HomeMy WebLinkAboutC-1599 - Irvine Avenue median landscape, 22nd/UniversityIII
APR 8 1974
By tk;e Ci o Y COUNCIL
TO: CITY COUNCIL CITY c�r- "AWAP494T 4i,ACH
FROM: Public Works Department
SUBJECT: IRVINE AVENUE MEDIAN LANDSCAPE DEVELOPMENT, C -1599
RECOMMENDATIONS:
DISCUSSION:
J
April 8, 1974
CITY COUNCIL AGENDA
ITEM N0. G-2
1. Reject the bid of $6,757.50 from Patterned Concrete.
2. Waive the informality in the proposal submitted by Flora
Landscape, Inc. and accept the bid.
3. Adopt a resolution awarding contract No. 1599 to Flora
Landscape, Inc., for $27,090.43 and authorizing the Mayor
and the City Clerk to execute the contract.
Six bids for Contract Number 1599 were received and opened in the
office of the City Clerk at 10:00 a.m. on March 26, 1974.
Bidder Bid
1. Patterned Concrete, South Laguna, CA $ 6,757.50
2. Flora Landscape, Inc., Duarte, CA 27,090.43
3. Plaza Landscape, Inc., Orange, CA 28,223.40
4. R. 0. Boyette Company, Diamond Bar, CA 31,711.14
S. California Landscape, Inc., Canoga Park, CA 33,968.00
6. Valley Crest Landscape, Inc., Santa Ana, CA 39,420.69
The proposal submitted by Patterned Concrete failed to state the price
bid, both in words and numerals, for Items 2 through 8. The price bid was only
Item 1. Because the proposal is not responsive, rejection of the bid is necessary.
The Bidders Bond submitted with the Flora Landscape, Inc. bid was issued
by a bonding company which did not meet the rating requirements specified in the
"Notice Inviting Bids ". Flora Landscape, Inc. has since submitted a substitute
Bidders Bond which is issued by a company meeting the specified rating require-
ments. Waiver of this informality in the bid is recommended.
The low bid is 5% less than the engineer's estimate of $28,644.00.
This contract provides for landscaping and the construction of an irri-
gation system in the traffic median in Irvine Avenue from Santiago Drive (22nd Street)
to Santa Isabel Avenue. The Plans and Specifications were prepared by the City.
The estimated date of completion is June 24, 1974.
Flora Landscape, Inc. has not previously done work for the City of
Newport Beach. A check of the references supplied indicates that the firm is
qualified to perform the work required by this contract.
An amount of $30,000 is provided for this project in the 1973 -74 Gas Tax
Capital Projects Bud t (Account No. 18- 3335 -007, Landscape Arterial Streets).
-'. .,
l �
oseph� Devlin
j ublic Works Director
April 10, 1974
William V. Moorhisad CovV. ,, dba
Patterned Cmcrete
P. 0. Box 404
South Laguna, CA 92677
Subject: Irvine Avenue 1Yetft , Median Laazds mpe
Development from 22nd Street to Santa Isabel Avenue
0-1599
Enclosed is your Cashier's check in the arount of 8675.75,
which Was deposited with the City of Newport Beach in lieu of
a bidder's baud with your proposal on subject oartrect.
On April 8 the City tb:ncil of em City of Newport Beach
rejected the bid of 96, 757.50 from Patterned Ooncrate and
waived the informality in the proposal submitted by Flora LwOscsps,
Inc., and adapted Resolution No. 8290 awarding the contract to
Flora Landscape, Inc.
Laura Lagios, CMC
city Clerk
LL:swk
ono.
cc: Public Works Department
(Attention: Bill Dye)
Aprn 10, 1974
Plaza Landscape, Inc.
1620 N. Main Street
Orange,, CA 92867
Subject: Irvine Avenue Traftnc Median Landscape
Development frcen 22hd Street to Santa Isabel kim"
C-1599
Enclosed is your Cashier's chwk In the amunt of $2,822.34,
which was deposited with the City of Newport Beach in Um, -of
a bidder's bond with your proposal on subject contract.
