees shown on the plans, Drawing No. P- 5059 -S, Sheets 1 and 2. There is presently in place a water service, backflow preventer, and irrigation system to water the Bowling Greens. The irrigation system to be constructed under this Contract No. 1555 is an addition to the existing irrigation system. San Joaquin Hills Park is located at the intersection of San Joaquin Hills Road and Crown Drive North, easterly of MacArthur Boulevard in the City of Newport Beach. II. PLANS AND SPECIFICATIONS A. Plans The plans consist of City of Newport Beach Drawing No. P- 5059 -S, consisting of 2 sheets. B. Specifications The specifications consist of these Special Provisions, and the Construction Standards and Specifications for Construction of Public Works in the City of Newport Beach, dated April, 1970, and subsequent amendments, which may be purchased from the Public Works Department of the City at a cost of $5.00 per copy. The Standard Specifications incorporate by reference, Standard Specifications for Public Works Construction, 1970 Edition, and supplements thereto, as prepared by the Southern California Chapter of the American Public Works Association and the Associated General Contractors of America. III. TIME OF COMPLETION All work and planting, except maintenance, shall be completed within 45 calendar days after execution of the contract by the city. • SP 2 of 11 The germination phase shall be completed when the germination is accepted in writing by the Park Superintendent. The maintenance period shall be 30 calendar days after acceptance of the germina- tion by the City. Final acceptance of the contract by the City Council will be after the end of the maintenance period. IV. WATER All water will be provided by the City at no cost to the contractor. V. COMPENSATION A. Compensation in General The prices paid for the items of work shall include full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work. Compensation for the work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the lump sum items listed in the bid pro- posal. B. Permit Fees Plumbing permit fees for the irrigation system will be waived. The plumbing permit will be secured by the City. C. Progress Payments For the purpose of calculating progress payments for work performed under the base bid, completion of the following stages of the work will be con- sidered as completing the percentages of the work to be done under the base bid: (1) Construction and planting 70% (2) Germination period M (3) Completion of the maintenance period and final acceptance of the project 100% VI. GUARANTEE All plant material shall be guaranteed to take root and grow for 6 months after acceptance of the contract, provided that such plants have received normal care and maintenance. The contractor within 15 days after written notification from the City shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the specifications. Replacement material and plantings shall meet the same specifications as required for the original planting, and all replacements shall be provided with the same guarantee as the original materials. VII. I.RRIGATION SYSTEM A. General 9 SP 3 of 11 The work of this section comprises the construction and installation of a complete and operable landscape irrigation system as specified herein and as indicated on the drawings. The landscape irrigation system shall include but not be limited to the following items; (1) Sprinkler lines (2) Valves (3) Sprinkler heads B. Site Investigation Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings, and such, which may be required. The contractor shall carefully investigate the structural and finished conditions affect- ing all his work, and shall plan his work accordingly, furnishing such fittings and appurtenant items which may be required to meet field condi- tions. The drawings are generally diagramatic and indicative of the work to be installed; however, the work shall be installed in the most direct and workmanlike manner, so that conflicts between sprinkler, yard piping, drains, planting, and architectural features will be avoided. Prior to beginning construction of the landscape irrigation system, the contractor shall submit to the Park Superintendent two copies of a complete list of all materials proposed for use on this project. The list shall give, for each item, the name of the manufacturer, trade name, and catalog number. C. Materials, Products and Equipment Ping Materials Piping materials for the landscape irrigation system shall conform to the following requirements: a. Brass i e and brass fittings, where indicated, shall be SPS; t rea s s a e taper type conforming to the requirements of ANS B2.1 -1968; b. Plastic pipe shall be extruded from 100 percent virgin Polyvinyl Chloride PVC) meeting the requirements of ASTM D 2241 -69 for Type I, Grade 2 (Class 1220) SDR 13.5 and SDR 21 (or 315 psi and 200 psi) as indicated on the drawings, as manufactured by Lasco Industries, Baldwin, Pacific Western, Johns - Manville or equal. Plastic pipe shall be tested and inspected by the manu- facturer. The contractor shall submit a certificate to verify that the pipe has passed the test requirements spe fied herein- after. • • SP4of 11 All plastic pipe shall be continuously and permanently marked with the following information: Manufacturer's name, nominal pipe size, PVC 1220, SDR (Standard Dimension Ratio) or the pressure rating in psi