HomeMy WebLinkAboutC-1593(A) - San Joaquin Hills Park Phase IIhtb 1 1 1914
s'r GP t'gWP0Pg1r 95,ACH
TO: CITY COUNCIL
February 11, 1974
CITY COUNCIL AGENDA
ITEM N0. H -11
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF IRRIGATION SYSTEM AND LANDSCAPING
AT SAN JOAQUIN HILLS PARK (CONTRACT 1555)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after the Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of an irrigation system and
landscaping at the San Joaquin Hills Park has been completed to the satis-
faction of the Parks, Beaches and Recreation Department.
The bid price was: $10,905.33
Amount of Change Orders: (delete) - 484.25
Total Contract Cost 10,421.08
Amount budgeted in Account No. 27- 7797 -010 10,500.00
Funding was from the Building Excise Tax Fund.
The contractor was Bob's Landscaping Service of Santa Ana,
California. The plans were prepared by VTN, and modified by the staff.
The time of completion for construction and planting was October 26,
1973. The construction and planting phase was substantially completed
October 26, 1973.
Jdseph 1 pevlin
P blic ks Director
P:jfd
lb r
CITY OF NEWPORT BEACH
PARKS, BEACHES $ RECREATION DEPARTMENT
September 10, 1973
TO: MAYOR F, CITY COUNCIL
FROM: P13 � R Director
SUBJL-:CC: AWARDING OF LANDSCAPING CONTRACT FOR SAN JOAQUIN HILLS PARK
RECO"4NDAi' ION :
Authorize the Mayor and City Clerk to execute an Agreement
with Bob's Landscape Service for the installation of a
sprinkler system and landscaping in San Joaquin Hills Park.
DISCUSSION:
J
Jar✓ 4.-
rf --_11 � ,)
Bob's Landscape Service was the low bidder for the installation of a sprinkler
system and landscaping in the area of the lawn howling greens and clubhouse in
San Joaquin Hills Park.
Their bid was $10,905.33 which is $405.33 above the $10,500 amount budgeted in
the current year to cover the cost of this installation. By mutual agreement,
after the contract is awarded, Bob's Landscape Service will delete, by change
order, items 7. and 8. of the bid package calling for the installation of 13
15- gallon -size trees which were to be planted along Crown Drive and in the park
itself. The deletion of these trees will bring the total cost to $10,421.08
which is within the amount budgeted for this project.
The execution of this Agreement will allow the landscaping to be completed within
the 4S -day contract period and in time for the San Joaquin Hills Park dedication
ceremonies scheduled for November 3, 1973.
CCS:h
CITY OF NEWPORT BEACH
PARKS, BEACHES F, RECREATION DEPARTMENT
August 13, 1973
TO: MAYOR $ CITY COUNCIL
FROM: PB $ R Director
SUBJECT: CONTRACT FOR LANDSCAPING SAN JOAQUIN HILLS PARK
C -1555
RECOMMENDATIONS:
(1) Approve plans and specifications for installation
of sprinkler system and landscaping around the
lawn bowling greens and clubhouse in San Joaquin
Hills Park.
(2) Authorize the City Clerk to advertise for bids
to be opened at 10:00 a.m., September 3, 1973.
DISCUSSION:
Plans and specifications have been prepared for the installation of
sprinkler system and landscaping in the immediate area of the bowling
greens and clubhouse in San Joaquin Hills Park.
Funds are available in the 1973 -74 budget. The architect's estimate
for the project is $10,000.
CCS:h
May 12, 1975
CITY COUNCIL AGENDA
ITEM NO. H -10
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF CONSTRUCTION OF PHASE II AT SAN JOAQUIN
HILLS PARK (C -1593)
RECOMMENDATIONS:
1. Assess liquidated damages in the amount of $1,900.
2. Accept the work.
3. Authorize the City Clerk to file a Notice of Completion.
4. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of Phase II at San Joaquin
Hills Park (tennis courts) has been completed to the satisfaction of the
Public Works Department.
The bid price was $119,422.00
Amount of unit price items constructed 130,325.00
Amount of change orders 330.63
Total contract cost 130,655.63
Liquidated Damages ( -) 1,900.00
Materials Testing 1,999.23
Total Project Cost 130,754.86
Amount budgeted in Building Excise Tax Fund: 119,422.00
(Account No. 27- 7797 -036)
A budged amendment has been submitted for Council approval.
There was an unknown quantity of loose fill underlaying the
site. The contract required removing this material and recompacting.
The increase in the amount of unit price items was due to there being
nearly twice as much loose material as had been anticipated. One change
order was issued which provided for the construction of an additional
small retaining wall.
The design engineering was performed by VTN Corporation.
May 12, 1975
Subject: Acceptance of Construction of Phase II at San Joaquin
Hills Park (C -1593)
Page 2
The contractor is J. B. Crosby Co., Inc. of La Palma, California.
The original contract date of completion was October 26, 1974.
The contractor was delayed in starting until August 13, 1974, due to the
strike of the cement masons and carpenters. This starting date resulted in
a revised completion date of December 16, 1974. The tennis courts were
completed on January 4, 1975, 19 days late. In accordance with the City's
Standard Specifications, liquidated damages in the amount of $1900 have
been recommended.
oseph T., Devlin
ublic Works Director
PD:jd
- - %GC
By the CITY COUNCIL
CITY @P
TO: CITY COUNCIL
FROM: Public Works Department and
Parks, Beaches & Recreation Department
June 24, 1974
CITY COUNCIL AGENDA
ITEM NO. G -4
SUBJECT: CONSTRUCTION OF PHASE II, SAN JOAQUIN HILLS PARK, C -1593
RECOMMENDATIONS:
1. Reject the bids received from Brindle Co. and West Con
Construction Co., Inc.
2. Waive the informalities in the bid received from J. B.
Crosby Co., Inc.
3. Adopt a resolution awarding Contract No. 1593 to the
J. B. Crosby Co.,Inc. for $119,422.00 and authorizing
the Mayor and the City Clerk to execute the Contract.
DISCUSSION:
Five bids were received and opened in the City Clerk's office at
10:00 A.M. on June 3, 1974.
Bidder
Brindle Co., Los Angeles
J. B. Crosby Co., Inc., La Palma
Valley Crest Landscape Inc., Santa Ana
Sharecroppers Inc., Orange
West Con Construction Co., Inc., Irvine
Total Price
Shown on Proposal
$114,827.90
None
120,637.30
124,812.00
129,703.00
Corrected
Total
$318,827.40
119,422.00
120,637.05
124,812.00
129,554.00
* Based upon summation of the product of the estimated quantity for each bid
item times the unit price bid as written in words.
The bid of J. B. Crosby Co., Inc. is 19.47 over the estimate of
$100,000.00
The proposed work consists of construction of four concrete tennis
courts, an irrigation system, landscaping, and other miscellaneous work. The
plans and specifications for the site work and tennis courts were prepared by
VTN Consolidated, Inc. The plans and specifications for the irrigation system
and landscaping were prepared by the Parks, Beaches and Recreation Department.
The estimated date of completion is September 27, 1974.
A set of the plans and specifications were submitted to the Con-
tractor's State License Board requesting a license classification determination.
lone 24, 1974
subject: Construction of Phase II, San Joaquin Hills Park, C -1593
Page 2.
Their administrative interpretation is that the proper license classification
is the A, General Engineering (see attached letter). The Brindle Company and
West Con Construction Company Inc. are not currently licensed in the A classifi-
cation. Therefore rejection of their bids is recommended.
Valley Crest Landscape has taken exception to the consideration of
J. B. Crosby Company, Inc. as being the lowest responsible bidder. This exception
is based upon the informalities of Crosby's proposal and bid documents. In con-
junction with the City Attorney it is the staff opinion that the informalities
in Crosby's bid have no significant effect on the bidding process and may be
waived. In addition to the Crosby bid informalities, several of the other bids
received contained informalities. For convenience of reference a separate
tabulation is attached listing the various informalities and the bidder's
license classifications.
The J. B. Crosby Co., Inc. and the specified subcontractors have
successfully performed similar work in Los Angeles and Orange Counties.
If the contract is awarded, a budget amendment in the amount of
$125,000.00 has been prepared by the Parks, Beaches and Recreation Department
fcr Council consideration. It is proposed to fund the project with $85,000 from
the building Excise Tax Fund and an anticipated contribution of $40,000 from the
Newport -Mesa Unified School District.
The Newport -Mesa Unified School District staff has indicated a desire
to participate in the construction of the tennis courts on a 50 -50 basis up to
$40,000. Should the School District Board of Directors fail to support this
position, State Park bond monies will be available to pay for a building excise
tax funded project, Cliff Drive park, which would make additional building
excise tax fund monies available. If the above recommendations are approved,
a proposal in the 1974 -75 Fiscal Year for this project should be deleted.
sepn i.
P lic Wb
J :hh
Att.
viln
Director
Calvin C. Stewart i
Parks, Beaches & Recrektion Direc or
EXHIBIT "A"
CONSTRUCTION OF PHASE II, SAN J
YSIS OF PROPOSALS, BID
IN HILLS PARK, C -1593
TS, AND CONTRACTOR'S
1. Brindle Company
B. Crosby
Compaq, Inc.
a. License
Classification
- B (General
Building)
and C -8 (Concrete).
b. Informalities on Proposal and Contract Documents:
1. Failed to list subcontractors.
2. Failed to submit financial statement.
3. Discrepancy in unit prices as written in words and the
total price for Bid Items 6, 7 and 21.
2. J.
B. Crosby
Compaq, Inc.
a.
License
Classification -
A (General Engineering).
b. Informalities on Proposal and Bid Documents:
1. Failed to submit financial statement and list of references
for technical ability and experience. These two items were
submitted upon request by the Public Works Department.
2. Failed to provide the signatures of two officers of the
corporation and did not seal the one signature.
3. Failed to show total price bid for project on the proposal form.
3. Valley Crest Landscape, Inc.
a. License Classification - A (General Engineering) and C -27
(Landscaping)
b. Informalities on Proposal and Bid Documents:
1. Discrepancy in unit price and total bid price for Bid Item 24.
4. Sharecroppers Inc.
a. License Classification - A (General Engineering)
b. No informalities.
S. West Con Construction Co., Inc.
a. License Classification - C -27 (Landscaping)
b. Informalities on Proposal and Bid Documents - failed to submit a
financial statement.
StA-. OF 1; —:'Ni—AC,91CULTURE AND ,.RVI,ES AGENCY RONALD REAGAN, Governor
yuF CONTRACTORS' ST,,AT-C LICENSE BOARD
1020 N STR7ET, SACRAMENTO, CALIFORNIA 95814
J u3 TELEPHONE (916) 4457500
June 11, 1974
Mr. William B. Dye
Design Engineer
City of Newport Beach
Public Works Department
3300 W. Newport Blvd.
Newport Beach, California 92660
Dear Mr. Dye:
Subject: Construction of Phase 11 - San Joaquin Hills Park, C-1593
We have studied the plans and specifications of the subject project and it
is our administrative interpretation of the Contractors' License Law that
the proper classification of license to bid and/or perform the subject
project is the A, General Engineering classification.
Enclosed are your plans and specifications.
Sincerely,
RAY D Dy
A.' O�
LICENSING DEPUTY
For
LEO B. HOSCHLER
REGISTRAR OF CONTRACTORS
RB,mg
Enclosure
RECEIy ARKS
PUBLIC Iq 197470-
JUN CITY
NEWPORT BEACH,
Gwy.
I
APR 2 2 V4
TO: CITY COUNCIL
FROM: Public Works Department
April 22, 1974
CITY COUNCIL AGENDA
ITEM NO. H -12
SUBJECT: CONSTRUCTION OF PHASE II, SAN JOAQUIN HILLS PARK (CONTRACT 1593)
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to be
received and opened on June 3, 1974 at 10:00 A.M.
DISCUSSION:
On December 10, 1973 the staff was directed by the City Council to
have plans and specifications for Phase II, San Joaquin Hills Park prepared.
On December 17, 1973 the sum of $8,500 was appropriated for outside engineer-
ing and soil tests.
The proposed work consists of (1) four reinforced concrete tennis
courts; (2) retaining walls; (3) concrete sidewalks; (4) drinking fountains;
(5) drains; (6) foundations and conduits for a future tennis court lighting
system; and (7) landscaping and irrigation system.
The plans for the tennis courts were prepared by VTN Consolidated,
Inc. The City staff prepared plans and specifications for an irrigation
system and landscaping.
The cost of the project is estimated to be:
Tennis Court Construction
Landscaping
Irrigation System
Contingencies (5%)
$76,100
8,500
10,640
4,760
Total Construction $100,000
Outside Engineering (previously funded) 8,265
Total Project Cost $108,265
Upon receipt of bids, an appropriation of funds from the Building
Excise Tax Fund will be requested.
This project is outside the jurisdiction of the Coastal Zone Conser-
vation Commission and �a� Coastal Zone Permit is not required.
seph �T. \Devlin
blic WcuOks Director
a �
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PROPOSED ENGINEERING SERVICES AGREEMENT
INC., FOR DESIGN OF FOUR TENNIS COURTS
L -/� ;43
RECOMMENDATIONS:
Adopt a resolution authorizing the
to execute an engineering services
Consolidated, Inc., for soil testi
tion of Plans, Specifications, and
tennis courts at San Joaquin Hills
not to exceed $7,500.
DISCUSSION:
January 14, 1974
CITY COUNCIL AGENDA
ITEM N0. H -2 (f)
WITH VTN CONSOLIDATED,
AT SAN JOAQUIN HILLS PARK
Mayor and City Clerk
agreement with VTN
ig, and the prepara-
estimate for four
Park for a total fee
On December 10, 1973 the staff was directed by the City Council
to prepare plans and specifications for Phase II, San Joaquin Hills Park.
On December 17, 1973 the sum of $8,500 was appropriated for outside engineer-
ing and soil testing.
The VTN firm prepared the original plans for the San Joaquin Hills
Park, including contract documents for the bowling greens, parking lot, irriga-
tion system, and landscaping in the area of the bowling greens. Because of
its previous connection with the park, VTN has been invited to submit a proposal
for preparing plans and specifications for the four proposed tennis courts.
A tentative budget figure of $80,000 has been established for the
project, including engineering services. The proposed work consists of four
reinforced concrete tennis courts complete except for lighting; retaining
walls-, concrete sidewalks, steps, and handrails; drinking fountains and
standpipes; and a drain to carry runoff from the bowling greens and parking
lot around the tennis courts. Foundations and conduit will be provided for
a future tennis court lighting system.
The project does not include the irrigation system, landscaping,
picnic tables, shuffleboard court, or horseshoe pits recommended to the City
Council by the Parks, Beaches & Recreation Commission on December 10, 1973.
7ub h Devlin
c
or Director
\ LP:hh
Jy T
CITY OF NEWPORT BEACH
PARKS, BEACHES & RECREATION COMMISSION
December 10, 1973
TO: MAYOR $ CITY COUNCIL
FROM: PB g R Commission
SUBJECT: SAN JOAQUIN HILLS PARK PHASE II DEVELOPMENT
RECOMMENDATION:
Allocate funds during fiscal year 1973 -74
to develop Phase II of San Joaquin Hills Park.
Estimated development costs for irrigation,
landscaping, four lighted tennis courts,
concrete walks, picnic tables, shuffleboard
courts, horseshoe pits and drinking fountain
are $115,000.
DISCUSSION:
Completion of Phase I development at San Joaquin Hills Park and the
subsequent dedication of the lawn bowling greens has indicated the
importance of completing this project. The pride of the members of
this community in the development of San Joaquin Hills Park,
especially our older adults, makes it desirable to complete the
total parksite as soon as possible.
Additionally, the Phase II development includes the installation of
four lighted tennis courts which is necessary as indicated by tennis
instruction registration, leisure -time open participation and
crowded existing court conditions.
It is unanimously felt by this Commission that this is a priority
item that can be implemented at this time to effectively increase
the recreation and open -space opportunities of the City of Newport
Beach.
Claudia Owen, Chairman
i 6
June 4, 1975
J. B. Crosby Co., Incorporated
8361 Moody Street
LaPalma, CA 90633
Subject: Surety : United Pacific Insurance Company
Bonds No. : U765423
Project : San Joaquin Hills Park
Phase II
Cmtzect No.: 1593
The City Council m May 12, 1975 accepted the work on subject
project and authorized the City Clerk to file a Notice of
Completion and to release bonds 35 days after Notice of Com-
pletion has been filed.