Can April 8 the City Cmadl of the City of Newport Beach
asarded the contract to Flom. Landscape, Inc.
Laura Lagioso (K
City Mark
LL:swk
one.
cc: Public Works Department
(Attention: 7411 Dye)
L4,
6t.iY rJ /O�rYil�i�r� ✓l� 71
MAR 11 1974
TO: CITY COUNCIL
FROM: Public Works Department
March 11, 1974
CITY COUNCIL AGENDA
ITEM NO. H -10
SUBJECT: IRVINE AVENUE MEDIAN LANDSCAPE DEVELOPMENT, C -1599
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for
Contract No. 1599 to be opened on Tuesday, March 26,
1974 at 10:00 a.m.
DISCUSSION:
This project provides for landscaping and for the construction
of an irrigation system in the traffic median in Irvine Avenue from Santiago
Drive (22nd Street) to Santa Isabel Avenue.
The plans and specifications were prepared by the City. The
estimated cost is $28,644. The estimated date of completion is June 24,
1974.
A Coastal Permit has been obtained for this project.
Sufficient funds have been provided in the current Capital Project
Budget (Account No. 18 -3335 -007, Landscape Arterial Streets).
vlin
Director
0
Ll"L NOTICE LlCPAL NOTICE a -
t
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City
Clerk, City HaII,,,N,eV.W# BeAc4 CalifQrNA,,ugtil._1Q:00,"
a.m. on the 26th day of March, 1974, at which time they'
will be opened and 'read, tot performing' r as follows:
IRVINE AVENUE TRAFFIC
LANDSCAPE DEVELOPM N
FROM
22ND STREET TO SANTA ISABEL AVENUE
CONTRACT NO 1599
Bids must be submitted on the proposal form attached GdLU
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 con-
taining 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 Presi-
dent and Secretary or Assistant Secretary are required and
the Corporate Seal shall be affixed to all documents requir-
ing signatures. In the case of a Partnership, the signature
of at least one general partner is required.
No bids will be accepted from a contractor who has not
been licensed In accordance with the provisions of Chapter
9, Division Ili 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.
The City has adopted the Standard Specifications for Public
Works Construction (1973 Edition) as prepared by the Southern
California Chapters of the American Public Works Association
and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland
Avenue, Los Angeles, California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Stand-
ard 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 - Liabilityl
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, classifi-
cation, or type of workman or mechanic needed to execute
the contract and has set forth these items in Resolution 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 b6 javerned by all provisions of the California
Labor Coder M @revelling wage rates (Sections 1770-
1781 Inclasly
The city/rulettr the jW is reject any or all bids and
to waive any inforuodfly In s" lido:
t LAURA CITY CLERK
CITY ORORT BEACH, CALIFORNIA
Publish: March -14, 1974, is the Naw{wrt Harbor Ensign.
jv
CITY CLERK
CONTRACT NO. 1599
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT
FROM
22ND STREET TO SANTA ISABEL AVENUE
Approved by the City Council this
//ZY day of M.4RCf/ 1974.
fiL4
La ra Lagios, City C c
SUBMITTED BY:
Flora Landscape Inc.
Contractor
P.O.Box 294 - 1315 S. Highland Avenue
Address
Duarte California 91010
City State Zip
(213) 358 -2528
Telephone
$27,090.43
Tota Bi Price
r 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 26 day of March , 19 74,
at which time they will be opened and read for performing work as ?o11 ows:
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT
FROM
22ND STREET TO SANTA ISABEL AVENUE
CONTRACT 110. 1599
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 Se�cre�tary or Assistant Secretary are required an t e Cor orate Seal
shams be 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.
(cost.)
Page la
The City has adopted the Standard 1,
ecifications for Public Works Construction
(1973 Edition) as prepare y the out ern i ornia Chapters of the AmeriEan
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
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals...