in accordance with the standards of the N.S.F. (National Sanitation Foundation.) The manufacturer shall also mark the date of extrusion of the pipe. This dating shall be done in conjunction with records to be held by the manufacturer for 2 years, covering quality control test, raw material batch number, and other information deemed necessary by the manufacturer. Plastic fittings shall be PVC 2, IPS, NSF Schedule 40, and Sc e—T �Te 8�threaded fittings as shown on the details as manufactured by Sloane Manufacturing Company. Solvent shall be specified in the printed recommendations of the pipe manu- facturer. Valves Valves and appurtenances shall conform to the following requirements: a. Manual control valves shall be as indicated on the drawings and shall be installed in accordance with details thereof. b. Valve markers shall be Rainbird No. 63100 and shall be in- stalled as indicated on the drawings. D. Installation of Piping, Valves, and Sprinklers General The contractor shall verify the correctness of all finish grades within the work area in order to insure adequate soil coverage as specified over the sprinkler system pipes. Trenching Excavation shall be of open -cut vertical wall construction of sufficient width to provide free working space for backfilling and compacting. Trenches for pipe shall be cut to the required grade lines and the trench bottom shall be compacted to provide an accurate grade and uniform bearing for the full length of the line. When 2 pipes are to be placed in the same trench, the contractor shall maintain a minimum of 6 -inch space between the pipes. Plastic Pipe and Fittings All plastic pipe to be installed on the non - pressure side of the valve shall be PVC 1220, SDR 21, or 200 psi unless otherwise indicated on the drawings. All pipe to be installed on the pressure side of the valve shall be copper. Plastic pipe and fittings shall be carefully handled and stored under cover to avoid damage. Damaged or dented pipe shall not be used in the work. • SP 5 of 11 Trenches shall be accurately trimmed to provide a uniform bed, free from rocks, clods, or other sharp edged objects. Pressure lines shall receive an 18 -inch cover as measured from finish grade to the top of the pipe; non - pressure lines shall receive 12 inches of cover. Plastic pipe and fittings shall be solvent - welded, using solvents and methods recommended by the manufacturer of the pipe; except, that all con- nections between plastic pipe and metal valves or brass pipe shall be made with screw fittings, using plastic male adapters; a non - hardening pipe dope similar and equal to Permatex No. 2 and shall be applied to male threads. Screwed connections shall be made up with light wrench pressure. Application of solvent shall be with a non - synthetic bristle brush after thoroughly cleaning all pipe and fittings of dirt, dust, and moisture. All solvent - welded joints shall cure at least 15 minutes before being moved or handled, and at least 24 hours before water is permitted to enter the pipe. Solvent shall be applied using the procedure indicated below in the sequence shown: a. Apply an even coat of solvent to the outside of the pipe, then to inside of fittings, and then re-apply a light coat of solvent to outside of pipe, making sure that coated area of pipe is equal to the full depth of the fitting socket. b. Insert pipe quickly into fitting and turn approximately 1/2 turn to distribute solvent and remove air bubbles; check tees and ells for correct position. c. Use clean rags and wipe off excess solvent. d. After solvent - welded joints have been allowed to cure for 24 hours, install sprinkler heads. e. Pressure test piping as specified in Paragraph "Testing," herein. f. Backfill shall be placed in the trenches in a moist condition and compacted to a density of 90 percent of maximum density. Rocks 1 1/2 -inch or larger, and any excess soil remaining on surface of planted areas as a result of trenching and backfilling, shall be raked and removed from site. Valves Manual control valves shall be adjusted so the most remote sprinkler heads will operate at the pressure recommended by the head manufacturer. Manual control valves shall be adjusted so a uniform distribution of water is applied by the sprinkler heads to the planting areas for each individual valve system. E. Testing A 2 -inch pipe sample shall be flattened to 40 percent of its outside diameter between parallel plates of a press, without showing evidence of cracking or breaking. Any pipe which does not pass this test shall be rejected. SP 6 of 11 Pressure Testing The contractor shall pressure test PVC piping after laying and completing joints, but prior to backfilling. Pressure testing shall conform to the following procedure and requirements: a. Flush out all lines, then cap all outlets and test the complete system under a minimum pressure of 50 pounds for 4 hours in the presence of the engineer or his representative. All joints shall be left exposed for inspection during the pressure tests. b. Center load the pipe with a small amount of backfill to prevent arching or slipping under pressure. Pressure test shall be maintained on plastic pipe for not less than 4 hours. If leaks occur, joints shall be replaced and tests shall be repeated until the entire system has been proven tight. Coverage Test When the sprinkler system is completed, the contractor, in the presence of the