Notice of Completion was filed with the Orange County Recorder
on May 15, 1975, in Book 11403, Page 833. Please notify your
surety Company that bonds may be released 35 days after
recording date.
Laura Lagios, CMC
City Clerk
LL:swk
cc: Public Works Department
REL.' DI's•'
REQUdSI ED BY
PLEASP R_-TUN TO:
1AU CITY CLERK
C. i
.... .. ....._'.'. 5560
1418 J
C E_
NOTICE OF COMPLETION
PUBLIC WORKS
eK 1 1403n 833
RECORDED 1% OFFICIAL RECORDS
OF ORANGE COUNTY. CALIFORNIA
9105 VIA. MAY 15 1975
`
J. WYLIE CARLYLE, County Recar"r
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on
the Public Works project consisting of Phase II at
on which J. B. Crosby Co., Inc.
was the contractor, and United Pe
was the surety, was completed.
I, the undersigned, say:
Insurance
4, 1975
Hills Park
CITY OF NEWPORT BEACH
!Public orks ffirector
VERIFICATION
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
13, 1975 at Newport Beach, California.
I, the undersigned, s
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 12, 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 May 13, 1975 at Newport Beach, California.
0 0
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blyd
Area Code 714
673 -2110
Date: May 13, 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 Phase II at San Joaquin Hills
Park Contract No. 1593
on which J. i�. Cl osby Co., Inc.
was
the
Contractor
and united Pacific Insurance Coapmy
was
the
surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL:
Encl.
0
TO: Public Works Department
FROM: City Clerk
0
Date July 12, 1974
SUBJECT: Contract No. 1593
Project -5i—JWKvdn Hills Park, :'hale II
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: J. B. Crosby Co., Ix=porated
Address: 8361 ft)dy 3trt!et, La Palma; CA 90623
Amount: $ 119,422.,:0
Effective Date: 7 -10-74
Resolution No. 8288
Laura Lagios
LL-.dg
Att.
cc: Finance DepartmentQ
July 5, 1974
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF PHASE II AT SAN JOAQUIN HILLS PARK
CONTRACT No. 1593
Attached are four copies of the above contract documents.
Please have executed on behalf of the City, retain your copy and the
insurance certificates, and return the remaining copies to this depart-
ment. --z
4 hn �. zv .
S. Wolter
ect Engineer
JSW:h
Att.
J. B.
ASPHALT
'974
CROSBY
• CONCRETE
..Co., INC.
CONSTRUCTION r—
8361 MOODY
LA PALMA, CALIFORI
Ph.. (213) 5961992 '714
BEET lo&e
A 90623
326-5770/ 1
0
'r c
-lrn�r �ence CC). C I
J V Tleyj C"-.
Lon-,:7 7, ee_ch,
92'
�:j
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.
Project Description: Construction of Phase II at San Joaquin Hills Park
This is to certify that the Harbor Insurance Com an
ame of nsurance Company
has issued to
ns
8361 Moody Street, La Palma, California
rest
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.
Coverage
Policy No.
Policy Term
Limits of
Lia i it
Each Occurance
(Minimum:
_
Aggregate
(Minimum:
$500,000)
$ 500,000 Protectiv
$1,000,000 Products
500,000 Contractor
COMPREHENSIVE LIAB.
Combined Single
Limit Bodil y Injur y
or Property Damage
118198
From: 5-25-74
To: 5-25.75
$ 500,000.
includedProtectiv(
clu ecProducts
includedContract u<
Each occurence
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. 9wnedT— I+ire��ar►d ffep -Owed Ada;erwobi�e�
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. Marine or Aviation (when applicable).
Name of Agency or Broker: Allen Jayne Insurance, Inc.
it
Address of Agency or Broker: 1833 W Olympic Blvd , Los Angeles, Calif 90006
Countersigned by:
ns
ve
Effective date of this endorsement: June 28 , 192, Endorsement No.
AUTO
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. 1 593
Project Description: Construction of Phase II at San Joaquin Hills Park
Contract
This is to certify that the Pacific Auto Insurance Company
ame of Insurance Company
has issued to J. B. CROSBY CO. INCORPORATED
(Name of Insure
8361 Moody Street, La Palma, California 90623
(Address of Insure
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. C- ontractaal-- or- Assumed
-L ab #�i ;- rem }ngte -eont ael (s�- betaweet� #,die- Naaa>� -ir+5u ed
ard- the-£ trt�ifi�eai ;e- +leit+er�rta+�eef -aboae .
b. Owned, Hired and Non -Owned Automobiles.
c. Coi4maete"s-Rvretee4i.ve- Hiah}l ice-{ When Fasiw e� c�agages Sw✓�sor�trastox s }.
d. RrWwets t abu }try or -6a> rle�ed 8pera#.iews.
e. PAOasierirend- {In4eredret* 44a - {+�rhep-&W4eab�l .
f. Persona- -iitit y--I*zerds.
g. Brsa4- Foy- Wroryertyr�axracde.
h. Marine or- Ariatiarr- (trherr- ep$ }ict#e).
Name of Agency or Broker: Allen Javn . Tn c ,r n e, Tne.
it )
x
rre=—
Address of Agency or Broker: 18�� W. Olympic Blvd., Los Angeleq, Calif_ 90006
Countersigned by: GYM t l c_ r
(Authorize ranee omaar�v Representative
Effective date of this endorsement: June 28, 19 74, Endorsement No
Policy Term
Limits of
Lia i I it
Coverage
Policy No.
Each ccurance
ggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protectiv(
$1,000,000 Products
500,000 Contractui
COMPREHENSIVE LIAB.
From: 5 -25 -74
o y nJ� Y
exx
BdMb�MMled�rng�r
LAC 25089
$ 300,000 -
Limit Bodily Injury
To: 5 -25-75
Each occurence
or Property Damage
each,per
$100,000 each
per son
accident or occu
This policy includes at least the following coverages:
a. C- ontractaal-- or- Assumed
-L ab #�i ;- rem }ngte -eont ael (s�- betaweet� #,die- Naaa>� -ir+5u ed
ard- the-£ trt�ifi�eai ;e- +leit+er�rta+�eef -aboae .
b. Owned, Hired and Non -Owned Automobiles.
c. Coi4maete"s-Rvretee4i.ve- Hiah}l ice-{ When Fasiw e� c�agages Sw✓�sor�trastox s }.
d. RrWwets t abu }try or -6a> rle�ed 8pera#.iews.
e. PAOasierirend- {In4eredret* 44a - {+�rhep-&W4eab�l .
f. Persona- -iitit y--I*zerds.
g. Brsa4- Foy- Wroryertyr�axracde.
h. Marine or- Ariatiarr- (trherr- ep$ }ict#e).
Name of Agency or Broker: Allen Javn . Tn c ,r n e, Tne.
it )
x
rre=—
Address of Agency or Broker: 18�� W. Olympic Blvd., Los Angeleq, Calif_ 90006
Countersigned by: GYM t l c_ r
(Authorize ranee omaar�v Representative
Effective date of this endorsement: June 28, 19 74, Endorsement No
LW
IMPORTANT
• CITY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1593
Project Description: Construction of Phase II at San Joaquin Hills Park
on rac
This is to certify that the Mission Insurance Coml
(Name of Insurance
has issued to J. B. CROSBY CO., INCORPORATED
(Name of Insure
8161 Moodv Street. La
kAaaress of insure
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.
Coverage
Policy No.
Policy Term
Limits of
Lia i it i
Each Occurance
Aggregate
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protectiv
$1,000,000 Products
500,000 Contractui
From: 5 -25 -74
include dProtecti of
Combined Single
$25000,000,
includedroducts
Limit Bodily Injury
m828403
TO: 5-25-75
includedContractu<
or Property Damage
excess of and
rlying with Harb
#118198 and P
cific Auto #LAC25
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. Marine or Aviation (when applicable).
Name of Agency or Broker. Allen Jayne Insurance, Inc.
Address of Agency or Broker: 1833 W. Olympic Blvd., Los Angeles
Countersigned by:
ns
Effective date of this endorsement: June 28, 19Z, Endorsement No.
it )
or
089.
CERTIEICATE OF INSURANCE
NAMED ERTIFICATE ❑ AOL D- AMERICA INSURANCE COMPANY
INSURED" O J. B. CROSBY Co INCORPORATE, SUED BY EkMISSM INSURANCE COMPANY
• 8361 Moody Street SAYRE & TOSO, INC.
,La Palma, California 90623
CERTIFICATE CITY OF NEWPORT
ISSUED TO City Hall
3300 W. Newport
New Port Beach,
PRIA40
Blvd.
California
Allen Jayne Insurance, Inc.
1833 W. Olympic Blvd.
Los Angeles, Calif. 90006
HOLLAND - AMERICA INSURANCE COMPANY and /or MISSION INSURANCE COMPANY and /or SAYRE AND TOSO, INC. has issued coverage
effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations
of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement
between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition of
insured or any other terms or conditions of this certificate or the policy designa�ed.
KIND OF INSURANCE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF -1 -7
WORKMEN'S COMPENSATION
WCP10839 -C
EXP 4 -1 -7
STATUTORY CALIFORNIA COMPENSATION
COMPENSATION
EFF
STATUTORY COMPENSATION STATE(S) OF
WORKMEN'S COMPENSATION
EXP
EMPLOYERS LIABILITY $ 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
$
PROPERTY DAMAGE LIABILITY
EACH OCCURRENCE AGGREGATE
EXCEPT AUTOMOBILE
$ $
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING & TRANSPORTATION
$
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUAL CASH VALUE LESS $ DEDUCTIBLE
"THIRD PARTY PROPERTY DAMAGE
EFF
EXP
$
UMBRELLA EXCESS POLICY
EFF
EXP
$
Effective any loss under Physical Damage Coverage is payable as interests may appear to the Named Insured
and the Certificate Holder in accordance with Loss Payable Endorsement on reverse side, as respects the following:
YEAR I TRADE NAME I BODY TYPE AND MODEL I SERIAL NUMBER
❑ All automobiles in which the Certificate Holder has a financial interest.
F-1 The Certificate Holder is hereby named as an additional insured with respect to all automobiles leased or rented to
the Named Insured. Construction of Phase II at San Joaquin Hills Park
DESCRIPTION AND LOCATION OF OPERATIONS Contract 1593
"OTHER THAN AUTOMOBILE
This policy shall not be canceled nor reduced in coverage until after 30 days written notice of such cancelation
or reduction in coverage shall have been mailed to this certificate holder. by registered mail.
Certified this 28th day of June 19 74
Producer Allen Jayne Insurance, Inc.
HAC 3 (Rw. 6/73) (20M)
gr BY
Authorized Representative
i
.palels anoge se ueql ;a4lo 'Aa!lod s!ql ;o suo!lellwg ;o sluawaelHe 'suog!puoa
'swal 841 to Ado puajxa ;o OA!em 7alle 'Allen of PI;q aq pays pau!eluoo u!a;aq 2w.41011
Aw!od slll u! dmo4s ssa;ppe s ;i is japlOH-uall of paaaA!Iap
;o oj . pal!ew aq Iie4s luawasmpul McIAed ssag a,!gowolnq sty Due Oilod soul glim
ud!jaauu0o u! ;apicH-ual aqj o; Auedwoo 941 Aq uaA!H aq of pap!Ao;d u!aia4 saTIOU IN '0
'sso! a oI luanbasgns le jv aw7l eve Is 8u!A!dde sluaw
- annoa; In uvgdapxa a4j 41!m sAep (0E) Ajoiji to polled a ;o1 ppoem Aga;aq ale painsw
aqj 6q Auedwoo aql of uaAiB aq of pa;{nba; as+mag!! saollou Ile pup sAep (0£) Al;!4) 10
Pulled a 101 palue;E Aga;a4 ale 1ae;juoa aql 10 Al'Pile^ aqj u!elwew 01 AIeSSapdd aq
Aew +o a;e 'kwIod soul In suop!puoa paluud all 10 uosea; Aq 'ga!gm sluawasiopua pue
saMmid Ile 'ssa(all;anau 'pap!Aoid 'Ajdde ;a8u01 ou pegs luawas;Opuj aWhed ssul
aHgowolny sq; jo (g) xis pup (5) mil 9Z) 0ml syde;J2;ed 'juaea guns u! 'lnq (AO!Iod aql
jo d,gs;aumo 10 SOWN' Ile gllm) ;aploH 0911 all to lgauaq alll 101 }oa;ay1 w aj
aqj 10, anu!judo !le4s Aogad still ,ua8u sj! ;o aapl(:H-u9!1 del w palsaA awooaq Aollod
sryl spun pa;anoa A;;ado;d aqj 10 Aue )o uoissassod to )qh Pup diys;aumo aqj p!no4s 'B
JOW11OW pup ;aploH -ua11 aqj Aq paldaoae Pup panss! aq Heys Aagod lew,8110 all a @pun
Painful o ep (01) sal 0l uauxe aq, @ Hwnp aaaA03 a5imiaadto Ioupssol e110a jluena aqj dj
polled Aep 100 u@1 PeP 1 P P 4
;aploH ua!1 843 Aq paldaaoe ova Auedmop aoup;nsui aw0s Aq pans! uaaQ snail I1e45 juaw
- asopl] algeAed ssol a(!gouiolny s!qj 10 soviet aqj 4j!m aauepiome u! ;aplOH uall 041
of aljo too aapuna;agle sAep qjIm
us, jo Ipo!lad a ! ;01a!'Aluo asaP1OH�ua!lu all 10 Isal;l"
pies 1 e jDaila p a
ay; al se ;0a!)a Hue aoidl Hn1 u! anmjuoa Ijeys AO Hpd s!yj ;apun palu e,8 a8e;aeo0 sill ,
'w!e13 Sit 10lunowe pn; aqj aanooa; o! aaplOH
-uqn aq; jo seiii all 4edwi i!egs uope8o;gns ou lnq 'ola;all lejelellvs se ON Alunpas
aqj pup u040210 pies )o 'asmoaai InogHm 'ia)sae;; pue loswule sse pnj a ONl;3;;
uodna;ayl Ilels Auedwoo s!ql pup '(Pan;ooe Iou Isa;alu! Ile to puma; gllm) 'AaOod s141
oleo anp nlsa; ^,Ijm pine Uses I d!Puud0 as 104m Tall QePl H ua!1DagI of Aed Aew)'um}pdo sl, le
Auedwoo sill'sls!xa ;OIOAIIl WIol."'I ou pa msu{ Out of se "Ill wie!o !!ails Poe AbOod sq)
;apun axewep ;o sso! ;0l wns Aue 1ap1oH ua!l suit 'aj Fed !legs Auen+00 s!q; ;anauayM
aaueinsuj ;aglo pies ;apun uo!lnquluoa in sl4811 s Jap(oH ua!l aqj 10 Ile of Quaw
Aed pies of 3u inq!;luoo svamsul ;a 410 He 411m el, o;d) pale8o;gns aq Iie4s Auedwoo
s!yl spew os luawkd jo lualxa aql of Due ;ap!oH ua!l aqj Aq ej p @luasuod Alssa;dxa
pue el algeAed 'Aq play sa!0god ;apun Almdo;d pies u0 ;aloe;elo ;el!wc ;o aauemsu!