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 278800 Classification C27
Accompanying this proposal is Bond 10% of 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 3100 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 tb.is..contract.
tl ��
(213Y.358 -2528 Flora Landsca Inc. -
hhoone Number Bi er s Name
(SCAL)r = -
March 26, 1974 . SJ Frank Tanner, Pres.
Date Authorized Signature Y�
Authorized 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:
Frank Tanner President
Paul Hirschi,.- Sec'y.- Treas.
page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the _following
listed contractors in making up his bid and that the sub- contractors listed
will be used for the work for which they.bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No'change may be made in these sub- contractors except upon
the prior approval of the Engineer.
Item of Work Sub- contractor Address
1, Irrigation Gerald Willits P. 0. Box 327
2.. Buena Park, CA 90621
3, Bomanite Patterned Concrete P. 0. Box 40
4. So.Laguna, CA _92651
5.
6.
7.
8.
9.
10.
' 11.
12.
Flora Landscape Inc.
er s Name
�
•S Frank Tanner
Authorized ignature
Corporation
Type of rgan zation
(Individual, Co- partnership or Corp)
1315 S. Hi9h.land Avenue.
Duarte. CA 94Q
ess
.FOR ORIGINAL SEE CITY: CLERK'S FILE.COPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, Flora Landscape
Inc.
as
Principal,
and Financial Indemnity
Company
as Surety,
are held
and firmly bound unto the City of Newport Beach, California, in the sum of Three
Thousand and no /100--- - - - - -- Dollars ($ 3000.00 ), 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
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE
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 . 28 day of
March 19 74.
Corporate Seal (If Corporation) Flora Landscape Inc.
Principal
/ Frank Tanner. Pres.
(Attach acknowledgement of
�,�v •�•� ---
Attorney -in -Fact)
March 28, 1974 .
Sandra LeBlanc, Notary Public
Cnmmission pxpires May 8_ 1976. Financial Indemnity Company
Surety
By S/ J. P. Bihr
'...
. - i
NON- COLLUSION AFFIDAVIT
0
Page 5.
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
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 26 day of March
19 74 ..
My commission expires:
Oct. 26,1975
Flora Landscape Inc.
S/ Frank Tanner, Pres. �.
Donald L. Webb, Jr.
Notary Public
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his. financial responsibility.
_ �
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.
See attached statement
S/ Frank Tanner, Pres.
. signed
0 0
R E F E R E N C E S
We are proud to list the following as but a few of the projects we
have completed:
Ronson Corporation in Duarte: - For this installation we
were honored with the First Prize for the "Best Industrial
Landscape" by the California Landscape Contractors
Association for the year.
K -Mart Shopping Centers -
Hebrew Union College, Los Angeles
Pacific Telephone Company Offices
General Telephone Company Offices
Bank of America Installations
City of Carson, Median Strip Beautification
La Verne College, La Verne
Montecito Village, San Dimas
Fuller Theological Seminary, Pasadena
Some of the General Contractors and Landscape Architects for whom
we have done work are:
Steed Brothers, Alhambra 213/289 -3671
Southwest Contractors, Buena Park 714/523 -7500
Chotiner & Gumbiner, Los Angeles 213/273 -0110 (Mr. Newman)
Myers Bros., Los Angeles 213/256 -3181 (Mr. Lou Baumgart)
Stolte, Inc., Los Angeles 213/380 -6550 (Mr. Gordon Seabert)
A. E. Sandorf Co., Sherman Oaks 213/788 -1917 (Mr. Fleming)
Jones & Peterson,.Anaheim., 714/7;2 -3110
Bettler,- Baldwin, Tarzana- °"-213/881= 3550..