engineer or his representative, shall perform a coverage test to determine if the water coverage of turf areas is complete and adequate. Adjust all sprinkler heads for optimum coverage and performance. F. Provisions for Maintenance Tools and Extra Sprinkler Heads The contractor shall provide 2 sets of special wrenches for each type of head or nozzle. Wrenches shall be of the same manufacture as heads and nozzles, and shall be adequate for installing, removing, and adjusting. G. Guarantee of the Sprinkler System General The entire sprinkler system shall be unconditionally guaranteed by the contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one year following the date of final acceptance of the work. If, within one year from the date of final acceptance, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the contractor, as part of the work under his contract, shall make all adjustments without extra costs to the owner, including the complete restoration of all damaged planting, paving or other improvements of any kind. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which, in the opinion of the owner, may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the contractor to the satis- faction of the engineer at no additional cost to the owner, including any and all other damage caused by such defects. H. Service by Contractor • SP 7 of 11 The contractor shall service the system at the request of the owner during the entire guarantee period and shall be paid for work performed which is not covered by the guarantee. If requested by said owner, the contractor shall furnish the engineer a schedule of service fees. VIII. LANDSCAPING General The work of this Section comprises the completion of all the landscaping in- dicated on the drawings. Landscaping as referred to herein shall include, but not be limited to the following appurtenant items of work: (1) Soil preparation of all planted areas, including loosening, conditioning, and fertilizing of the soil. (2) Finish grading of ground surfaces in planting areas. (3) Furnishin and installin plant materials including trees, shrubs, an awn sto1ons. (4) Staking and tying of all trees. (5) Maintenance of all planting areas as specified. Reference Specifications and Standards Without limiting the generality of other requirements of these specifications, all work specified herein shall conform to the applicable requirements of ANS 260.1 -1959, Nursery Stock, and to the rules and grading provisions adopted by the American Association of Nurserymen, Inc. Certificates and Approvals In addition to any other certificates specified, the Contractor shall furnish a certificate with each delivery of material, in containers or bulk. The certificate shall state the source, quantity, type, and analysis of the material, together with the date of delivery. All certificates shall be delivered to the Engineer who will inspect the material prior to its use. Materials Trees and Tree - Planting Materials All landscaping materials for tree planting shall be first - grade, commercial quality and shall have certificates indicating the source of material, analysis, quantity, or weight attached to each sack or container or provided with each delivery. Delivery certificates shall be given to the Engineer as each shipment of material is delivered. A list of the materials used, together with typical certificates of each material, shall be submitted to the Engineer prior to the final acceptance of the job. All planting materials shall conform to the following detailed requirements: .J • SP 8 of 11 (1) Soil amendment shall be a combination, pre - formulated and blended with minimum of 50 pounds dryweight of organic, chicken guano, tank composted and digested with bacteria, dehydrated to 4 percent moisture or less. Soil amendment shall contain no feathers, weedseeds, or pathogenic virus or fly larvae, no poisonous chemicals, insecticides, herbicides, or fungicides. Nitrogen content shall be not less than 3 percent; phosphate 3 percent; potash 3 percent; plus calcium 5 percent with a trace of minerals and micro - organisms. The mixture shall be blended with nitrogen fortified firs and hardwoods sawdust and treated with iron and non -ionic wetting agent. This combination shall be premixed by continuous flow method to assure optimum uniformity prior to delivery to the site, and shall deliver a minimum per cubic yard of 4 pounds of nitrogen, 1 -1/2 pounds of phosphate, 1 -1/2 pounds of potash and 2 pounds of calcium. The soil amendment shall be applied to all planting and lawn areas except bowling greens at the rate of 3 -1/2 yards per 1,000 square feet with 150 pounds of gypsum. (2) Bonemeal shall be a fine - ground, steamed, dry material with a minimum of 0.9 percent nitrogen, 30 percent phosphorus, and 69.5 percent un- diluted bone. Trees shall be standard trees with tops not clipped; species shall be as indicated on the Drawings. All trees and plants shall be inspected at the site by the Owner upon delivery to the construction area. Written notice 2 days in advance of scheduled in- spection shall be furnished to the Engineer. Lawns and Lawn - Planting Materials All materials shall conform to the following detailed requirements: (1) Soil amendment shall conform to the requirements specified herein. (2) Fertilizer shall be 14 -14 -7 commercial fertilizer. Tree Staking and Tying Materials Tree staking and tying