algilaal!oa pue pHeA jo 1un0we alogm aql of s;eaq a;nso Aga;a4 wns aqj 124; aHewep
;o Owl g0ns 10 u0!l;odad aql ;o1 AIuO ;ap10H uap all 01 se A01IOd s!ql ;apun algp!I eq
jJe4s Auedwoo s!yj 'Alaado;d pagn0sap- u'4IIm aqI o0d0 aauemsw ;ayl0 Ado aq a;ayl 11
wnwa;d 041 papuenpe sell .aploH ua!l pies ayi paplAmd ';aploH
-uail aql of pled aq II egs wn!wa;d paweaun a4; AO:,lod soy; 10 uoHeHaOUea )o juana aqj
'u1 Auedwoo aqj Aq ;apIOH-ual,1 all of uaA!H uaaq ;A ?q gags uoyjepaaue's ;dl lsanba; Jo
ao4ou uallum ;aj1e sAeP (01) ual aic-laq painsu! aql ;o lsanba; aqj la palaa) ;a aq Aailod
sill
to pagl;osap Al;adad all Huuanoo Am.iod s!yj ;apun aoueinsu! Ave 10 uogepacuea
Ijoes i9P1OH ua!l all 10 Aluo lsaaalw, aql of ss 'luana ou ul laploH ua(l aqj Aq pan!aoa;
51 uo!illasuea yo0a jd a34ou uaRUm, Halle sRep (01) ual 101 Alai) mpinH.ua!l aql 10
li,lauaq aql Al solo; u!- anw}uoa hells A0!lod s{ql aseo Bans Al Inq pamsul aq) 01 aaljou
10 2o1puas a4l lj!m dROa;m uuw ;ajjewa;aq pa!1!aeds apglo sit le M1611 -01.1 041 01
a�l}a+ um lepaauea a{; ju Adoo e pem;01 Illm Auedwup aql 'uOsea: ;ayjo Ave ;o 10 'wow
aid )0 lu;mXed-u0u ;01 lied ui ao alogm u! Acolod s!qj laouea of s;oala Auedwoo @ql 11 'V
';ap!oH -ua!l ayi Aq adjou uall!@m pies Jo Id!aoa; ;aJJe
sAep (Oil vaj am;aq pd e;!w;aj an loll Heys juawas;opul a!geAed ss0l a.Igowviny still
sapun iapl)H wall aqi In sjg2l 041 'wn!wa;d Iemol!ppe in wn!wa;d pies Fed of au!laap
11e4s ;aploH uap a41 g ';ojoa4; 8u!IUm ul puewap s,Adedwoo all )o jdlaoa; Mm%ol
Shp (01) ual wgl!m anp wn!wa;d all pied aq of asneo ;o All Heys wn!wa.d ybns Aeo 0l
pa;nsul aqj 10 ampeJ aq; jo Auedwoo s!qj Aq hlI ?lm u+ pa}llou 0s uaum ;aP(oH Oil
aqj je41 aapuna;a4 ;aploHuall 041 ;o s;gHU aql in asuenm,jsna aql 10 unH!puoa e s! li
Pup wmwa;d gars 13 alep alp Julie sAep vl) Aluaml pup Pa;puny au0 ulgllm. pup wu,j
sAep (09) Alx!s J@4E wn!maad j0 juawded you guns j0 aap10H11811 ayi al aollou "all"
aA!S of saa;8e Adedwao still 'A31!0d w.qj 10 swval aul lapvn anp awb0aq 10 aq 112ys
gw,gm wn!wa;d !eu0!l!ppe ;o wo!wa;d Alp Aed 01 parrivl a4j le a;nloeJ I0 IoaAa ayi 'ul £
101a1a4j pied wn!wa;d Poe lsTPBe pa;nsw AHe0410ads ssalun '01Ioa
s14j sapun pa;anoo I0o r Jae;Iuoa ;ay 10 10 '4ua1aa;8e aseo! - joeaju0s ales lauojl {puns
'6MIJ0w sapun Al;admd painsw, aqj 10 uoissarod w. aassal 10 'JOMI;OW 7aseyo;cd
aqj Aq uolIa;oas ao Iuawageagwa 'uws;anuoo In}8u0;m aq1 lauj ';e ^0' 04 'C301A08d
ssol ayi ;aiju ;o
sill ;o Aaryod ' l ;ay ay.
a;ojoq ;aglaym ;o luawaa;He Ole; ja luawgaelle aq; ;ajle ;v amlaq 2jwn '
s
'saA!leuasa;dai ;o s;ua2c saaAoldwa s,pamso ail; ;o pamsu ayi Ag yuaiagl loaiQ
s}41 8uulaaua0 luawaels
as1e1 Aue 10 asneoaq is s04od aql Aq palj!w'
;ad jou uoije;ado is aso 'suo!Iyubl Aue of Al+adoid aqj Jo uo!loa'qus 041 Jo osvesaq
;o Ao4bd aej jo suo!p,pupa ;o suuai eyl Aq Pemba, 13C Aue wolyd ul ampej aq; 10
asneoaq ;o Aa!!Od aqj 10 Sddlj!pdod ;o swaaj Aue Jo 0oyeloi,A u! lee Aoe )o asuew;a);aC
aqj eq ;0 '103 I2au 10 uo!ss!wo Ave Aq to 'A311od aqI 10 uoq;pub 10 slueuem Jc 4cea.4
Aue Aq ;o Al;ado;o 941 10 Oles;aumo ;o a!jlj ail) w a8aeq: Aue dq dea kse U. pam'dmi
ad ;ou Deus @aploH'ua!1 ail; 10 Aldo jsa;alw aql of se A0!lod s!q; %epcn aouemsw a'
pamsul a4j 01 elgeded ag hays 'Aue It ';3ueleq aul Poe )sa;aiv si'
;o Iualxa aq; of ;aplOH uala aqj of AHOaa!p pied, aq Ilegs ssal pies 10 lunowp aqj 1ua4;
aplas aje0edas ;o) Auedwoo aql u0dn ;ap!oH -u0i1 aqj Aq puewap u0dn jeci ssa ;agl;ana3
pap!AO;d milde Am sjsa;alu! gagj se 'pamsul 941 of AlpuoO;s pup lsp'oH ua11 all 0;
Allsuj a {ge6etl aq Heys Aapod sigl w_ peq_nsap Ajaado;d 941 0l 'Aue 4I aflewep ;o ssel 'j
:smollo; se soaABe AgoAaq
Auedwoo su43'A3god mij Aapun pamsul Miadoid Suit, u! 'aslmAaayie' oat, emaiaW
10 3opuan jeuoglpuoo se Ajop,&a sal ul (xMOH -U81 � 841 p II ) 4)
'sufi!sse pue s;oss0oons sli';aploH aiea!; AR0 041;01saxglut aql of 3oadsa3 43!M
V-6b WHOA '1NM3571001113 319VAVd sso, 3,180Woinv
4
C�
Approved by the City Council this
22nd day of April 1974.
/r
V,,
Doris George, Deputy Ci y Clerk
44, CITY CLERK
CONTRACT NO. 1593
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
SUBMITTED BY:
J. B. CROSBY CO., INCORPORATED
Contractor
8361 Moody Street
Address
La Palma, California 90623
City Zip Code
(714) 826 -5770
Telephone
119,422.00.
otal Bid Price
71
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
PROPOSAL
CONTRACT NO. 1593
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen
0
PR 1 of 5
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 complete Contract No. 1593 in strict conformance with the plans
identified as City of Newport Beach Drawing No. P- 5064 -S (consisting of 7 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 item of work, complete and in place, to wit:
5000 Unclassified excavation
Cu. Yd.
@ Two Dollars
and
No Cents $ 2,00 $ 10,000.00
Per Cubic Yard
500 Imported borrow, if required
Cu. Yd.
@ Two Dollars
and
No Cents $ 2.00. $ 1,000.00
Per Cubic Yar
Lump Construct tennis courts includ-
Sum ing Portland cement concrete, net
posts, nets, pulleys, tighteners,
surface preparation and electrical
conduit and fixtures
@ Thirty -eight Thousand Dollars
and
No Cents $38,000.00 $ 38,000.00
1 umn Sum
PR2of5
4(
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 900 Construct 12 -foot high chain link
L.F. fence
@ Thi rty Dol 1 ars
and
No Cents $ 30.00 $27,000.00
Per Linear Foot
5. 200
Construct 3 -foot high
chain link
L.F.
fence
@ Seven
Dollars
and
No
Cents $ 7.00 $ 1,400.00
Per Linear Foot
6. 100
Construct slump stone
wall
L.F.
(2 -ft. height)
@ Seventeen
Dollars
an
No
Cents $ 17.00 $ 1,700.00
Per Linear Foot
7. 4 Construct benches
Each
@ One Hundred Fifty Dollars
and
No Cents $ 150.00 $ 600.00
Per Farb
8. Lump Construct drinking fountains
Sum and water supply system
@ Twelve Thousand Dollars
and
No Cents $ 12,000.00 $ 12,000.00
Lump Sum
9. Lump Construct surface drainage system
Sum
@ Eleven Thousand Dollars
and
No Cents $ 11,000.00 $ 11,000.00
Lump Sum
10. Lump Construct P.C.C. walk and steps
Sum
@ Four Thousand Dollars
and
No Cents $ 4,000.00 $ 4,000.00
Lump Sum
+c
•
0
PR3of5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. Lump Construct automatic irrigation system
Sum
12
13
14.
15
16.
17
@ Two Thousand Dollars
and
No Cents $ 2,000.00 $ 2,000.00
Lump sum
Lump Plant Alta- Meadow fescue turf per
Sum plans
@ Seven Thousand Dollars
and
No Cents $ 7,000.00 $ 7,000.00
Lump sum
Lump
Plant trailing African
daisies
Sum
per plans
@ Eleven Hundred
Dollars
and
No
Cents
$ 1.100.00
$_].100.00
Lump Sum
Lump
Plant mondo grass from
flats
Sum
@ One hundred fifty
Dollars
and
No
Cents
$ 150.00
$ 15D.00
Lump Sum
Lump
Plant Arctotheca from
flats
Sum
@Two hundred fifty
Dollars
and
No
Cents
$ 250.00
$ 250.00
Lump Sum
15
Furnish and plant 15 gallon size
Each
bushy Yate trees
@ Forty -five Dollars
and
No Cents $ 45.00 $ 675.00
Per Each
1 Furnish and plant 24 -inch box
Each Carrotwood tree
@ Two Hundred Dollars
and
No Cents $ 200.00 $ ?00-nn
Per Each
•
C7
PR 4 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
18. 15 Furnish and plant 5 gallon size
Each Myoporum shrubs
@ Nine Dollars
and
No Cents $ 9.00 $ 135.00
Per Each
19. 45 Furnish and plant 5- gallon size
Each Xylosma shrubs
@ Nine Dollars
and
N Cents $ 9.00 $ 405.00
Per Each
20. 15 Furnish and plant 5- gallon size
Each Pride of Maderia Shrubs
@ Nine Dollars
and
No Cents $ 9.00 $ 135.00
Per Each
21. 39
Furnish and
plant
5- gallon
size
Each
Excallonia shrubs
@ Nine
Dollars
and
No
Cents $ 9.00 $ 351.00
Per Each
22, 10
Furnish and
plant
5- gallon
size
Each
Silverberry
shrubs
@ Nine
Dollars
and
No
Cents $ 9.00 $ 90.00
Per Each
23. 11
Furnish and
plant
5- gallon
size
Each
New Zealand
flax
shrubs
@ Nine Dollars
and
No Cents $ 9.00 $ 99.00
Per Each
PR 5 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
24. 33 Furnish and plant 1- gallon size
Each Sea Lavender shrubs
@ Four Dollars
an
No Cents $ 4.00 $ 132.00
Per Each
TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 - 24)
One hundred nineteen thousand, four hundred
twenty -two Dollars
and
June 3, 1974
DATE
CONTRACTOR'S LICENSE NO. 252650 A
CONTRACTOR'S ADDRESS 8361
$ 119,422.00
J. B. CROSBY CO., INCORPORATED
(Bidder's Name
S/ T. J. Crosby
(Authorized Signature
TELEPHONE NO. (714) 826 -5770
La Palma, California 90623
Ic
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerl, City Hall, Newport Beach,
California, until 10:00 A.M. on the 3 day of June , 1974 ,
at which time they will be opened and read, for performing work as ollows:
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
CONTRACT NO. 1593
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability 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 the Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a artnership,
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.)
u
E
Page la
The'.City has adopted the Standard S ecifications for Public Works Construction
(1973 Edition) as prepare y the out ern Ca i orm a 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
tc 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
E
f
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 oioss u„s 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. 252650 Classification A
Accompanying this proposal is Bid Bond for 10% of amount bid.
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.
(714) 826 -5770
Phone Number
June 3, 1974
Date
J. B. CROSBY CO., INCORPORATED
Bidder's Name
-(SEAL )-
S/ T. J. Crosby, Vice President
3
gn
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 - J. B. Crosby
Vice President - T. J. Crosby
Sec/Treasurer - Jean E. Crosby
Y'
0
Page 3
DESIGNATION OF $J8- CONTRACTORS
The undersigned certifies that he has used the su' -bids of the fol1c, -In9
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. Chain Link Fence Alcorn
2, Masonry Industrial Fence
3, Tennis Courts Pacific Tennis Cts.
p, Irrigation Acme Sprinkler
5. Planting Phoenix Landscape
b.
7.
8.
9.
10.
11.
12.
J. B. CROSBY CO., INCORPORATED
Bidder's Name
Sf T. J. Crosby, Vice President
Authorized Signature
Corporation
Type of rganization
(Individual, Co- partnership or Corp)
8361 Moody" Street
La Palma. California 90623
cress
` FOR ORAL SEE CITY CLERK'S FILE COPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, J. B. CROSBY CO., INCORPORATED
and UNITED PACIFIC INSURANCE COMPANY
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent
of the amount bid------ - - - - -- Dollars ($ 10% of bid ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
PHASE II - SAN JOAQUIN HILLS PARK - CONTRACT NO. .1593
in the City of Newport Beach, is accepted by the City Council- of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 3 day of
June , 19 74
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
June 3, 1974
J. B. CROSBY CO., INCORPORATED
Principal
S/ T. J. Crosby
Judith Friedman, Notary Public UNITED PACIFIC INSURANCE COMPANY
ommisslon expires March 25, 1978 Surety
By S /M, S. Butler
Title Attorney -in -fact
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 ary 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.
J. B. CROSBY CO., INCORPORATED
8361 Moody Street
La Palma, California 90623
S/ T. J. Crosby
Subscribed and sworn to before me by
this g day of June
19 74
My commission expires:
September 26, 1977 Darrah J. Kerns
Notary Public
FOWGINAL SEE CITY CLERK'S FILE C0P1
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Statement submitted upon award of contract.
S/ T. J. Crosby
Signed
I
J• . CROSBY COMPAN; , INC. •
STATE`ENT OF INCOME, TAXABLE. INCOME AND INCOME TAXES PAYABT,E
For the current month and the year ended March 31, 1974
:ontr.n.,ing income
.ess rect expense (Schedule 1)
Cross profit
e_ s g,ueral and administrative
expense (Schedule 1)
INCOME (LOSS) FROM
OPERATIONS
HER INCOME:
Interest income
Ocher income
TOTAL OTHER INCOME
OIAL OF'RATIONS AND OTHER INCOME
2 '.'ISI FOR FEDERAL AND STATE
Current Percent Year Ended Percent
Month of Sales March 31, 1974 of Sales
$ 102,583.57 100.00 $ 2,270,289.73 100.00
94,954.24 92.56 1,879,468.46 82.78
7,629.33 7.44 390,821.27 17.22
(54,212.97) 52.85 237,716.97 10.47
(46,583.64) (45.41) 153,104.30 6.75
(46,583.64) (45.41)
1,366.03 .06
936.55 .04
2.302.58 .10
155,406.88 6.85
COM' :AX - - 75,201.88 3.32
NET INCOME (LOSS) 5 (46.583.64)) 80,205.00 3_53
'UTATION OF TAXABLE INCOME (CASH BASIS):
D:
Federal and state tax provision 75,201.88
Accounts payable increase 89,413.38
Accrued payroll payable increase 3,636.62
Other additions 11,471.78
TOTAL ADDITIONS 179,723.66
1EDOCT:
Work in process increase 73,160.53
Accounts receivable increase 170,712.13
TOTAL DEDUCTIONS 243.872.66
TAXABLE INCOME 16,056.00
F-')£RAL AND STATE INCOME TAX 4,740.00
TAXABLE INCOME LESS INCOME TAXES 5 11.316.00
t'� ite4; see accompanying accountants` report.
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
To be submitted
S/ T. J. Crosby
Signed
u
> L
N
r•
r
r
c'
O
U
cc
CO
V
4o
O
Lr)
C
do
V'
:n
�-"
N
lD
lC
x
r^
In
lr
V'
N
f
r
co LL)
d'
V,
�7'
c-
N
M.
N
d'
i
r
Lr)
._.
cc
C
O�
LO
4n
v
4n
m
...
rn
V)
4n
--
U 1
v
v,
In
Ln
an
M
n
Gn
s
m
,.