materials shall conform to the following require- ments: (1) Ties shall be as indicated. (2) Tree stakes shall be 2 by 2 -inch Lodgepole Pine or treated pipe sta e—T< s, as indicated. Moisture Content The soil shall not be worked when the moisture content is so great that excess compaction will occur; nor when it is so dry that dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to provide ideal moisture content for tilling and for plant- ing as herein specified. Weeding All perennial weeds and grasses shall be dug out by the roots and disposed of off the project site. Perennial weeds and grasses to be removed shall include but not be limited to the following: • SP 9 of li Bermuda Grass Alfalfa Nut Grass Dallas Grass Puncture Vine Wire Weed Johnson Grass St. Augustine Grass Mustard Plant Morning Glory Annual weeds which have not set seed may be cut off at the ground level. Finish Grading Finish grading shall consist of bringing all ground areas to uniform slopes, 1 inch below the grades of installed curbs, paving, etc. except as noted. The finish grade shall be the ground surface after loosening, soil condi- tioning, fertilizing, and planting has been completed. Modeling of finish grade shall be done as directed by the Park Superintendent. Tree Plantin Soil Preparation For trees, the following prepared soil mix shall be used for backfill in tree pits: Plus: Quantities Per Cubic Yard of Mix: Topsoil Soil Amendment 3 Pounds Bonemeal Tree Planting 19 Cu. Ft. 8 Cu. Ft. 27 Cu. Ft. All materials shall be set so that when settled they shall bear the same relation to the finish grades as they bore to the container grade before being transplanted. All materials shall be subject to the approval of the Park Superintendent, as to the quality and placement, before the holes are dug. The Contractor shall dig pits for all trees which shall be a minimum of 2 times the diameter and 6 inches deeper than the dimensions of the root container, and shall backfill with prepared soil as specified herein and shall compact to a depth of the root ball. If soil settles away from the ball of earth around the tree root section after planting, the Contractor shall fill with top soil around the root section and bring to a level even with the crown of root ball. After all trees have been planted, the filled soil shall be well settled and a basin shall be constructed around each tree. Lawn Planting General After weeding and grading has been completed, lawn area shall be Roto - tilled to a depth of 8 inches, incorporating 3 -1/2 cubic yards per 1,000 square feet of soil amendments plus 150 pounds of gypsum with the tilled soil. ''• � Sp 10 of 11 Prior to planting, all turf areas shall be given an application of commercial fertilizer at the rate of 10 pounds per 1,000 square feet, lightly raked into the surface; this shall be in addition to the general fertilizing specified above. Soil Preparation The preparation of lawn and ground planting areas shall conform to the follow- ing requirements: (1) Planting shall not be installed until the landscaping irrigation system is completely installed, tested, and fully operative. (2) Drag and rake to remove all clods, lumps, weeds, roots and debris an red move such debris from the site. (3) Grade lawn and ground cover areas to finish grade. (4) Float entire area to a smooth uniform grade. Where no grades are shown, lawn areas shall have a smooth continual grade without depression or humps to existing curbs and walks. Ground cover areas shall be depressed 1 inch below curbs and walks. (5) Roll lawn areas in 2 directions at approximate right - angles, using a water-ballast roller weighing 100 to 300 pounds. Any irregularities that develop shall be re -raked and scarified for bond and again rolled until the area is true and uniform and free of humps or depressions. Water shall be added as necessary to insure proper working of the surface. (6) After areas have been re ared for stolons, no heavy objects, except- ing awn ro ers, sha a to en over lawnor bowling green areas at any time. (7) R2 the royal of the Park Superintendent of the grading and compaction sha 1 e o tained prior to planting of stolons. The lawn shall be kept continually moist by watering as often as required to promote germination. A second application of commercial fertilizer shall be made to all lawn areas 30 days after planting; application shall be at the rate of approxi- mately 15 pounds per 1,000 square feet cyclone spreader. IX. MAINTENANCE A. General The contractor shall continuously maintain all areas included in the contract during the progress of the work, and during the 30 -day main- tenance period, until 30 days after final acceptance of the work by the Park Superintendent. If plantings are not acceptable at the end of the Contract period for the entire work, due to defective maintenance, the maintenance shall be con- tinued by the Contractor until all the work meets the specifications and meets the approval of the Park Superintendent. SP 11 of 11 All planted areas shall be kept free of debris and shall be cultivated and weeded at not more than 10 -day intervals. Grass, when one inch high, shall be maned to 1/2 -inch height and the clippings removed. At the termination of the maintenance period specified above, all plant materials shall be live, healthy, undamaged, and free of infestations. All turf areas shall be completely covered at the time