IT
z
c
c
ro
ro
G
I-4 N
s4
c
c
ro
O
O
,-+
E
Ir. ...
C) (o
x
.�'
a)
G
G
—4
.0
N
O
O
.+
41
+
•-I
G
F
c
a
_
i4 c
•-1
e
c
;
m
a.
O
O?r
U
•
•
d
z
r ro
•-i
E
E
c
O
c�
wa
c.=. c.
X
•�
+?
.
o c
r
s
•
1J
1,
.-? G
ro N
sa
.,
C
s~
U
4
sa
X
_
a �55.
z
<_
cc
£
w
E
c
4
` <:
r
G
C
O
O
C
O
C'
c
.-
c•
v
o
c.
N
C
O
C-
a
a:
o
Ln
0
o
C
c
.�
o
c
n•
•C
C
C
Li
O
O
4J
T
•
U
G
U
f2
T
c O
V
b
H
G.
O
•
'C
r+
W
L
v7
C
L4
G
fm
•
>
a
O
•
E
+i!
ff
h
W
rd
W
U
41
r.,
r..
r.
e.
w
O
'L
G
O
Ci
r1
O
G
'041
w
v
o
1
3
•.•4
•
O
r
O
• 1
c
.
•rI
o
v
�
0
u
v
z
t�
u v
M
r;
P.
v:
tf
c;
h
O
--
4n
O
A
M
•^1
ro
tf..
cri
c•
a:
F
s
u
ro
a,
W
0
'cc
R,
E
�,
c
r.
-
C:
,z
i,
a
>
c
m
u
c,
v
a
v
G
a
c
w
v
o
a
4
4
4
ti
V.
y.
..
<
E-+
1-,
r7
•-i
J
G
• • Page 8
LABOR AND MATERIAL BOND 13o,voNo, U 76sq;�'3
Premicvn for i },is L� is inclucieC,
KNOW ALL MEN BY THESE PRESENTS, That iA `'' "'` '= rc ;. ci -to Eon, -'.
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted June 24, 1974
has awarded to J. B. Crosby Co., Incorporated
hereinafter designated as.the "Principal ", a contract for
Construction of Phase II at San Joaquin Hills Park - Contract No. 1593..
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 T Q, Ogeos&g 0o.0 ZryCO�po2AfE1J
as Principal, hereinafter designated as the Contractor and
UNITED PACIFIC INSURANCE COMPANY
as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of
/fT�/ -H /�Yt Tf/011J.9sd �EYEN HK.YA�ED 4F46.mv allo/_Dollars ($ 55? 711, po
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
i
(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 27TH day of S,, b 190
Approved as t form:
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
19 ae
Attest:
City Clerk
(Seal)
(Sear y
1'a�acvT r '
Seal.),
Seal)
(seal )
S. SUTLER %1 i;i ; ;cY IN - FACT
(Seal)
C
O
m
O
3
Z!,
30
C�.
,9.
>
0
rt
(D
m
O
>
C)
0
�n ol
0
3
z
m
>
L)
ml
M
0
D
— z
> 0 C,
Z 3
n m
M
n
0
:<
D
o
0
0
3 B 3
O
•
a
Page 10
&JyV lyv.U765y23
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 24, 1974
has awarded to J. B. Crosby Co., Incorporated
hereinafter designated as the "Principal ", a contract for
Construction of Phase II at San Joaquin Hills Park - Contract No. 1593
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
UNITED PACIFIC INSURANCE COMPANY
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
-;re vey- 74011nNDA(01
90&,' uyecbn/t..��r6crTibasfwa.ar..r NR 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.
•
(Performance Bond - Continued)
0
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 .2]r�/ day of 19_ cam.
Approved as to form:
�7C¢c
City Attorney
(Seal)
(Seal Y'
{Seal)
UNITED PACIFIC INSURANCE COMPANY (Seal)
(Seal )
� S. BUTLERfATTORNEY - IN - FACT
(Seal)
Surety
I : _
I:••��a
( ®2
{f/
\\ \/
(()
/ \§
\\J®
\�
XJ
\\
2 2�
}\
}} \/
O
D
5 3
O
�n �
z
C: m
>
D
Z m
< >
n
m
(-) 0
0 • cr u
z
:<
0
O
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this /e7//day of CLyc / , 197y ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and J. B. Crosby Co., Incorporated
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
Phase II at San Joaquin Hills Park - Contract No. .1593,
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 day 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.
S
0 !
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.
ATTEST:
I Approved as to form:
.
City Attorney
CITY OF NEWPORT
BEACH, ICALIFORNIA
— mayor
Title
By:
Ss cr�E -r
to
-
\ \§�(
( }/�5 � \
_ \ \�~
\/\
;2; _
- \ \\,
-
_� � --
Y
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX TO SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
CONTRACT NO. 1593
i
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . .
. . . . 1
II.
QUALIFICATIONS OF CONTRACTOR, SUB - CONTRACTORS,
AND WORKMEN . . . . . . . . . . . . . . . . . . .
. . . . 1
III.
COMPLETION OF THE WORK . . . . . . . . . . . . . . .
. . . . 2
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
V.
GUARANTEE . . . . . . . . . . . . . . . . . . . . .
. . . . 2
VI.
WATER . . . . . . . . . . . . . . . . . . . . .
. . . . 2
VII.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . .
. . . . 2
VIII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . ...
. . . 3
IX.
SITE ACCESS AND WORK AREA . . . . . . . . . . . . .
. . . . 3
X.
SUBSURFACE DATA . . . . . . . . . . . . . . . . . .
. . . . 3
XI.
EXISTING UTILITIES. . . . . . . ... . . . . . . . .
. . . . 3
XII.
CLEARING AND GRUBBING . . . . . . . . . . . . . . .
. . . . 3
XIII.
UNCLASSIFIED EXCAVATION AND FILL . . . . . . . . . .
. . . . 3
XIV.
IMPORTED BORROW . . . . . . . . . . . . . . . . . .
. . . . 4
XV.
SUBGRADE PREPARATION FOR PAVED AREAS. . . . . . . .
. . . . 4
XVI.
STRUCTURE EXCAVATION AND BACKFILL . . . . . . . . .
. . . . 5
i
._
0 !
INDEX TO SPECIAL PROVISIONS (Cont'd)
Page
XVII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . .
. 5
A. TENNIS COURTS . . . . . . . . . . . . . .
5
B. FENCING . . . . . . . . . . . . . . . . . . . .
11
C. MISCELLANEOUS . . . . . . . . . . . . . . . . . . . .
. 13
1. Retaining Wall. . . . . . . . . . . . .
. 13
2. Conduit System for Future Lighting. . . . . . . .
. 13
3. Concrete Walk and Stairs and Miscellaneous
Concrete . . . . . . . . . . . . . . . . . . . .
. 13
4. Subsurface Drains . . . . . . . . . . . ... . .
. 13
5. Drinking Fountains and Water Supply System . . .
. 13
XVIII. IRRIGATION SYSTEM . . . . . . . . . . . . . . . . . . . .
. 14
XII PLANTING . . . . . . . . . . . . . . . . . . . . . . .
. 23
ii
M
` SP 1 of 34
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
CONTRACT NO. 1593
I. SCOPE OF WORK
The work to be done under this contract consists of grading, constructing four
portland cement concrete tennis courts complete with fencing, concrete walkway,
irrigation system, landscaping, provisions for a future lighting system, drink-
ing fountains and other associated appurtenances. The work requires furnishing
all labor, equipment, material, transportation, and services necessary to com-
plete all the work as shown on the City of Newport Beach brawing No. P- 5064 -S
(consisting of seven sheets) and in accordance with these Special Provisions,
the City's Standard Special Provisions and Drawings, and the City's Standard
Specifications, and where applicable; the California Standard Specifications,
January, 1973.
The City's Standard Specifications are the Standard Specifications for Public
Works Construction, 1973 Edition. Copies may be purchased from Building News,
Inc., 3055 Overland Avenue, Los.Angeles, California 90034, telephone (213)
870 - 9871. Copies of the City's Standard Special Provisions and Drawings may be
purchased from the Public Works Department at a cost of $5.
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
II. QUALIFICATIONS OF CONTRACTOR, SUB - CONTRACTORS, AND WORKMEN
A. General
Because of the unusual nature of this work, the contract will be awarded only
to a bidder with extensive experience in the construction of concrete tennis
courts or one who proposes to use a sub - contractor with extensive experience
in concrete tennis.. courts. Accordingly, each bidder shall submit a list of
all the concrete tennis courts he or his proposed sub- contractor has constructed
in the last five years along with his bid for this project.
B. Pre - qualification of Cement Finishers
The concrete playing surface of the tennis courts shall be.finished only by
cement finishers with at least five (5) years' experience in the trade and
_..
K
•
SP 2 of 34
with extensive experience in applying the required finish. Two weeks before
starting to place the concrete tennis court slabs, the contractor shall fur-
nish the engineer a list of names and qualifications of the cement finishers
he intends to employ on this portion of the work. The engineer will review
the list and approve in writing the employment of the finishers who in his
opinion are qualified. Only finishers who are pre - qualified in this manner
shall be employed on this phase of the work. The names of additional finishers,
together with their qualifications, may be submitted in writing by the con-
tractor from time to time. However, they shall not be employed on this phase
of the work until written approval has been obtained from the engineer, who
will review the qualifications within a reasonable time.
Any finisher who cannot produce the required finish shall be removed from
this phase of the work and shall not again be used in the finishing of the
tennis court surfaces.
III. COMPLETION OF THE WORK
The contractor shall complete all work on the contract within 120 consecutive
calendar days after notification of award of contract by the City Council.
IV. PAYMENT
The prices bid for the various items of work shall include full compensation for
all material, labor, and services necessary for construction of the items complete
in place. Payment for incidental items of work not separately provided for in
the Proposal shall be included in the prices bid for other items of work.
V. GUARANTEE
The contractor shall guarantee for a,period of one year, after acceptance of the
work by the City Council, all material and workmanship against any defects what-
soever. Any such defects shall be immediately repaired at the contractor's ex-
pense.
VI. WATER
The contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the contractor wishes to use available City
water, . it will be his responsibility to make arrangements for water pruchases
by contacting the Citys Utility Superintendent, Mr. Tom Phillips, at 673 -2110,
extension 267.
VII. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be encountered
at various times and locations during the work herein contemplated. The con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the engi-
neer, are not subjected to the probability of damage.
V
0
SP 3 of 34
The contractor shall obtain written permission from the property owner before
any diversion of water outside the project area will be permitted by the engi-
neer.
VIII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be under
the supervision of a California Licensed Surveyor or Civil Engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at inter-
vals normally accepted by the agencies and trades involved. Payment for construc-
tion survey staking shall be considered as included in the various items of work,
and no additional allowance will be made therefor.
IX'. SITE ACCESS AND WORK AREA
The only access to the work site shall be from Crown Drive North at the location
shown on the drawing.
Special attention is directed to Section 7 -8 and 7 -9 of the Standard Specifica-
tions regarding site maintenance and protection of existing improvements.
X. SUBSURFACE DATA
Exploratory test pits were,dug at the locations shown on sheet 1. The test pit
logs and soil data are available for the contractor's inspection at the Public
Works Department, City Hall, 3300 Newport Boulevard, Newport Beach, California.
The contractor's attention is also directed to Section 2 -7 of the Standard
Specifications reg a rding subsurface data.
XI. EXISIING UTILITIES
The contractor shall investigate and protect all existing utilities in conform-
ance with Section 5 of the Standard Specifications. Known utilities are indi-
cated on the drawings.. Prior to performing construction work, the contractor
shall be responsible for requesting each utility company to locate its facilities.
The contractor shall protect in place and be responsible for, at his own expense,
any damage to any utilities encountered during construction of the items shown
on the drawings.
XII. CLEARING AND GRUBBING
The entire project area shall be cleared and grubbed in conformance with Sec-
tion 300 -1 of the Standard Specifications except as herein modified.
All cleared material shall be removed from the site in a manner and at a location
acceptable to all cognizant agencies. No burning will be permitted.
XIII. UNCLASSIFIED EXCAVATION AND FILL
The project site has been used as a spoil area for uncompacted fill. In order
to prepare the project site for the proposed development, the contractor will
be required to remove all existing uncompacted material and construct unclassified
• SP 4 of 34
fill to the lines and grades shown on the drawings. The unclassified excavation
and fill shall be in accordance with the applicable portions of Section 300 of .
the Standard Specifications except as herein modified.
The .contractor shall visit the site before submitting his bid and ascertain for
himself the effect of the pockets of loose fill and top soil on both earthwork
volumes and the extent of removal and compaction necessary.
The contractor may use the temporary spoil area shown on the drawings for storage
of excavated material.
Excavated material suitable for unclassified fill shall be placed within the
project site. Materials deemed unsuitable and /or excess excavated materials shall
be removed and disposed of at a location and in a manner acceptable to all cog-
nizant agencies.
Upon removal of the existing uncompacted fill, the contractor shall provide the
engineer a reasonable time to perform the survey work necessary to establish the
quantites of unclassified excavation removed. The contractor shall not prepare
the areas to receive fills until authorized to do so'by the engineer.
Upon authorization by the engineer, the contractor shall scarify all areas to
receive fills to a depth of six inches and re- compact it to the relative com-
paction specified below.
Compaction testing shall be in accordance with Section 211 of the Standard Speci-
fications. Laboratory maximum density shall be determined by Method 1, Section
211 -2.1 of the Standard Specifications.
The quantities of unclassified excavation are approximate only. Section 3 -2.1.1
of the Standard Specifications are hereby waived, and no unit price adjustment
will be made for an increase or decrease in the quantity of unclassified excava-
tion.
No separate payment will be made for removing material from stockpile and placing
it in its final position.
XIV. IMPORTED BORROW
If insufficient suitable material is available from on -site excavations to satisfy
the fill requirements, the contractor shall import a granular non - expansive ma-
terial of a quality suitable for the purpose intended, free of vegetable matter
or other unsatisfactory material.
All imported borrow shall be approved by the engineer prior to its use.
Payment for imported borrow, if required, will be made at the contract unit price
per cubic yard; and, in addition, shall include full compensation for transporting,
depositing, compacting, and shaping.
XV. SUBGRADE PREPARATION FOR PAVED AREAS
Paved areas include tennis court, sidewalks, slabs, curbs, drainage structures,
and portland cement concrete on grade. The subgrade for paved areas shall be
prepared in accordance with Section 301 -1 of the Standard Specifications.
SP 5 of 34
XVI. STRUCTURE EXCAVATION AND BACKFILL
Structure excavation and backfill shall be in accordance with Section 300 -3 of
the Standard Specifications.
XVII. CONSTRUCTION DETAILS
A. Tennis Cou
Work Included in this-Section:
Principal items of work include concrete form, installation of base
material, excavations for footings, reinforcing steel, setting fence,
gates, installing conduit for future lighting, drinking fountains, net
posts, finishing concrete slab and painting.
2. Materials:
a. Forms: Wood, free of warps, smooth, straight.
b. Reinforcing Bars: Clean, new stock, conforming to ASTM 615 -40,
intermediate grade, deformed billet steel. All bars larger in
diameter than No. 2 or 3/16 -inch shall be deformed.
c. Tie Wire: Fully annealed, copper- bearing steel wire of at least
16 gauge.
d. Chairs, Spacers, Supports and Other Accessories: Standard manu-
facture conforming to ACI -315 and PS 7 -66, made from steel wire
of required types and sizes. For reinforcement supported from
grade, -use suitably sized dense precast concrete blocks with
embedded.wire ties. Accessories used at exposed concrete surfaces
and placed within 3/4 -inch of exposed concrete surface shall be
galvanized. Aluminum accessories shall not be used.
e. Base: Class 2 aggregate base; 3/4" maximum per Section 26 of
California Standard Specifications.
f. Cement:
(1) Domestic, Portland Type II, per ASTM C 150 brand used not
to be changed during work.
(2) Cement shall be delivered to the work site or to the batching
plant in original packages. Bulk cement shall not be used.
If cement is delivered to the work site, the Contractor shall
provide adequate protection from weather during storage. All
cement not conforming to the specifications and all cement
damaged by exposure to moisture shall be removed immediately
from the work site.
g. Aggregates: From San Gabriel River pits approved by the Engineer,
stock piled at the job site or batch plant and removed in horizontal
layers of uniform thickness.. To prevent spalling and popping on
slab surface, all aggregates shall be free of reactive materials.