of acceptance. Inferior plantings shall be replaced and brought to a satisfactory con- dition before final acceptance of the work will be made. All areas shall be neatly raked and free of weeds. B. Maintenance Requirements Maintenance shall include continuous operations of watering, weeding, cultivating, fertilizing, mowing, spraying, insect and pest control, re- placement soils testing and /or other operations necessary to assure good normal growth. C. Protection During installation period and during maintenance period, the Contractor shall be responsible for maintaining adequate protection against erosion and trespass damages in all landscaped areas. Any damaged plantings shall be repaired at the Contractor's expense. Replacement The Contractor shall immediately replace any and all plant materials which for any reason, die or are damaged while under his care. Replacement shall be made with stolons and /or plants as indicated or specified for the original planting. D. Replacements The contractor shall immediately replace any and all areas which for any reason, due or are damaged while under his care. Replacement shall be made with stolons as indicated or specified for the original planting. X. Guarantee A. Greens Surfaces Greens surfaces shall be guaranteed to remain within the tolerances of these specifications for 6 months after final acceptance of construction; provided, that such surfaces have received normal care and maintenance. XI. Inspection All inspections herein specified will be made by the Park Superintendent or his representative. The contractor shall request inspection at least 24 hours in advance of the time inspection is required. Inspection will be required on the following parts of the job: (1) When planting. (2) Inspection at the completion of the construction period. (3) Final inspection at the completion of the maintenance period. CHANGE ORDER NO. CONTRACT NO. 0 CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER 1 DATE Sept. 13. 1973 1555 PURCHASE ORDER NO. BUDGET NO. 27-7797-01 CONTRACTOR'S NAME Bob's Landscaping Service PROJECT NAME AND NO. Construction of Irrigation System and Landscaping at San Joaquin Hills Park ACTION: 1. Delete Bid Item No. 7 from Contract. 2. Delete Bid Item No. 8 from Contract. Contract Awarded $10,905.33 Delete Item No. 7 $260.75 Delete Item No. 8 223.50 Amount to be deleted from Contract by this Change Order No. 1 - 484.25 REVISED CONTRACT AMOUNT $10,421.08 Bon LANDSCAPING SERVICE CONTRACTOR: Stab (M n Uc #200457 BY DATE q a o �3 APP VA 9 /3/73 Project Engineer Date Department Head to cc rchasing Bob's Landscaping Service I - 16761 Construction Way West / Irvine Complex / Santa Ana, Ca 92705 / (714) 546 -8071 IRRIGATION MATERIAL LIST for SAN JOAQUIN HILLS PARK MANUAL CONTROL VALVES - Rainbird POP -UP HEADS - Rainbird 171 SS SHRUB HEADS - Rainbird 131, A -771 NIPPLES - P.V.C. Sch 80; "Advance ", Flex Riser; "King" P.V.C. FITTINGS - Sloan, Lasco, Van -Cor LATERAL LINE PIPE - Imperial Plastics, Lasco Pipe VALVE MARKER - Rainbird #63100 euettC '�IOftKS SE 1973;. CITY OF KggPORT BEACH, �'� CALIF, CEA�IFICATE OF INSURARCE This Certificate of Insurance neither affirmatively or negatively amends. extends or alters the coverage afforded by policy numbers listed below. E3 GULF INSURANCE COMPANY [3ATLANTIC INSURANCE COMPANY ❑SELECT INSURANCE COMPANY ft INS. CO. OF THE PACIFIC COAST EXECUTIVE OFFICES, DALLAS, TEXAS CERTIFICATE ISSUED TO: C F CITY OF NEWPORT BEACH 7 NAME IB- OBrS LANDSCAPING SERVICE NAME CITY HALL INSURED 16761 CONSTRUCTION WAY WEST and ADDRESS 3300 NEWPORT BLVD. ADDRESS SANTA ANA, CA. 92705 OEWPORT BEACH, CA. 92660 J L J The insurance afforded is only with respect to such of the following.Parts designated by an "X" in'' X] POLICY NUMBER POLICY PERIOD KIND OF POLICY LIMITS OF LIABILITY . Ell. Exp. WORKMEN'S COMPENSATION J Provided by Workmen's Compensation Law States of GA5 703007 Eff. 5 -29 -73 Exp. 5 -29 -74 COMPR1'ttE NSI E G NER (.LIABILITY INSURANCE....... OW N�RSCLA Nxx R UNO ENANTS' LIABILITY INS. .. 5C8�� � � MANUFACTURERS' AND CONTRACTORS' LIABILITY INS.... 0 CONTRACTUAL LIABILITY INSURANCE ..... ......... � COMPLETED OPERATIONS AND PRODUCTS LIABILITY INS. Bodily Inlury Liability Property Damage Liability Combined Bodily Injury and Property Damage Liability g0�j•, a .u.Ba•s .;;.d•��i' .ti. ib N , °;. ,• a. «f�:e :ae•;e , ,,, ..'...c q, . EACH PERSON ACHOCCURRENCE AGGREGATE :' S , °: s iDD ODD 5 I s 500,000 S $ Eft. Exp. COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE .... I� J Bodily Injury Liability Property Damage Liability Combined Bodily Injury and Property Damage Liability 1 ii C Ap Ft'Y _ `tJ � ti tins ". t JS£i Lwi1;. r��r vti J4,° �'NI 5 6 s 5 ' Eff. Exp, SCHEDULE AUTOMOBILE LIABILITY INSURANCE ........ lrJ Owned Automobiles Hired Automobiles Bodily Injury Liability Non -Owned Automobiles Property Damage Li abl litV EAC HPERSON EACH ACCIDENT 5 5 5 Eff. Exp. MULTI-PERIL LIABILITY ........ ........... .... C Bodily Injury Liabii ry Property Damage Liabllrty Combined Bodily Injury and Property Damage Liability "`' " " "`t' " " ' " "i "` %i "BEACH OCCURRENCE y t` ^.g'�n T: . AGGREGATE T s s T ffi � 5 : y �.,T o;;.- ^`x =r�ara y' S 5 $ Eff. E.P. AUTOMOBILE PHYSICAL DAMAGE ...... ........ DESCRIPTION OF VEHICLE COVERAGE AFFORDED DESIGNATED BY AN COMPREHENSIVE COLLISION Fire, Lighting & Transit H E F T Comb. Add'I. Cov. (Carl ACV Less Deductible ACV Le SS Deductible 1. 