SP 6 of 34
(1) Fin .A re a e shall consist of hard, strong, durable
partic es of natural sand. Fine aggregate shall pass
a 3/8" sieve and be uniformly graded from coarse to fine
with.at least 90% passing a No. 4 sieve, not to exceed
7% passing a No. 100 sieve, and all retained on a No. 200
sieve.
(2) Coarse aggregate shall consist of clean, hated, sound,
dura a crushed rock or washed gravel, and shall contain
not more than 5% by weight of flat, thin, elongated,
friable, or laminated,pieces. Any piece having a major
dimension in excess of two and one half (2 112) times its
average thickness shall be considered as flat or thin
elongated. Coarse aggregate shall have a specific gravity
of not less than 2.50. Coarse aggregate No. 1 shall be
uniformly graded from that passing a 1 -1/2" sieve to that
retained on a 3/8" sieve; No. 2, from that passing a 1"
sieve to that retained on a No. 4 sieve. The Contractor
may elect to use either No. 1 or No. 2 coarse aggregate.
However, once selected, the coarse aggregate shall remain
constant throughout the entire work.
(3) Combined Aggregates shall be of fine aggregate and coarse
aggregate, either No. 1 or No. 2, and shall be combined
in such proportions as will produce gradations falling
within the limits prescribed in the following table:
h, Water: Clean, free from acids, alkali, or organic materials
injurious to the strength of Portland Cement concrete; potable.
i. Transit Mix Concrete: May be used at the option of the Con-
tractor. Shall be 1:2 -1/2:3 1/4 by volume with a maximum of
7 -1/2 gallons of water per sack of cement.
j. Net Supports: Jamison No. 355 -433 or approved equal, all
galvanized steel pipe complete with slotted tops, eye bolt,
pulley, slotted cap, capable reel. The reel shall be deluxe
heavy duty steel posts with handle and check latch.
k. Paint and finish:
(1) Lock -On: Pretreatment for new cement. Shall conform
to W,S.C.C. specification.
Percenta e b
Wei ht Passin
Sieve Size
Wit
No. 1
Wit
No. 2
1 -1/2 inch
-
100
-
-
1 inch
75
- 90
- 100
3/4 inch
55
- 75
70
- 90
3/8 inch
40
- 55
45
- 65
No. 4
30
- 40
31
- 47
No. 8
22
- 35
23
- 40
No. 16
16
- 30
17
- 35
No. 30
10
- 20
10
- 23
No. 50
2
- 8
2
- 10
No. 100
0
- 3
0
- 3
No. 200
0
0
h, Water: Clean, free from acids, alkali, or organic materials
injurious to the strength of Portland Cement concrete; potable.
i. Transit Mix Concrete: May be used at the option of the Con-
tractor. Shall be 1:2 -1/2:3 1/4 by volume with a maximum of
7 -1/2 gallons of water per sack of cement.
j. Net Supports: Jamison No. 355 -433 or approved equal, all
galvanized steel pipe complete with slotted tops, eye bolt,
pulley, slotted cap, capable reel. The reel shall be deluxe
heavy duty steel posts with handle and check latch.
k. Paint and finish:
(1) Lock -On: Pretreatment for new cement. Shall conform
to W,S.C.C. specification.
3
0 SP 7 of 34
(2) Play -On: Western Specialty Coatings Company's pure
acrylic. Shall conform to W.S.C.C. specification.
All colors including line paints.
(3) Graded Silica: Pure, crushed, shall conform to sieve
rating of selected speed.
(4) Water: Shall be clean, fresh and potable.
Forms:
a. Forms shall be brushed clean of loose foreign matter and oiled
as necessary before each pour; the Contractor shall notify the
Engineer 24 hours before such pour in order that the Owner's
surveyor may check all forms for location and elevation.
b. The contractor shall be responsible for correct placement of
pipe posts, reinforcing steel, removal of forms and protection
of slabs.
4. Reinforcing Steel:
All reinforcing bars shall be secured to insure no movement during
the placing operations. Slab reinforcing bars shall be securely
tied and set on chairs to prevent movement during concrete placing.
At all times and at each location during the placing of concrete,
there shall be a competent representative of the Contractor present,
whose sole duty shall be the inspection of all reinforcement steel
and the maintenance of bars in their proper position.
5. Concrete:
a. Batch Mixed on Site:
(1) All concrete shall be mixed in an approved power batch mixer.
(2) The mixer shall be equipped with automatic devices for timing
and mixing operations, and for metering or controlling the
quantity of water in the mix. The metering or controlling
mechanism shall be so constructed that no more water than
that for which it is adjusted can be delivered.
(3) The materials for each batch of concrete shall be accurately
and separately measured to proportions as specified by the
Testing Laboratory and placed in the mixer. Water shall then
be measured and combined with the batch, and the whole mixture
shall be mixed not less than two (2) minutes, during which
time the mixer shall rotate at a peripheral speed of approxi-
mately 200 feet per minute. The specified amount of water,
and no more, shall be added to each batch.
(4) Supplementing the predetermined mixing water by additional
amounts of cement and aggregate shall not be permitted.
(5) At no time shall the mixer be loaded beyond the manufacturer's
rated capacity.
(6) The mixer shall be completely empty before recharging. At
SP 8 of 34
frequent intervals, and for shut -down periods exceeding one
hour, the interior of the mixing drum shall be thoroughly
cleaned.
b. Transit Mixed:
(1) Transit mix concrete shall be mixed for a period of not less
than fifteen (15) minutes. At least three minutes of the
mixing period shall be at the work site immediately prior
to discharging from the mixer.
(2) Concrete shall be rejected if not placed in final position
within 45 minutes after water is first added to the batch.
(3) If transit mixed concrete is used, all materials and process
of manufacture shall comply with the full intent of these
specifications. A certificate certifying as to the quantities
of materials placed in each mixer truck shall be turned over
to the Engineer.
(4) Transit -Mixed Concrete: Not to be delivered to the site
with the total specified amount of water incorporated
therein. Two and a half (2 -1/2) gallons of water per cubic
yard shall be withheld and may be incorporated in the mix
before the concrete is discharged from the mixer and mixing
time shall be not less than five minutes after such water
has been added.
c. Placing Concrete:
(1) Finished subgrade and footing excavations shall be thoroughly
watered 12 to 15 hours prior to placing of concrete.
(2) No concrete shall be placed without approval, and this
operation shall be carried on only in the presence of the
Engineer. The Contractor shall give 24 hours advance
notice before placing any concrete.
(3) Once concrete placing is started, it shall be carried through
in a continuous, monolithic operation between predetermined
expansion joints as shown on the drawings. No construction
joints within the one -half (112) court slabs shall be allowed.
Under no circumstances shall concrete which has partially
hardened be deposited in the work, nor shall retempering of
concrete be allowed.
(4) All concrete when placed shall be sufficiently tamped and
manipulated to insure proper compaction, elimination of air
pockets and flow around al'l reinforcing steel, embedded
fixtures and into corners of all forms.
(5) The top surfaces of all interior 14" x 18" concrete grade
beams, all perimeter footings and all post footings shall
be troweled to a smooth surface and painted with asphalt.
Slabs shall not be poured over footings or beams until 24
hours after application of asphalt.
0 SP 9 of 34
(6) No concrete shall be poured during rain or dust storms.
If such storms should,develop immediately after placement
of concrete, the finished concrete shall be protected by
means of plastic sheeting, canvas, "Sisalkraft" paper or
other approved covering. This covering shall be provided
on the job site prior to pouring concrete.
Expansion joints: Expansion joints shall be filled up to 3/4"
from the top of the slab with No. 90 silica sand. A tack strip
of plywood shall be placed in the remaining 3/4" space, the top
to be flush with the finished slab :surface. The tack strip shall
be removed after the slab has been cured and DFC joint seal shall
be placed on top of the back -up material.
e. Finishing:
(1) The Contractor shall submit two samples for approval. Each
sample to be 2'x 2' slab samples as required for selection
of texture. The sample meeting approval will be retained
by the Engineer for comparative purposes.
(2) Finish course shall be brought to a true and even plane by
two wood floatings and two steel trowelings. Following this,
the slabs shall be given a light hairbroom finish. Only
skilled workmen with five (5) years of experience in this
type of finish are to be employed in cement finishing work.
(3) Cement finish shalt be true to line, plane and elevations
as shown on the drawings. Finished concrete slab surfaces
shall not deviate from a flat plane more than 1/8 of 1" when
tested with a ten foot straight edge held in any direction.
The Contractor shall furnish and maintain in good condition
a ten foot straight edge for use by the Engineer.
(4) Any slab showing a greater variation than the specified
1/8 of I ", and /or showing voids or separation of the aggre-
gates and /or showing a texture of variance to the accepted
sample shall be deemed defective and the entire slab to
expansion joints, as shown on the drawings, shall be removed
and replaced with concrete acceptable to the Engineer.
Removal and replacing defective work shall be at the
Contractor's expense.
f. Curing: Immediately after finishing and final set, apply fog
spray as directed by the Engineer. After finishing operation,
slab surfaces shall be covered for protection from injury and for
proper curing. Concrete shall be kept continuously wet for a
period of at least fourteen (14) days after being deposited.
After the concrete curing period, the Contractor shall remove
protective covering from the tennis courts. No mechanical equip-
ment shall be allowed on the courts.
Tests and Quality Control:
(1) Aggregate and concrete testing shall be performed by a
Testing Laboratory to be selected by the Engineer after the
contract has been awarded.
• SP 10 of 34
Aggregates shall be tested for and shall pass the following
tests. Aggregates shall be sampled at their production
source and tested. They shall again be sampled and tested
upon delivery to the ready mix plant three to four weeks
prior to placement. The tests are as follows:
Tests Test Method Requirements
Gradation ASTM C136 ASTM C33
Specific Gravity ASTM C127 & C128 2.50 (Min.)
Potential Reactivity ASTM C289 Sc /Rc 1.0
Soundness by Sulfate ASTM C88 8% Loss (Max.)
Organic Impurities
of.Sand ASTM C40 ASTM C33
(2) Samples of concrete shall be obtained by the molded cylinder
method. Three cylinders of concrete from each one -half tennis
court shall be taken. Each cylinder shall be given a number
and the point in the courts where the samples were noted thereon.
One cylinder of each set shall be tested at seven days, another
at 28 days and the third shall be held in reserve.
(3) When subjected to a slump test for consistency, the concrete
shall not have a slump in excess of 4 -1/2 ".
(4) Plant Inspection: Prior to the batching of concrete, a
laboratory representative shall visit the ready -mix plant
and verify that aggregate bins have been emptied and thoroughly
cleaned of all other materials and that the bins are filled
with aggregates from the approved stockpile.
(5) Job -Site Inspection: The Engineer shall arrange for the
performance of the following tests:
Test Test Method frequency
Slump ASTM C143 First load of each pour and
when taking strength specimens.
Compressive ASTM C31 One set of 3 per 100 cubic
strength yrs.; minimum of one set per
samples pour.
Samples shall be tested for compressive strength; one at seven
days and one at 28 days per set.
6. Painting Concrete:
a. Application must be made by thoroughly experienced contractors.
Contractor must be able to show tennis court applications that
have been installed at least two years; and both material and
application must be completely satisfactory to the Engineer.
(1) The surface of all concrete slabs shall be cured six (6)
weeks before surfacing.
•
• SP 11 of 34
(2) The cubed concrete slabs shall be approved before any
color acrylic is,app.lied. Application and mixing is
to be in strict accordance with Western Coatings Company
play- on.specifications.
b. Contractor shall lay out and paint tennis court playing lines
to the exact widths and dimensions as shown on the drawings.
Lines shall have sharp, clean edges.
c. Allo�l system to dry a minimum of two (2) days, warm weather,
before permitting play. Do not wash, hose down or sweep until
ten.(lp) days have elapsed since final coating.
7. Net Posts and Tie -Down Eye:
Net posts and tie -down eyes to be installed where shown on plans.
The Contractor shall verify all measurements and he shall be
responsible for the proper working out of all details of a complete
installation.
B. Fencing
1. Materials:
a. Chain Link Fabric: No. 9 gauge 1 -3/4" mesh, hot - dipped galvanized
after weaving. Wire pickets of which fabric is made shall have a
tensile strength test of 70,000 pounds per square inch based on the
cross - sectional area of the galvanized wire. Galvanized after
weaving, fabric shall withstand twelve (12) one (1) minute immer-
sions under the Preece Test. The product shall have a knuckled
selvage along the top and bottom.
b. Pipe: Standard hot - dipped galvanized iron pipe of sizes shown on
drawings, as herein specified and conforming to the following:
Outside Diam. Min.Wt. in
In Inches Lbs. /Ft.
3 -1/2 ------- ------ - - - - -- 7.58
2 -7/8 ------------- - - - - -- 5.79
1 -5/8 ---- --------- - - - - -- 2.27
c. Tops: Galvanized, apron base, cast iron, Dome type for all posts.
d. Fittings: Malleable cast iron or pressed steel unless otherwise
specified, hot - dipped galvanized, outside sleeve couplings.
e. Gates: Hot - dipped galvanized steel pipe frames, corner fittings
and fence fabric, cross braced and ball and socket hinged, with
spring latches accessible from both sides and fitted with pressed
steel bolted padlock hasps. The lower hinges of the gate shall
support the entire vertical load of the gate.
2. Posts:
In the locations and of size indicated on the drawings.
Footings: All posts shall be set in concrete footings as shown on drawings.
• • SP 12 of 34
Installation:
a. Top and bottom selvages knuckled.
b. One width of fabric up to and including twelve (12) feet.
Bottom, Middle, and Top Rail: Rails shall be hot - dipped
galvanized steel of size shown on drawings and spaced as
shown on drawings. Rails shall be placed horizontally to
form a continuous brace from end to end of each stretch of
fence. Rails securely fastened to all posts by pressed
steel connections.
Gates: Cross braced with one (1) three - eighths inch (3/8 ")
diameter iron rod with tightening device. Gates shall open
not less than one hundred eighty degrees (1800), but ninety
degrees (90 °) in either direction from closed position.
Gates shall be adjusted as approved by Engineer. Openings
between gate and posts shall be less than diameter of tennis
ball.
e. Galvanizing: All metal, including bolts and nuts, shall be
hot - dipped galvanized to withstand twelve (12) one (1)
minute immersions under the Preece Test. The Contractor
shall furnish the Owner a manufacturer's certification stating
that the chain link fence fabric, fittings and all miscellaneous
metal parts meet requirements as herein specified..
Fabric Fastening: Fastened to line posts on court side of
fence with fabric bands spaced approximately eighteen (18)
inches apart and to railings with tie wires spaced approxi-
mately twenty -four (24) inches apart. Fabric shall be
fastened to terminal and gate posts with 1/4" x 3/4" stretcher
bars which shall have bar bands at maximum of eighteen (18)
inches on centers.
The fencing wire shall not be installed until the surface
paving is completed and cured, and it shall be installed
before color coating is started.
All fence materials shall be delivered to the work site a
minimum of ten (10) days prior to fence erection. From said
delivered fence materials, the Contractor shall furnish the
Owner samples of chain link fabric, fabric bands, fittings,
etc., for testing. All materials which fail to meet require-
ments herein specified shall be immediately removed from the
work site and replaced with acceptable materials.
i. It shall be the Contractor's responsibility to erect the
fence true to line and level, and with a taut fabric. Any
fence construction not meeting the Engineer's approval
shall be replaced at the Contractor's expense with acceptable
construction.
• SP 13 of 34
C. Miscellaneous
1. Retaining Wall:
a. Concrete,block hollow units of size and type indicated.
b. Mortar ratio of 1:3.
c. Workmanship
(1) Work shall be true to lines and grades, plumb, with straight
and uniformly thick joints. Walls shall be plum from bottom
to top.
(2) Grout all cells solidly
(3) Exercise care in laying to prevent excessive and careless
splashing. All splash shall be removed carefully. Do not
use acid or acid compounds, rags, burlap, or carpet to clean.