2. 3. a. 5. REMARKS: Use Other Side, SLL KLVLKSL b1Ut UI' 6LKIir1UAIL In thejv 1 qt 7y jatjriX c7anye i�, jt 7oTI Irior oJ,pa? pyliDles/ IV t,-/I rd�av /r t/ #e t,i jen /no�ca /to�ihe /pajr{y /o wVm this certificate is ss�(et� b�t t lu a g`ve 4udh ti a al po a no .1b ga on upon {ha Company except to Mortgagee tot Automobile Physical Damage), AGENT'S FO. J. BROWN COMPANY NAME 2500 WILSHIRE BLVD., #904 and ADDRESS LLOS ANGELES, CA. 90057 AGENT —COPY MUST BE MAILED TO COMPANY ON DATE OF ISSUE us (t -T3) 9 -17 -73 (Date) BY . J. Brown AUTIiORIZED REPRESENTATIVE RE: CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK (CONTRACT 1555) IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY ALSO APPLIES TO THE CITY OF NEWPORT BEACH AS AN ADDITIONAL INSURED, BUT ONLY AS RESPECTS WORK PERFORMED BY INSURED BOB'S LANDSCAPING SERVICE IN RE ABOVE CONTRACT. IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED. TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH; CITY.HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. CERTIFICATE % INSURANCE "E ROKER • ISSUED .. 01111PPININALIF w Y JONES INSURANCE 549 SOUTH FIRST AWNUE.. 'P.O,: BOX, 3W ARCA01Aa.:C&PP" A 9.1006 j} ...JU i8 TS INDEMNITY COMPANY =* ' INSURANCE COMPANY -'- ggae of insured and addrou. Name and address for whoa Certificate of IasafNKa Is isewd: BOB'S LANDSCAPE 3EltYM . CITY 40.. M WMT BEECH 16761 Construction Way Afoot 330O.Newport Blvd. i Santa Ana, CaliforniS '92705 Nexpeiet._3e8160h, California 92660 i This is to aatily that the Company designated above has issued to the Insured named herein the policies listed below and such policies apply with respect to the hazards and for the coverages and limits of liabil. Ity, Indicated by spwAk entry herein, subject to all the [arms, conditions and exclusions in such policies. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION.. DATE COVVbUIES AND LIMITS OF LIABILITY BoMtVanjury, Liability Property Damage Liability each person'`. oath occurrence each occurrence eggre$&W : -, General Wbility — Premises — Operations 11 ,0100 : ,cacao IF 000 1000 Elevators $ 1000 { 1000 S ,000 i XXXX Independent Contractors S A00 : ,000 >j .000 : .000 Products — Completed Operations .S A0p : .000 >j 0100 11 1000 AWWM. ll ADO XXXX XXK% Contractual— as described below S ,000 $ .000 f .000 i ADD Autamoblls LlabeNly Owned Automobiles $ A00 $ .000 S AN XXXX Hired Automobiles S A00 S 1000 } 1000 XXXX Non-Owned Automobiles { ,000 it .000 S ,000 XXXX Automobile Physical Damage — Comprehensire Firs.Lightning 6 Transportation Theft Collision or Upset S $ $ Actual Value Lou S Deductible Lou Payable to; werlonen's Compensation and Employers Liability INDUSTRIAL INDIDOUTY DW 701 -9499 COMPANY 4 -1 -73 -1 -74 Compenutipn — Statutory Statutory Description and Location of Operations, Automobiles Covered, Contracts, Additional Insureds, eft.: "I am aware of and will Comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self - insurance before Commencing any of the work." JOBS San Joaquin Hills Park (Contract 1555) The Company areas to Shn, 1 0 ways written notice to the holder of this CartiNcate of Insurance in the event of cancellation of any policy or coverage listed above. y a i q 1 .,,, :. _ - . - :-� �1 �.k �: ,. _. ��rr tea. ,. , .; . -,,. _, _ . i . _ .. ;; - �,. ,. • ^� •y It Bobs Landscaping Service 16761 Construction Way West / Irvine Complex / Santa Ana, Co 92705 / (714) 546 -8071 September 4, 1973 To The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California REGARDING: Bid Proposal for Construction of Irrigation System and Landscaping at San Joaguin Hills Park. Due Date 9 -4 -73 - 10:00 A.M. Gentlemen: We submit the enclosed bid proposal for Construction of Irrigation System and Landscaping at San Joaquin Hills Park. Thank you. i ave rlN � Richard Alan Kay — Estimating Manage RAK /dm • • CONTRACT NO. 1555 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK Approved by the City Council this 13th day of August 1973. Laura Lagios, City Cljjrk SUBMITTED BY: BOB'S LANDSCAPING SERVICE Contractor 16761 Construction Way West A ress Santa Ana, California 92705 City Zip Code 546 -8071 Phone $10,905.33 Total Bid Price • . PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING AT SAN JOAQUIN HILLS PARK 101121b1 CONTRACT NO. 1555 To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 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 and Standard Drawings; has read the Notice Inviting Bids; and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to construct the improvements in strict conformance with the Plans identified as City of Newport Beach Drawing No. P- 5059 -5 (consisting of 2 sheets), the Special Provisions, the Standard Special Provisions, the Standard Specifications, and the Standard Drawings; and that he will take in full payment for the work the following unit prices for each completed unit of work, to wit: RB; SCHEDULE OF WORK ITEMS IN Lump Sum Construct sprinkler system complete in place, for the lump sum price of: Six Thousand and Forty -Five Dollars and Cents Lump Sum Lump Sum Plant TIF Green hybrid Bermuda Lawn per the plans for the lump sum price of One Thousand Eight Hundred Dollars and Ninty -Eight and Eighty Two. Cents Lump Sum 3. Lump Sum Plant Trailing African Daisies per the plans for the lump sum price of: One Thousand Six Hundred Dollars and Eighty -Nine and Fifthv -Two Cents Lump Sum $ $ 6045.00 $ .154 $ 1898.82 ✓ $ .196 $ 1689.52 0 0 QUANTITY ITEM ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Plant Hahn's Ivy per the plans for the lump sum price of: PR2of3 Sixty -Nine and Seventy- FiveDollars / and v/ Cents $ .186 $ 69.75 Lump Sum 5. Lump Sum Plant Mondo Grass per the plans for the lump sum price of One Hundred Nine and Four. Dollars and ✓ Cents $ .376 $ 109.04 Lump Sum 6. 