2. Conduit System for Future Lighting:
a. The Contractor shall furnish and install all necessary inter-
connecting conduits, pull boxes, terminal boxes as indicated on
the drawings, or as necessary for the future lighting of tennis
courts.
b. Conduit systems shall be installed in accordance with applicable
provisions of the National Electric Code. Conduit shall be capped
by means of manufactured conduit seals or caps to prevent entrance
of water or debris and shall remain closed until future use. Mark-
ing location shall be as shown on drawings..
3. Concrete Walk, Stairs, and Miscellaneous Concrete:
The concrete walk, stairs, and miscellaneous concrete construction
shall conform to the requirements of Section 303 -5 of the Standard
Specifications except the concrete shall be Class 564 -C -3000.
4. Subsurface Drains:
The asbestos cement pipe (1500D) shall conform to the applicable por-
tions of Section 207 -6 of the Standard Specifications.
The concrete drain boxes shall have galvanized cast steel covers as
indicated on the drawings.
5. Drinking Fountains and Water Supply System:
Drinking fountains shall be the type indicated on the drawings.
Water Supply Line shall be P.V.C. Schedule 80 pipe and fittings in
accordance with Section 308- 2.2.1(b) of the Standard Specifications.
Gate Valves shall conform to the requirements of Section 308 -2.2.2 (g)
and (b) of the Standard Specifications.
The water supply line shall be constructed in conformance with the
applicable portions of Section 308-3.2.2 and Section 308-3.5 of the
Standard Specifications.
• i SP 14 of 34
:II. IRRIGATION SYSTEM
GENERAL
All of the provisions of the General Conditions and the Special Conditions of
the Specifications shall apply with the.same force and effect as though written
in full herein.
A. SCOPE
1. The work of this section includes all labor, materials, and
equipment required to complete work indicated on the drawings.
The work shall be performed in accordance with the best standards
of practice relating to the various trades and under the continuous
supervision of a competent foreman, capable of interpreting the
drawings and these specifications.
2. All local, municipal and state laws, and rules and regulations
governing or relating to any portion of this work are hereby
incorporated into and made a part of these specifications, and their
provisions shall be carried out by the contractor. Anything
contained in these specifications shall not be construed to conflict
with any of the above rules and regulations or requirements of the
same. However, when these specifications and drawings call for
or describe materials, workmanship, or construction of a better
quality, higher standard, or larger size than is required by the
above rules and regulations, the provisions of these specifications
and drawings shall take precedence.
3. SCHEWLE OF WORK INCLUDED IN THIS SECTION:
a. Verification of site conditions
b. Physical layout
c. Trenching
d.. Assembly of system
e. Piping under roadways
f. Connection to water supply
g. Backfilling
h. Adjustment of system
i. Testing
j. Clean up
•
k. Inspection
1. Record drawings
m. Guarantees
4. WRK NOT INCLUDED IN THIS SECTION:
0 SP 15 of 34
a. Items listed by others, N.I.C., or under separate contract.
3. MIM,
1. All hardscape work shall be inspected and approved before start of
any work of this section.
2. Prior to commencement of work, locate all electrical cables, conduits,
and all utility lines so that proper precautions may be taken not to
damage such improvements. In the event of a conflict between such
lines and irrigation system locations, promptly notify the Landscape
Planner who shall arrange for the relocation for one or the other.
Failure to follow this procedure places upon the contractor the
responsibility for, at his own expense, making any and all repairs
for damages resulting from work hereunder.
3. Coordinate installation of all sprinkler materials, including pipe,
so there shall be NO interference existing with or difficulty in
planting shrubs, trees, ground covers, or utilities and other construction.
4. The contractor shall obtain and pay for any and all permits and all
inspections as required.
S. Carefully note all established grades before commencing work. Restore
any established grade changed during course of this work to original
contours.
C. QUANTITIES AND TYPES
1. Irrigation materials shall be furnished in the quantities and /or spacing
as shown or noted and shall be of the size and manufacture as indicated
on the drawings and specifications.
D. VERIFICATION OF DIMENSIONS AND QUANTITIES
1. All scaled dimensions are approximate. Before proceeding with any work,
the contractor shall carefully check and verify all dimensions and
quantities and shall immediately inform the Landscape Planner of any
discrepancy between the drawings and /or the specifications and actual
conditions. No work shall be done in any area where there is such a
discrepancy until approval for same has been given by the Landscape
Planner or his representative.
•
• SP 16 of 34
2. Due to the scale of the drawings, it is not possible to indicate .
all offsets, fittings, sleeves, etc., which may be required.
The contractor shall carefully investigate the structural and
finished conditions affecting.all of his work and plan his work
accordingly, furnishing such fittings, etc., as may be required
to meet such conditions. Drawings are generally diagrammatic and
indicative of the work to be installed. The work shall be installed
in the most direct and workmanlike manner, so that conflicts between
irrigation systems, planting, and architectural features will be
avoided.
3. The contractor shall carefully check all grades to satisfy himself
that he may safely proceed before starting work on the sprinkler system.
E. INSPECTION
1. All inspections herein specified, shall be made by the Landscape
Planner. The contractor shall request inspection at least two days
in advance of the time inspection is required.
2. Inspection will be- required for the following parts of the work.
a. Staked out layout of all pressure supply lines, routing,
and location of sprinkler heads.
b. Pressure test, and trench depth prior to backfill
(spot check upon completion of fill).
c. Coverage test upon sprinkler system completion
d. Final inspection upon completion of job.
F. MATERIALS
1. All Material shall be of new stock and best grade of its kind. It
shall be as specified unless otherwise specifically approved, in
writing, by the Landscape Planner. Materials not named shall be
subject to approval or rejection by the Landscape Planner. In all
cases, workmanship and material shall conform to the local plumbing
code having jurisdiction.
2. Plastic Pipe.
a. Plastic pipe shall be 100% virgin poly -vinyl chloride Type I
conforming to commercial standards of National Sanitation
Foundation.
b. All plastic pipe shall be continuously and permanently marked
with the following information: Manufacturer's name, kind of
pipe, material size, IPS, NSF approval and schedule and type/
SP 17 of 34
C. Plasticlope shall be as manufactured by Cisco, Celanese,
GSR, or Johns Manville.
d. Main Line. All piping under constant pressure, between meter and/
or supply system, and Control valves as per local code or: shall
be PVC 1220, SDR CR315 P.S.I. unless otherwise shown on the drawings,
details or legend.
e. Lateral Lines. All piping under intermittent pressure, down
stream.of control valves shall be rigid PVC 1220, SDR 21 or 200
P.S.I. unless otherwise shown on the drawings, details or legend.
3. Fittings, Nipples and Risers
a. All plastic fittings shall be rigid poly -vinyl chloride, standard
weight, schedule 40 Type I -II.
b. All risers and nipples shall be galvanized standard weight, schedule
40 steel pipe, or schedule 80 PVC as shown on the drawings, details
or legend.
4. Gate Valves: 2 -1/2" and smaller - all brass full opening gate type
with hand wheel 150 pound class.
5. Quick Coupling Valves: Red brass, 150 pound class, one inch I.P.S.,
Female threaded inlet to be operated with a heavy cast brass double
lug coupler key.
6. Street Elbow, Bushings, Close Nipples, Long Screws, Bullhead Tees or
Crosses will not be allowed and shall not be installed except as
otherwise specified or detailed herein.
7. Control Wire - Coloring of wires (gauge if not noted on plan)
8. Valve Boxes - if not noted in plans.
G. INSTALLATION SPECIFICATIONS
1. Trench Excavation and Backfill
Trench excavation and backfill shall be in accordance with
Section 308 -3.2.2 of the Standard Specifications except as
herein modified.
SP 18 of 34
2. Galvanized Pipe:
a. Galvanized pipe shall be handled and stored in a manner to
prevent damage
b. The interior of the pipe shall be kept clean at all times and
open ends shall be blocked in such a manner as to prevent dirt
and foreign matter from entering when work is not.in progress.
3. Plastic Pipe and Fittings:
a. Sprinkler head installation on plastic pipe shall be as detailed
on drawings.
b. Due to the nature of plastic pipe and fittings, the contractor
shall exercise care in handling, loading, unloading and storing
to avoid damage. The pipe and fittings shall be stored under
cover, and shall be transported in vehicle with a bed long enough
to allow the length of pipe to lie flat, so as not to be subject
to undue bending or concentrated external load at any point. Any
pipe that has been dented or damaged shall be discarded until
such damage has been cut and pipe is rejoined with a coupling.
c. The bottom of the trench in which plastic pipe is installed shall
be free from rocks or other sharp -edged objects.
d. Welded joints shall be given at least 15 minutes set -up curing
time before moving or handling. Pipe shall be partially center
loaded to prevent arching and slipping under pressure. No water
shall be ,permitted in pipe, until a period of at least 12 hours
has elapsed for solvent weld setting and curing.
e. Backfilling shall be done when pipe is not in an expanded or
contracted condition due to heat. Cooling of the pipe can be
accomplished by operating the system for a short time before
backfill, or by backfilling in the early part of the morning
before the heat of the day.
f. Long runs of PVC pipe shall be snaked in the trench to allow
for contraction.
g. All pipe shall be laid true and accurate to grade with full
length of each pipe section lying solidly on a firm base. If
grade or joint of pipe is disturbed after laying, it shall
be taken up and re -laid.
h. Clean interior of pipe thoroughly and remove all dirt or foreign
matter before lowering pipe into trench and keep clean during
operations by plugs or other approved methods. The ends of all
threaded pipe shall be reamed out full size with a long taper
reamer so as to be partially bell - mouthed and perfectly smooth.
All offsets shall be made with fittings.
4
S
0
• SP 19 of 34
Flushin : All water lines shall be thoroughly flushed out before
heads are installed.
Sprinkler Heads:
a. Heads shall be installed in a plumb position at intervals not
to exceed the maximum spacings indicated on the drawings.
b. Heads in lawn or turf areas where grass has not been established
shall be installed on temporary risers extending at least 4"
above grade. After lawn or turf is established and the ground
has settled, the contractor shall, within ten (10) days of
notification, lower heads to finish grade. Where heads are
installed along walks, roads, etc., they shall be permanently
positioned.
c. Pop -up heads adjacent to curbs or walks shall be installed 1/2"
min - 1" max. away from the edge of the curb or walk, and shall
be set 3/8" below the edge of the curb or walk.
d. Shrub heads adjacent to curbs or walks shall be installed 6"
away from the curb or walk and the nozzle shall be flush with
the curb or walk. Where adjacent to buildings; fences or similar
structures, heads shall be installed 6" away from the structure
and the nozzle shall be 6" above finished grade. Heads not near
paving or structures shall be set 6" above finish grade.
e. Adjustable-sprinklers shall be adjusted by fully opening the
sprinkler furthest from the control valve. The manual adjustment
of the control valve shall be opened slightly to obtain a 12" high
spray at the sprinkler mentioned above. After this condition
has been met, all other sprinklers in the section shall be adjusted
for equal height sprays, regulating the control valve as required
to maintain this condition. With a pressure gauge on the sprinkler
first opened, the control valve shall be adjusted to obtain the
catalog rated pressure for the sprinkler installed. Individual
heads shall then be rotated as required to keep sprays within the
areas of lawn or shrubbery.
6. Backfill of Trenches:
a. Trenches shall be backfilled with excavated dirt after piping
installed has been protected from clods, rocks, or large lumps.
Backfill shall be placed in layers; the thickness of the layers
shall depend on the nature of the material and the method of
compaction used.
b. Compaction shall be such that there will be no settling within
the one -year guarantee period. The contractor shall not place
detrimental subsoil in the top 6" of backfill.
• SP 20 of 34
c. Water compaction will be permitted unless determined by the En-
gineer to be unsuitable for a particular situation. No
flooding of the site will be allowed.
7. Tests:
a. All pressure lines shall be tested prior to backfill operations.
Center load plastic pipe with small amount of backfill to prevent
arching and whipping under pressure.
b. As soon as lines are connected, flushed out, and valves are
attached, cap all outlets and hydrostatically test at 150 P.S.I.
for continuous 4 hour period, at the end of which period the lines
and joints shall be inspected by the Engineer. If leaks develop,
the joint or joints shall be replaced, and the tests repeated until
all leaks are repaired.
c. The entire installation shall be placed in operation by the
contractor and tested in the presence of the Landscape Planner.
for proper functioning as a whole.
d. Location and arc of heads shall be adjusted if required to
eliminate any dry spots, over -water or spillage on adjacent
areas.
8. Vacuum Breaker
Vacuwn breakers shall be as indicated in the legend on the drawings
or approved equal and installed as per detail.
9. Automatic Valves and Controller
Automatic valves and controller shall be as shown in the legend and
installed as per detail.
10. Detail Drawings
All assemblies specified herein shall be installed in accordance with
the respective detail. In the absence of detail drawings or speci-
fications pertaining to the specific items required to complete the
work, the contractor shall perform such work in accordance with the
best standard practice and to the satisfaction of the City.
H. CLEAN -UP
1. Leave the entire installation in complete operating order, free from
any and all defects in material, workmanship or finish, regardless of
any discrepancies and /or omissions in plans or specifications.
2. Remove from the site all debris and rubbish resulting from the work,
and leave the installation in clean condition.
. SP 21 of 34
I. INSPECTION OF MRK
1. Installations and operations must be approved by the City.
2. Prior to commencing work the contractor shall arrange a meeting with
the City at which time the contractor will be informed of specific
inspections required and the method of calling for such inspections
as the work is completed.
3. In no event shall the contractor cover up or otherwise remove from
view any work under this contract without prior approval of the City.
Any work covered prior to inspection shall be opened to view by the
Contractor at his expense,
4. Upon completion of the project, the contractor shall transfer all
information concerning the dimensions to a clear set of transparency
prints of the drawings. The changes and dimensions shall be recorded
in a legible and workmanlike manner to the satisfaction of the City.
The contractor shall for this purpose procure from the City a transparency
(ozalid) of the piping layout to mark all as -built dimensions and work
that differs from the original plans.
J. GUARANTEE
The entire sprinkler system shall be unconditionally guaranteed by the
oontractor as to material and workmanship, including settling of backfilled
areas below grade for a period of one (1) year following the date of final
acceptance of the work.
If, within one year from the date of completion, 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 cost to the
City, including the complete restoration of all damaged planting,
paving, or other improvements of any kind,
2. Should any operational difficulties in connection with the sprinkler
system develop within the specified guarantee period which in the
opinion of the City may be due to inferior material and/or workmanship,
said difficulties shall be immediately corrected by the contractor to
the satisfaction of the City at no additional cost to City, including
any and all other damage caused by such defects.
3. Upon receiving a call for service on the system, the contractor shall
respond within a period of three days or shall accept back charges for
the work if City elects to have others perform the necessary repairs if
contractor has not responded three.days after notification. In doing
such repair work, Contractor shall be responsible for all existing work
or landscaping damaged by such malfunction or its repairs. All guarantees
shall be in writing.
• SP 22 of 34
4. If requested by the City, contractor, shall provide certification
from the mfg. that all PVC pipe and fittings are guaranteed to
1000 of pressure rating.
5. Any and all damage to storm drains, water supply lines, gas lines
and /or other utility lines shall be repaired and made good by the
contractor at no extra cost to the City. 'It is the responsibility
of the contractor to be aware of the location of all utilities or
other permanent or non - permanent installations and to protect these
installations from any damage whatsoever.
K. EQUIMM TO BE FURNISHED
The contractor shall provide as part of this contract two sets of quick
coupler valve keys, hose swivel ells and two sets of sprinkler wrenches
for adjusting, cleaning or disassembling each type of sprinkler. Two
each of any special tools required for any other equipment shall also
be furnished.
• SP 23 of 34
XIX. PLANTING
GENERAL
All of the provisions of the General Conditions and the Special Conditions of
the Specifications shall apply with the same force and effect as though written
in full herein.
A. SCOPE
The work of this section includes all labor, materials and equipment
required to complete work indicated on the drawings. The work shall
be performed in accordance with the best standards of practice relating
to the various trades and under the continuous supervision of a competent
foreman, capable of interpreting the drawings and these specifications.
1. SCHEDULE OF WORK INCLUDED IN THIS SECTION:
a. Finish grading
b. Soil preparation.
c. Fertilization
d. All planting, including ground cover and seeded lawn
e. Staking
f. Maintenance
g. Inspection and certifications
h. Guarantees
i. Cleanup
2. LARK NOT INCLUDED IN THIS SECTION:
a. Rough grading - Earthwork and preparatory work
b. Sprinkler system
c. Items listed by others, N.I.C., or under separate contract.