1 Each Furnish and plant 24" box Carrotwood tree, multi- trunk, for the unit price of: 7 Each 8. 6 Each 9. 25 Each One Hundred Sixty. Dollars and Cents Furnish and plant 15 gallon size Canary Island Pine trees for the unit price of: � .� Two Hundred Sixty and Dollars / and Each Seven y -Five Cents $__32 $ 260.75 Furnish and plant 15 gallon size Rustyleaf Fig trees for the unit price of: Two Hundred Twenty -Three Dollars and and Fifth y. Cents $ 37.25 $ 223.50 Eac Furnish and plant 1 gallon size Oregon Grapes for the unit price of: Sixty -Two and Fifthy Dollars and Cents $ 2.50 $ 62.50 x/ Each 0 0 PR3of3 I ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 11 12. 13. 38 Each 6 Each 3 Each 12 Each Furnish and plant 5 gallon size Zylosma Congestum for the unit price of: Two Hundred Forty -Eight Dollars and ed N' Cents ac Furnish and plant 5 gallon size bronze New Zealand Flax for the unit price of: $ 6.55 $ 248.90 Thirty -Nine and Thirty Dollars and Cents $ 6.55 $ 39.30 Each Furnish and plant 5 gallon size green New Zealand Flax for the unit price of: Nineteen and Sixty -Five Dollars and Cents $ 6.55 $ 19.65 Each Furnish and plant 5 gallon size Fruitland Silverberry for the unit price of Seventy -Eight and Sixty Dollars and Cents $__L._55 $ Each TOTAL PRICE WRITTEN IN WORDS: Ten Thousand Nine Hundred Five Dollars and and Thirty -Three Cents September 4, 1973 Date CONTRACTOR'S LICENSE N0. 200457 $ 10005.33 CONTRACTOR'S ADDRESS 16761 Construction Way West Santa Ana _, .... -. - .;a -::: ;. -;_.,: ;_._ ,• ,. _..y _� 12. L. now O. J. BROWN COMPANY INSURANCE 2800 WILSNI BLVD.. #904 LOS ANGELES. CALI ORNIA 90087 ( 218) 988 -1480 TO ATTENTION: RICK DATE 8 -29 -73 BOB'S NDSC PI SERVICE 8UWECr BOND #NB 624122 -9 - OWNER: CITY OF NEWPORT BEACH JOB: LANDSCAPING & IRRIGATION SAN JOAQUIN HILLS PARK B /D: 9 -4 -73 As requested by you attached is the above referenced bidder's bond. 0. J. Brown ' THE AME 1N EMNITY COMPANY BID OR PROPOSAL BOND The Company designated below (herein called Surety) BOND NO. NB 624122 -9 KNOW ALL MEN BY THESE PRESENTS, that we Bob's Landscaping Service The Home Indemnity Com an Hampshire as principal, and Y p Y a )kxk having its principal (Surety) place of business in the City, County and State of New York, as surety, are held and firmly bound unto City of Newport Beach as obligee, in the penal sum of One Thousand Five Hundred and No/100 ----- DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 4th day of September )q 73 WHEREAS the said principal is herewith submitting proposal for Landscaping and Irrigation San Joaquin Hills Park. NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said prin- cipal shall execute a contract and give bond for the faithful performance thereof within 30 days after being notified in writing of the award of such contract to principal, then this obligation shall be void; otherwise it shall remain in full force and effect. Bob's Landscaping Service (L. S.) (Principal) (Princi U H 4016 (F) 8/70 .r —a SURETY ACKNOWLEDGEMENT is STATE OF California SS: COUNTY OF Los Angeles On this 4th day of September in the year 1973 , before me personally came T.L. Wallace to me known, who being by me duly sworn, did depose and say that he resides in Los Angeles ;that he is the attorney -in -fact of THE HOME INDEMNITY COMPANY and /or THE HOME INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order_pf the Board of Directors of said corporation, and that he signed his name thereto by NOTARY PUBLIC STAMP LINDA C. TRUJILLO NOTA3Y PJBLIC- CALIFORNIA J' \`2 PRINCIPAL OFFICE IN NOTARY PUBLIC f+ LOS ANGELES COUNTY INDIVIDUAL — PRINCIPAL My mmealon Expires Nov. 24 , 1973 STATE OF SS: COUNTY OF On this day of — 19 , before me, the undersigned person- ally came and appeared to me personally known and known to me to be the individual described in and who executed the foregoing in- strument and duly acknowledged to me that executed the same. NOTARY PUBLIC STAMP NOTARY PUBLIC CORPORATION — PRINCIPAL STATE OF <SS COUNTY OF On this day of , 19 before me came to me known, who, being by me duly sworn, did depose and say that he resides at that he is of the corporation described in and which executed the foregoing instrument as principal; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. TARY PUBLIC ST NOTARY PUBLIC PARTNERSHIP — PRINCIPAL STATE OF SS: COUNTY OF On this day of 19 , before me personally came to me personally known, and known to me to be a member of the firm of and known to me to be the individual described in and who executed the foregoing instrument in the firm name of and he duly acknowledged to me that he executed the same for the uses and purposes therein mentioned STAMP NOTARY PUBLIC H21419 IFI NOTARIAL ACKNOWLEDGEMENT FORM Numv .:iEnTIFILO COPY 11W1ilili of rk1 iORNLY FROM • THE HOME INDEMNITY COMPANY Manchester, New Hampshire KNOW ALL MEN BY THESE PRESENTS: That THE HOME INDEMNITY COMPANY, a corporation orga- nized and existing under the laws of the State of New Hampshire, with Principal