1 136110»N91b.Uf.�
1. All sprinkler work shall be inspected and approved before start of any
work of this section.
A
D.
0 SP 24 of 34
2. Prior to excavation for planting or placing of stakes, locate
all electric cables, conduits, sprinkler valve control wires,
and utility lines so that proper precautions may be taken not to
damage such improvements. In the event of a conflict between such
lines and plant locations, promptly notify the Landscape Planner
who shall arrange for relocation for one or the other. Failure
to follow this procedure places upon the contractor the responsibility
for, at his own expense, making any and all repairs for damages re-
sulting from work hereunder.
QUANTITIES AND TYPES
1. 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. The Landscape
Planner has prepared this list only as a convenience to the contractor
and assumes no responsibility for its accuracy. The landscape contractor
is to verify all sizes and quantities. The drawings take precedence over
the plant list.
VERIFICATION OF DIMENSIONS AND QUANTITIES
1. All scaled dimensions are approximate. Before proceeding with any work,
the contractor shall carefully check and verify all dimensions and quanti-
ties and shall immediately inform the Landscape Planner of any discrepancy
between the drawings and /or the specifications and actual conditions.
No work shall be done in any area where there is such a discrepancy,
until approval for same has been given by the Landscape Planner.
E. INSPECTION
1. All inspections herein specified, shall be made by the Landscape Planner
or his representative. The contractor shall request inspection, at least
two days in advance of the time inspection is required.
2. Inspection will be required for the following parts of the work:
a. When preliminary finish grading and soil preparation are completed.
b. When shrubs and trees are spotted for planting, but before planting
holes are excavated.
c. Finish modeling of all lawn areas prior to hydro - seeding.
d. All landscape construction items, including planting and sprinklers,
prior to the start of the maintenance period (final inspection).
e. At completion of maintenance period (Maintenance inspection)
F. CERTIFICATION
0 SP 25 of 34
Prior to job acceptance, written certifications shall be submitted to
the Landscape Planner for the 'following:
1. Quantity of commercial fertilizer and organic fertilizer.
2. Quantity of seed and or sod as applicable.
3. Quantity of all soil amendments called for by plans or specifications.
G. MATERIALS
1. Samples of materials shall be submitted for inspection and shall be
stored on the site until furnishing of materials is completed.
Delivery may begin upon approval of samples or as directed. Material
samples shall include fertilizers and soil conditions, seed and plants
and any other materials required by the Landscape Planner.
2. S ecial Fertilizers and Amendments not specified but required for proper
wor will e.classe as "extra work" in accordance with Section 3 -3 of
the Standard Specifications.
3. Fertilizers and Chemical Concentrates:
a. Nitrogen stabilized redwood bark with the following properties:
(1) Salinity: Shall be no higher than 3.5 millions per
centimeter at 25 C. as measured by saturation
extract conductivity.
(2) Nitrogen content: .05% for Redwood Sawdust; 1.0% for
fir bark. All values based on dry weight.
b. Urea formaldehyde 38 -0 -0.
c. Agricultural Gypsum.
d. Soil Sulfur.
e. Commercial Fertilizer 6- 20 -20.
f. Ferric Sulfate.
4. Tree Staking Materials:
a. Stakes - Type as noted on details at least 2" x 2" actual dimension
an not less than eight (8) feet long, of uniform size, pointed at
one end and driven to a depth of 2' - 0" minimum, or as noted on
detail.
A
b. Ties shall.be as noted on plans.
0 SP 26 of 34
S. Lawn seed mixture shall be as designated on planting plans.
6. Sod materials shall be free of disease and weeds upon delivery
to site and in vigorous growing conditions. Variety of sod
shall be: as designated.on the planting plans.
7. Plant Materials:
a. Quality and Size of all plants shall be No. 1 grade, as approved.
They shall be fresh, vigorous, of normal growth, free of diseases,
insects, insect eggs and larvae.
b. Plant Materials shall conform to size, variety and species shown
on the plant list and be located as shown on the drawings. Protect
roots of all items. Plants marked 1 -gal., 5 -gal. and 15 -gal. are to
be delivered in containers no less in content than a one, five or
fifteen (1, S or 15) gallon can. Trees in boxes or butter tubs are
acceptable if the container is in good condition. Root -bound material
or material pruned back in the cans will be. rejected.
c. Caliper shall be diameter of trunk one foot above surface of ground
and shall be the determining measurement for trees when specified.
d. Oversize plants may be used if not root - bound, but use of such
plants s 11 not increase the contract price. Up to 10% of
undersize plants in any one variety or grade may be used, provided
that there are sufficient plants above grade to make the average
equal to or above specified grade, and provided that undersize
plants are larger than average size of next smaller size grade.
e. Pruning shall not be done prior to delivery except with special
approval.
8. Ground Cover
a. Rooted cuttings of ground covers shall be insect and disease free,
healthy, vigorous and strong; growing from flats; spacing
and variety shall be as shown on landscape plans.
b. Ground Cover materials shall be provided in quantity adequate to
fill the areas shown at the spacing shown.
9. Inspection
a. Inspection of Plant Materials required_by City, County, State or
Federal Authorities shall be a responsibility of the .
contractor, and he shall have secured permits or certificates
prior to delivery of plants to site. Copies of permits and
certificates shall be made available to Landscape Planner.
H.
E
• SP 27 of 34
b. Plants shall be subject to inspection and approval or rejection
by the Landscape Planner at place of growth and on the project
site at any time before or during progress of work, for size,
variety, condition, latent defects and injuries. Rejected plants
shall be removed from the site immediately.
10. Substitutions for the indicated plan materials will be permitted,
provided the substituted materials are approved in advance by the
Landscape Planner and the substitutions are made at no additional
cost to the City. Except for the variations so authorized, all
substitute plant materials shall conform to the requirements of
those indicated or specified.
11. Plant List is indicated on drawings.
12. Nomenclature conforms to customary nursery usage.
13. Quantities given to the plant list on the drawings are for the
convenience of the contractor only. Quantities shown on plan are the
final authority and shall be furnished and installed as shown. All
plants furnished shall conform to the State Grading Code for Nursery
Stock and are to be No. 1 Grade. State shall be that in which project
is located. See Plant List for specified size and condition of all
plants.
GROUND PREPARATION AND FINISH GRADING
1. Existing Conditions or Features- Contractor shall check or locate
existing structures, electric cables or conduits, utility lines and
other existing features or conditions above or below ground level
that ?night be damaged as a result of his operation. Questions or
conflicts arising out of such examination prior to or during operation
shall be immediately directed to the attention of the Landscape Planner
for necessary action or decision before resuming operation. Contractor
shall be responsible for repair or replacement at no cost to the City,
of features or conditions damaged through failure to comply with above
procedure.
Grading Operations: The contractor shall provide all
grading operations prior to the installation of any planting.
a. Fi�nishhGGr_ading: When preliminary grading, including weeding and
ertilf— izing has been completed and the soil has dried sufficiently
to be readily worked, all lawn and planting areas shall be graded
to the elevations indicated on the drawings. Grades not otherwise
indicated shall be uniform levels or slopes between points where
elevations are given. Minor adjustments of finish grades shall be
made at the direction of the Landscape Planner, if required.
Finish grade shall be smooth even, and uniform plane with non-
abrupt change of surface. Low spots and pockets shall be done when
3
. SP 28 of 34
soil is at optimum moisture content for working. Planting
area finish grade shall be 1" below finish grade of adjacent
paved surfaces unless otherwise noted on drawings.
b. Clean -Up: During all grading phases roots, rocks and foreign
material which would hinder growth of sod or plant material,
shall be removed and disposed of.
c. Moisture: No grading shall be done when the moisture content
of—tFe soil is so great that excessive compaction will occur,
nor when it is so dry that a dust will form in the air or that
clods will not break readily.
d. Wee —ding: Before and during preliminary and finish grading, all
week and grasses shall be dug out by roots and disposed of
off the site.
Soil Conditioning and Fertilizing
Cultivate planting area to a depth of 6 ". Wet soil thoroughly and
allow to settle. Repeat this compaction procedure until soil is
stable enough to hold a smooth, uniform surface but loose enough to
permit aeration and drainage for plant material. Before planting shrub
and ground cover areas, incorporate the following:
a. Soil prep /1000 s.f.
4 cu. yds. Nitrogen stabilized and mineralized organic amendment
(sawdust or fir bark)
10 lb. Soil Sulfur
100 lbs. Agricultural gypsum
30 lbs. 6 -20 -20 Commercial Fertilizer
b. Backfill mix:
Where trees are to be planted, holes should be dug twice the
diameter of the plant ball but no deeper than the plant ball.
the soil at the bottom of the hole should be loosened and
refirmed before setting the plant. The following backfill
mix is for use around the ball of each specimen.
7 parts by volume on -site screened soil
3 parts by volume organic amendment per above
2 lbs. Ferric sulfate per cu. yd. of mix
2 lbs. 6 -20 -20 per cu. yd. of mix
10 lbs. Agricultural gypsum per cu. yd. of mix
c. Maintenance Fertilization:
Every 30 days an application of a 16 -6 -8 or 17 -4 -8 complete
fertilizer shall be applied at a rate of 6 lbs. per 1000 s.f.
V
I
• ! SP 29 of 34
PLANTING
1. Protect roots or ball of plants at all times from sun and drying winds.
2. Plant all materials as soon as site is available and weather conditions
are suitable, as approved and directed. Do not plant when weather
conditions are unfavorable to good work.
3. Hydro- seeded Turf: Provide in areas as indicated on drawings.
a. Grade areas to 1" below top of adjacent walks, curbs, etc, filling
as needed or removing surplus dirt and floating areas to a smooth,
uniform grade. All seeded areas shall slope to drain.
b. Areas shall have a smooth and continual grade between existing or
E I controls (such as walks, curbs, catch basins, elevations
at steps or building). Roll, rototill, rake and level necessary
to obtain true, even surfaces.
c. Loosen Soil to a depth of four (4) inches in seeded areas by
approved method of scarification and grade to remove ridges and
depressions. Remove stones or foreign matter over two (2) inches
in diameter from top two (2) inches of soil. Float areas to approxi-
mate finish grades.
d. Apply Soil Conditioners as specified above, incorporating into soil
to the depth indicated by thorough cultivation as directed an d
approved. Rake, cultivate, float and roll until ridges and
depressions disappear, and areas are in a smooth and uniform
condition.
e. Irrigate seeded areas prior to application of seed. Soil shall be
damp toy a depth of one inch minimum.
f. Seed shall be applied at the rate of ten (10) pounds per 1000 s.f.
g. Seed mix shall be as noted on plan.
h. Water: General precautions should be observed when drawing water
Tram sources other than main's pressure. The use of filters may
be required when directed. Such water must be free of impurities,
excess chlorine and salts.
i. Seeds: All seed used should be clearly tagged or labeled showing
type of seed, test date, name of supplier and percentage of the
following: pure seed, crop seed, inert matter, weed seed, noxious
weeds, and total germination content. (Any exceptions to the above
should be noted prior to bid time.)
j. Mulch: Fiber shall be produced from cellulose such as wood pulp or
similar organic material, and shall be of such character that it will
disperse into a uniform slurry when mixed with water. The fiber shall
be of such character that, when used in the applied mixture, an
absorptive or porous mat, but not a membrane, will result on the surface
of the ground. Materials which inhibit germination or growth shall not
be present in the mixture.
r
•
SP 30 of 34
k. Fertilizer: During initial application, a combination of quick
and slow release nitrogen should be used, along with required
amounts of phosphate and potash. It should be noted that fertilizer
should be used sparingly at this time so as not to impair germination.
1. Equj nt: Mixing shall be performed in a tank, with a built -in
continuous agitation and recirculation system, of sufficient operating
capacity to produce a homogenous slurry of fiber, fertilizer and
water in the designated unit proportions and a discharge system
which will apply the slurry to the areas to be treated at a continuous
and uniform rate.
m. Proportion per Acre:
1500 lbs. per acre conweb mulching fibre
200 lbs. per acre 38 -0 -0 urea formaldehyde
3,000 gallons per acre seed as specified
n. Inspections:
The Landscape Planner or his representative shall be present during the
entire application. All materials should be inspected prior to loading.
All materials should be packaged or in containers showing net
weight and contents therein. If materials are taken from bulk
supply, an accurate weighing or measuring device should be used
to ensure that exact quantities of each material are present in
each load. The slurry should be sprayed evenly and result in a
uniform coat *on all treated areas.
*An exception would be permitted where the soil surface is rocky,
extremely porous or not compacted properly.
4. Ground Cover Installation:
a. Plant Ground Covers in areas designated on plans.
b. Pre are Ground Cover Areas by grading one (1) inch below top of
wal an cur s. Include soil additives where authorized by
Change Order.
c. Plant Rooted Cuttings, at spaces indicated, in pits not less
than 4" x 4" x 4 ".
d. Fertilizer: Provide backfill mixture in planting pit for each
rooted cutting.
e. Smooth Soil about plants and leave areas in neat and clean
condition. Do not pile soil around crown of any plants.
f. Water with a light spray.
V
SP 31 of 34
5. Tree and Shrub.Planting:
a. Finish Grade Shrub Areas to one (1) inch below top of adjacent
walks, cu s.
b. Stake Plant Locations and secure approval before excavating pits,
making necessary justments as directed.
c. Excavate Pits with vertical sides for all plants, as directed.
'Free pits s all be of sizes shown on plans to permit handling
and planting without injury to balls of earth or roots, and shall
be of such depth that, when planted, the crown of the plant shall
bear the same relation to finish grades that it did to soil surface
in place of growth. Tree and shrub pits shall be no smaller than
2 times container width and same depth as container.
(1) The soil in the bottom of each hole shall be loosened
to a depth of at least 6 ".
(2) If unsuitable soil is encountered in excavation, such
soil or material shall be removed and sufficient approved
soil for installing plant material shall be provided.
(3) Shrub and vine pits shall be at least 1' greater in diameter
and at least 6" deeper than size of ball or spread of roots.
(4) Cans shall be removed carefully to avoid breaking the ball.
Remove tubs or boxes after placement in hole.
d. Set plants in center of pits, in vertical position so that crown
of plant will be level with finished grade.
e. Basins: All plants shall be set in a watering basin which shall
be 4' in diameter for trees over 6' tall, and 2' in diameter for trees
and shrubs less than 6' tall. This basin shall be 3 or 4 inches deep.
The bottom of the basin shall be at surrounding finish grade.
f. Fertilizer: Provide backfill mixture in each planting pit and tamp
soil around plant balls.
g. Water all planting areas thoroughly after installation of plant
materials:
h. Grade areas around plants to finish grades and dispose of excess soil.
i. Prune Plants according to standard horticultural practice or as
directed. Tie minimum of three (3) places.
j. Stake all trees, as noted on detail at windward side of tree. Tie
w1Tth cinch -ties avoiding abrasion to tree.
k. IrLSection of all planting shall be made at the end of construction
perio o establish the time for beginning of the maintenance period.
J
•
0 SP 32 of 34
MAINTENANCE
Maintenance period shall be 60 days after acceptance of seeded turf
installation. At the end of 60 day period, all areas not accepted by
the Landscape Planner, shall be removed and replaced by the Landscape
Subcontractor at his expense.
1. Watering: An automatic sprinkler system is provided for maintaining
general moisture requirements. Nand watering of newly planted trees
and shrubs will, however, be required once every week for three weeks.
2. Cultivation, weeding, aeration, water conservation: After any period
of more or less continuous watering, during which soil moisture is
maintained at near saturation point, cultivate all areas by aearifying
the surface 1" by means of potato hooks, hoes, or rakes. Scarify
completely between all planting except turf areas. Do not change
grade, remove basins or berms in the process of such cultivation.
Follow the cultivating by three days of non - irrigation, assuring
the killing off of weeds, aeration and water conservation.
3. Pruning: Unless otherwise directed, prune only to remove dead or
broken branches of tree or shrub parts.
4. Spraying: Examine frequently all plants, especially any which are
subject to common insect depredation such as aphids, mealy bugs,
ants, etc., to establish need for counter measures. Spray or dust
as recommended.
5. Mowing: Mow lawns to height of 2" with reel type mower kept sharp
and free wheeling at all times.
6. Re -seed or resod as directed.
7. Maintenance shall begin immediately after each plant and each portion
of ground cover and lawn are planted, and shall continue until the end
of the 60 day.maintenance period.
8. Maintain all trees and shrubs in a vigorous, thriving condition by
watering, cultivating, pruning, spraying and other necessary operations.
Keep all areas free from weeds and patches of Bermuda grass. Complete
weed eradication work shall be done every week; no weed growth shall
be allowed past the weed seeding stage.
9. Maintain grass areas by watering, weeding, replanting, reseeding, mowing,
trigging, edging and other necessary operations. All grass areas shall
be rolled with a 200 lb. roller and mowed at least three times before
the end of the maintenance period. Mowing shall be done in such a manner
that no deep ruts are made in the lawn grade. All depressions in the
• SP 33 of 34
finish.grade of lawn areas shall be filled to conform to adjacent grade
and resodded as directed. Grass clippings shall be collected and removed
from the site.
10. Damage to planting areas shall be replaced immediately.
a. Depressions caused by vehicles, bicycles, or foot traffic,
to be filled and leveled. Replant damaged areas.
b. Exterminate gophers and moles and repair damage, as above.
11. Maintain ground cover areas by watering, weeding, replanting and other
necessary operations. Keep them.free from weeks and Bermuda grass and
remove the roots and stolons of Bermuda grass as necessary to eliminate
it from the areas and to leave them in clean and acceptable condition
by the end of the maintenance period.
12. Protect Grass and all planting against damage, including erosion and
trespass, and provide proper safeguards as needed. Replant damaged
areas, or areas in which seed may not germinate properly and promptly.
13. Fertilize immediately after first cutting, w/6 lbs. of 16 -6 -8 Commercial
Fertilizer per 1000 sq. £t. again after an additional 15 days with 6 lbs.
of 16 -6 -8 Commercial Fertilizer per1000 sq. ft. The Contractor shall
recognize the responsibility for uniform application to dry turf, and
follow up with thorough irrigation (minimum of 1/3" of precipitation)
to avoid burn. Apply 6 lbs of 16 -6 -8 Commercial Fertilizer per 1000 sq.
ft. after each 30 days of maintenance to all remaining areas, applying
to dry foliage following with irrigation and heeding precautions as above.
K. GUARWEE AND REPLACE Eff
1. All vines and groundcover shall be guaranteed by the contractor as to
growth and health for a period of ninety days after completion of the
.specified maintenance period, and /or final acceptance by the Landscape
Planner. All 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 Landscape Planner.
2. All plants that show signs of failure to grow at any time during the
life of the Contract, including the maintenance period, or those plants
so injured or damaged as to render them unsuitable for the purpose
intended, shall be immediately replaced in kind at the expense of
the contractor.
3. The contractor, within 15 days of notification by the Landscape Planner
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 specified for the original
guaranteed as specified for the original guaranteed materials.
J
SP 34 of 34
4. Any delay in the completion of any time of work in the planting
operations which extends the planting into more than one planting
season shall extend the guarantee period correspondingly.
5. Replacement shall continue to be made until each plant has
successfully established itself for the required guarantee period.
L. CLEAN UP
Upon completion of each portion of construction and before final acceptance,
all surplus materials, equipment, debris, etc. shall be cleaned up and
disposed of in a manner acceptable to all agencies, and the site
shall be left in a neat and acceptable condition to meet the approval of
the Landscape Planner.
1. Dust Control
The contractor shall take all necessary steps to prevent dust
from being generated during the course of his work and to prevent
dust from being wind carried. The necessary steps shall include
but not be limited to watering or wetting down the site as directed
by the Landscape Planner or City's representative.
2. Cleaning of Streets
The contractor shall be responsible for cleaning any street or
sidewalk upon which dirt may be spilled, placed, washed or blown
during the course of the work and any maintenance period.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
PROPOSAL
CONTRACT NO. 1593
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
0
PR 1 of 5
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 complete Contract No. 1593 in strict conformance with the plans
identified as City of Newport Beach Drawing No. P- 5064 -S (consisting of 7 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 item of work, complete and in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5000 Unclassified excavation
Cu. Yd. --
_._
Dollars
and
Per Cubic YardT-=�=�_
500 Imported borrow, if required
Cu. Yd. v
@ Dollars
X r and
is ?Rents $ $
Per Cubic Yard
Lump Construct tennis courts includ-
Sum ing Portland cement concrete, net
posts, nets, pulleys, tighteners,
surface preparation and electrical
conduit and fixtures
@ ' Dollars vc and
Cents $ $_�
Lu(no Sum
PR2of5
ITEM QUANTITY ITEM DESCRIPTION URIT--TAI--
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 900 Construct 12 -foot high chain link
L.F. fence
-y
@ � ! 1 llrik/ Dollars
and
Cents $ O, o $
Per Linear Foot
5. 200 Construct 3 -foot high chain link
L.F. fence
@ Se L le yl Dollars
_._.._. .
and
Cents $ /ACC. _.
Per Linear FOR
6. 100 Construct slump stone wall
L.F. (2 -ft. height)[j
@ )��. F.ci'���1 Dollars
and
Cents $ cU $ / % OCi.0C)
Per Linear Foot
7. 4 Construct benches
Each / // '
@(- r ^c'f7r.�31 Y'C_. Dollars
_ and
Cents $
Per Each
8. Lump Construct drinking fountains
Sum and water supply system
@� Dollars
and
Cents $
Lump um -
9. Lump Construct surface drainage system
Sum l
an
2
XX Cents $ $ —�
LumpT�)um
10. Lump Construct P.C.C. walk and steps
Sum
@ C,ZL!/ Dollars
and
GfiL X Cents $� $l�
Lump Sum
0 0
PR 3 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11
12
13
14
15
16.
17
Lump
Sum
Lump
Sum
Lump
Sum
Construct automatic irrigation system
@ Dollars
and
G. Cents $ 2i
Lump um
Plant Alta- Meadow fescue turf per
plans
/l7cuS,. Dollars
and
— Cents
Lump Sum
Plant trailing African daisies
per plans
@ oevi Ilae7e�ctl Dollars
and
Cents $
Lump Sum —
Lump Plant mondo grass from flats
Sum @tll) g /! tf;Ie-/r /F.ZDolIars
and
Cents
Lump Sum
Lump Plant Arctotheca from flats
Sum --�� // // /
@/ee'O l7�l�9ek e Dollars
and
Cents
ump um
15 Furnish and plant 15 gallon size
Each bushy Yate trees
@ Dollars
and
—Cents
Per Each
1 Furnish and plant 24 -inch box
Each Carrotwood tree
@ L � c� blie ad y-ed Dollars
and
_...... _ Cents
Per Each
// Oc�,c
$7 So, � $ 7 Sv_ two
$7 CO. cc $ 700.0C.
IF
20
21
22
23
15
Each
45
Each
15
Each
iiruv uc ,)trciriiLm
UNIT PRICE WRITTEN IN WORDS _
Furnish and plant 5 gallon size
Myoporum shrubs
@ V, --L Dollars
and
-- ... Cents
Per Eac
Furnish and plant 5- gallon size
Xylos�m /a shrubs
@ /V , yi 2 Dollars
and
Cents
Per Each
Furnish and plant 5- gallon size
Pride of Maderia Shrubs
@ N /�l� Dollars
and
--- ...... Cents
er tac
39 Furnish and plant 5- gallon size
Each Excalllonia shrubs
@ A l Dollars
and
Cents
Per Each
10
Furnish and
plant 5- gallon size
Each
Silverberry
shrubs
@ /Vj
Dollars
and
__. Cents
Per Each
11
Furnish and
plant 5- gallon size
Each
New Zealand
flax shrubs
@
Dollars
and
Cents
Per ac
• PR 4 of 5
PRICE PRICE
Co $ (3S cG
$�,
i
$ c).co $ /��;- ,
$
$ �.GC $ 99:cc
• . PR 5 of 5
ITEM QUANTITY ITEM DESCRIPTION UNIT -70M-
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE _ PRICE
24. 33 Furnish and plant 1- gallon size
Each Sea Lavender shrubs
@ Dollars
and
-- _...__. Cents $ `-f, g
Per Each- -- — - - - -- --
TOTAL PRICE WRITTEN IN WORDS (BID ITEMS 1 - 24)
June 3. 1974
DATE
CONTRACTOR'S LICENSE N0. 252650 A
Dollars
and
Cents
J. B. CROSBY CO.. INCORPORATED
(Bidder's Name)
Authorized Signature T. J. ftosby
TELEPHONE N0. (714 2 82 6 -5 7 70 _._-__
CONTRACTOR'S ADDRESS 8361 Moody Street; La Palma, Cilifornia. 90621
ti
• 0
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 10:00 A.M. on the 3 day of June , 1974 ,
at which time they will be opened and read, for performing work as follows:
CONSTRUCTION OF PHASE II
AT
SAN JOAQUIN HILLS PARK
CONTRACT NO. 1593
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability 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 the Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a artnership,
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.)
0
r�
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepare by b the Southern California Chapters of t e erican
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
rA
L
11
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 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 providinq for
the registration of Contractors, License No. 252650 Classification A,
Accompanying this proposal is Bid Bond for 10% of amount bid
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.
f 714) R�6_"70
Phone Number
June 3, 1974
ate
Bidder's Nam
(SEAL)
Aut off rized Signature
T. J, Crosby Vice resident
uthorized Signature
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
Vice President
J. B. Crosby
T. J. Crosby
Sec /Treasurer Jean E. Crosby
9
17
DESIGNATION OF SUC- CONTUCTORS
Page 3
The undersigned certifies that he has used the sub -bids of the follc;vring
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
7
[11
9.
10
11
12
J. B. CROSBY CO.9 INCORPORATED
i er s Name
Author"' Signatur
T. J. Crosby Vice resident
Cor
Type o rganization
(Individual, Co- partnership or Corp)
La Palmaq California 90623
cress
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, J. B. CROSBY CO., INCORPORATED as Principal,
and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
OF THE AMOUNT BID— — — — Dollars ($ - -10% of Bid], lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
PHASE II, SAN JOAQUIN
in the City of Newport Beach, is accepted by the City Councio 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 3rd day of
June
19 74.
' Corporate Seal (If Corporation)
I
,
(Attach acknowledgement of
Attorney -in -Fact)
By
Title
L M. S. utler, Attorney —in —Fact
Surety
u1
m (q
c �
o a
m
U �
O
0 C
N J
(n U
i
J
Q
V
n
M
m
m
N m m
(Oj
c 3 c
O C
N
N
L U C
3 `O
a
� �
C
� L
« a
m
E Z
p
O Q Y
C �
m
�
�YUU
m
N
L w
<
C
Q
J
Q
L
w D
N
— Z
E
D v
d
�O LL
O
14
U
N
U Q
N m
H
'
of
•��`w��':
C
♦ < w V
c
♦ N W U c V N
C
E L
i ~
• J a' U W
�
•LL au
C �
♦ C F- 1 U � in •
C y
• 0 >.CN ° •
M
i Z
N
N L
m L UI
E N
•J
O•c
M
E Y�
U N
♦
C
J
Q
V
n
M
m
m
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with'any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 3rd day of June ,
19 74
My commission expires:
September 26, 1977
J. B. Crosby Co., Incorporated
8361 Moody Street
La Palma._ California 90623
To J.
,� J
sk
to
_.. .
.T _.•_ :max
J. 13. CROSBY COMPANY, INC.
STATEMENT OF INCOME, TAXABLE INCOME AND INCOME TAXES PAYABLE
For the current month and the year ended March 31, 1974
:ontr.itting income
ess direct expense (Schedule 1)
Cross profit
ass general and administrative
expense (Schedule 1)
INCOME (LOSS) FROM
OPERATIONS
HER INCOME:
Interest income
Other income
TOTAL OTHER INCOME
O7 •1L OF °RATIONS AND OTHER INCOME
t'.'Isl FOR FEDERAL AND STATE
Current
Month
$ 102,583.57
94,954.24
7,629.33
(54,212.97
Percent Year Ended
of Sales March 31, 1974
100.00 $ 2,270,289.73
92.56 1.879,468.46
7.44 390,821.27
52.85 237.716.97
Percent
of Sales
100.00
82.78
17.22
10.47
(46.583.64) 4( 5.41) 153,104.30 6.75
1,366.03 .06
936.55 .04
2.302.58 .10
(46,583.64) (45.41) 155,406.88 6.85
COM' [AX - 75.201.88 3.32
NET INCOME (LOSS) 6,583.64) !4) 80.205.00
'UTATION OF TAXABLE INCOME (CASH BASIS):
D:
Federal and state tax provision 75,201.88
Accounts payable increase 89,413.38
Accrued payroll payable increase 3,636.62
Other additions 11.471.78
TOTAL ADDITIONS 179,723.66
:)E DUCT :
Work in process increase 73,160.53
Accounts receivable increase 170.712.13
TOTAL DEDUCTIONS _ 243.872.66
TAXABLE INCOME 16,056.00
F-)ERAL AND STATE INCOME TAX 4,740.00
TAXABLE INCIXME LESS INCOME TAXES $ 11.316.00
ited; see accompanying accountants' report.
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
Statement submitted upon award.of contract.
igne
X
0
W
n
z
n
0
;u
IV
0
O
o
V)
L/I
La
z
x
r
pi
(D
(D
(D
ID
0
(D
(D
4
D
rl-
rr
rr
0
O
CD
IV
Iti
W
Ln
IV
Ac
co
0
10
L'I
fD
n
N
D
6
X
rl
w
N
0
ft
ro
ro
0
PV
I'D
(A
9
ra
LO
0.
A•
lu
(t
ru
En
ti
>
0
(D
00
pi
U)
0
#
co
n
Ln
M
Li
11
rt,
ril
rr
0
0
W
iD
0
:3
z
0
Cr
;u
~
0)
:3
0
(D
(D
m
n
7
In
LO
m
ul
M
w
VI
I-,
a
0.
•
0
M
z
al
fl)
:5
0
0
n
0
a,
0
0
rr
0
:3
rl)
N
-.3
to
>
Lo
OD
0
0
0
D.
0
0
U
0
0
0
r) 7r
.0
0
0
ID
O
0
.0
0
0
q c
9
0
a
•
•
•
•
•
x
N
0
Q
0
10
C,
0
c)
0
c)
0
0
�D
>
0
0
0
0
0
0
0
0
0
0
w
0
tj
n
z m
rt
x
03
C4
t�
0
:E
MC
7r:
La
t�
c;
0 ;u
0
n
�3
B
;u
-
•
Z W
m
0
0
L< 0
Er
�i 0
ta
Ln
& U,
0
r.
V)
:?
�11
0
n
r-
r-
n
c)
�3- ru
0 (D
0
rz
Pi
n
rr
F,
0
0
c ro
::s n
x
V
rt,
z
-3
r
rt
0
0
)o 10
rr
0
m
rr
ro
:3
0
0
Q
-,v
77
0 to
, (a
9
H
0
0
4A 0
0)
OP
v
:3
w
LA
(A
Un
Ln
Ln
..(D
I r)
Ln
Lq
(A
Ln
UI
P.
0)
(7)
•
-1 0
00
Ul
-4
lob
1
J
J
J
i
I
A,
A
w
A
CD
Gi
•
Ln
Ln
(A
CA
0
m
ON
(r%
U%
Ln
A
P.
t.
to
0
(.n
A
OD
m
0
CO
In
V
V
Ch
)<
%0
z
0
%D
%D
10
kv
ip
•0
w
%0
w
%0
PI)
N
7%1
X
0
W
n
z
n
0
;u
IV
0
O
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.
Signed
JUN 2 '
By +he CITY COUNCIL RESOLUTION NO. 828 8
CITY OF p/FtN*Q%T BEACH
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR THE
CONSTRUCTION OF PHASE II, SAN JOAQUIN HILLS
PARK, Contract No. 1593
WHEREAS, pursuant to the notice inviting bids for work
in connection with the construction of Phase II, San Joaquin
Hills Park, in accordance with the plans and specifications here-
tofore adopted, bids were received on the 3rd day of June, 1974,
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is J. B. CROSBY CO., INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of J. B. CROSBY CO., INC.,
for the work in the amount of $119,422.00 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 24th day of June, 1974.
Mayor
ATTEST:
City Clerk
mh
6/24/74