Office in the City of Manchester, in the County of Hillsboro, in the State of New Hampshire pursuant to the provisions of its by -laws, which were adopted by the Directors of the said Company on November 9, 1972, to be effective January 1, 1973, and amended by the Directors of the said Company at a Meeting held on January B, 1973 to wit: Article VIII, Section 2 as follows: The President or any Vice President, acting with any Secretary or Assistant Secretary may appaint by written power of attorney, for purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more Attorneys -in -Fact, and at any time may remove any such Attorney -in -Fact and revoke the power and authority given to him. The signatures of such officers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. All bonds and undertakings, recogr,izances, contracts of indemnity and all other writings obligatory in the nature thereof, shall be signed by either the President, any Vice President, or Attorney -in -Fact and shall have the seal of the Corporation affixed thereto. The President and all Vice Presidents shall each have authority to sign such instruments, the Vice Presidents to have such authority whether the President be absent or incapacitated or not, and all Secretaries and Assistant Secretaries shall each have authority to seal and attest such instruments. does hereby nominate, coa. -6tutc and appoint T. L. WALTACE of LOS All ^ELKS, CALIFORNIA its true and lawful agent and attorney in fact with authority to make, execute and deliver, for and on its behalf, as surety, and as its act and deed, any and all bonds and undertakings, or consents of surety. or consents of surety And the execution of such bonds or undertaking; in pursuance of these presents, shall be as binding upon said Company as fully and amply, to all intents and purposes, as if they were dully executed by the regularly elected officers of said Company. IN WITNESS WHEREOF THE HOME INDEMNITY COMPANY has caused these presents to be signed by its Vice President, and its Fh'tr'etatty, and its corporate seal to be hereto affixed this 7th day of FEBRUARY 1973 (Corporate Seal) (Signed) Attest VVYV,.'V./ r Q Ass t Secretary. Vice Preside HDME �j • N. N. eoNPAM•l STATE OF NEW YORK, COUNTY OF NEW YORK.} ss.: On this 7th day of FEBoUARY 1973 , before the subscriber, a Notary Public of the State of New York, duly commissioned and qualified, came A. D. THOMPSON Vice President and ?"Zn N! - F EN, T,FRT ss l t secretary or THE HOME INDEMNITY COMPANY, to me personally known to a the individuals and officers describe in, and who executed the pre- ceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, andthat Article VIII,Section 2 ofthe By -Laws of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my ,Official Seal at the City of New York the day and year first above written. ..':•;tt f. 1:;': "A NDT ;,F1'•PUb. ;_ S:.te J i(C a' Yorkf//" //11 '• - No. cerlif;cm: C:. J, Ir(:1I, it ri. :;s (•ri.r •. G'�� . l.!13 No dry Public STATE OF NEW YORK, COUNTY OF NEW YORK, ss.: 1 BRAT, 1; ",: E. !'-IX-,RT A91 t t , Secretary of THE HOME INDEMNITY COMPANY, do hereby certify that the foregoing is a just, true, correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of the Attorneys) in Fact set forth therein, who executed the bend to which this Certificate is attached, is in full force and effect as of this date. Given under my hand and the seal of the Company, at New York, New York, this 4th day of M, "O'N Ot0 VGaIUVI'. 1`1 / 7 v 0 u f uNYAM� Nx M 44001 el r /)A . .: . :.. _.: ..'..'... a ....e '.d .'..�.. .ry ..'.. ..... ... , . � :. ". .. ...... :. L : : .._h.n. ... raauv:. rr.>- vi« fe. ea�tilzil 'rua3ex.td,YG.++- ..:wrQ:l :w: •.�� xe rr / �• NOME;'` 'asi.stan SrnYrnn•, BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Counci: of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) X Title Surety is • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Sgscribed and sworn to before me by /0"e" /' f 3. - "4� this ,C.3 day of 1973, My commission expires: C Notary U i c ...... ♦ ................. ORICIAE SEAL •y(,_;, DAVID L. BROWN • �� NOiAYf' ­ tIC (AJ{OFNIA 'r —yid 4kMCFM PRICE IN lCGi1Gl ♦ • C OUN7Y • Nv Cemmnwcn F +ci res Alanh 6. 1977 • • ! • _. : -_ �:,� E �._ . �;� _;;: ��' ��. �._ k= 'r k' `,' G. . z �' r .�: E ._ F , r�. _..� -.:. - i Y e _, _i ,.�. -: �_� N_ .�,. .�s �_ t c:. 4 aG V t/f N W ' 4 W F z ~ P Z ZZ tz li a } a � M 2 aG V t/f N W ' 4 W F z ~ P Z 4 O u x N l Ell h G O z O To G _ M1 OQ 1 t€} ¢ 5 li ti P' J d 3 Ink ^. t Li- Li-d, 4 O u x N 0 IR RESOLUTION NO. 8 09 3 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE INSTALLATION OF SPRINKLER SYSTEM AND LANDSCAPING IN SAN JOAQUIN HILLS PARK TO BOB'S LANDSCAPING SERVICE, CONTRACT NO. C -1555 WHEREAS, pursuant to the notice inviting bids for work in connection with the installation of sprinkler system and landscaping in San Joaquin Hills Park, in accordance with the plans and specifications heretofore adopted, bids were received on the 4th day of September, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is'Bob's Landscaping Service, Santa Ana; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Bob's Landscaping Service for the work in the amount of $10,905.33 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 be- half of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 10th day of September , 1973. Mayor ATTEST: City Clerk dm 9/7/73