Erikson, Peters &&Thorns 213'/795 -2008 (Mr. Thoms)
Recreation Land.Planners,,.Inc.,- Placentia .714 /524 -3000
(Mr. Doug Newcomb } -
EXECUTED IN TRIPLICAJI
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
B d NO. 240389L
Imium: $Included in
rage 8
Perf. Bond
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted April 8, 1974
has awarded to Flora Landscape Inc.
hereinafter designated as the "Principal ", a contract for Irvine Avenue Traffic Median
tandscape Development from 22nd Street to Santa Isabel Avenue - Contract No. 1599
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a.bond. with said contract, providing that if
said Principal or any of this or its subcontractors, shall fail to pay for any materials,
provisions, provender., or other supplies or teams used in, upon,.for,.or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We FLORA LANDSCAPE INC.
as Principal, hereinafter designated as the Contractor and
FINANCIAL INDEMNITY COMPANY
as Surety, are held firmly bound unto the City -of Newport Beach, in the sum of
22/100
Thirteen thousand five hundred forty -five Dollars ($ 13,545.22
said sum being one -half of the estimated amount payable by the City of Nd�port Beach
under.the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and.also, in case suit is brought
upon the bond,.a reasonable attorney's fee; to be fixed by the Court -as required by the
Provisions of Section 4204 of the Government Code of the State of California.
• Page 9
(Labor and Material Bond - Continued).
This bond, shall inure to the benefit of any and all persons, companies,`Ad corporation
entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to
give aright 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 16th day of April , 19 74
Approved as .to form,
4 f_
&-/,
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Date
Attest:
,` City Clerk
FLORA LANDSCAPE INC. 5*aY) .
- (Sea .J'Y'
eal
ontractor
pwalftsprolulms UM
azeatL (Seal)
P. Bihr, Attorney -in- Fact
0
0
STATE OF CALIFORNIA )
) ss:
Countyof Los Angeles )
On this 16th day of April 197_, before me
Sandra LeBlanc , a Notary Public in and for the said
County of Los An>r ll as State of California, residing therein, duly commissioned and sworn,
personally appeared J. P. Bihr known to me to be the Attorney -in -Fact of Financial
Indemnity Company, the corporation that exeruted the within instrument, and acknowledged to me that he
subscribed the name of Financial Indemnity Company thereto and his own name as Attorney-in -Fact.
nnnnnunnnnnunnnu °nennsnnnunnnnm � / ,r
OFFICIAL SEAL
S AI P'_iA. LB BLANC Notary Public in and for the County of
=u, 41^ P;JFAFY PL'WG- CALIFORNIA
,
£ Fa r:cu;n OFFICE IN Los Angeles State of California
LOS ANCELES COUNTY
My Commission Expires May 8, 1976 _
IkANCIAL INDEMNITY COMPANY 0
HOME OFFICE - 5858 WILSHIRE BLVD., LOS ANGELES, CALIFORNIA 90036
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That FINANCIAL INDEMNITY COMPANY, a corporation organized and
existing under the laws of the State of California, and having its principal office in Los Angeles, California, does hereby
constitute and appoint
J. P. Bihr
of Los Angeles, California its true and lawful Attorney(s) -in -fact to sign,
execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, any and all bonds, recognizances, under- -
takings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
MISCELLANEOUS SURETY BONDS — Maximum Penalty $25,000.00
CONTRACT BONDS— Maximum Penalty $500,000.00
And said Company hereby ratifies and confirms all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by
virtue of these presents.
This appointment is made under and by authority of the following Resolution passed by the Board of Directors of said
Company at a meeting held at the principal office of said Company, a quorum being present and voting, on the 19 th
day of December 19 72 , which resolution is still in effect:
"RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant
Secretary, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its
name and as its acts, to execute and acknowledge for and on its behalf any and all bonds, recognizances, under-
takings, contracts of indemnity or other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attorneys- in4act shall be as binding upon the Company
as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own
proper persons."
IN WITNESS WHEREOF, FINANCIAL INDEMNITY COMPANY has caused these presents to be sealed with its corporate
seal, duly attested by its Vice President and its Secretary, this 19th day of December 19 72.
FINANCIAL INDEMNITY COMPANY
A0 �;ZW
Vice President
CZSWZ Ag�
Secretary
THE STATE OF CALIFORNIA
COUNTY OF LOS ANGELES as'
On this 19th day of December 19 72 before me came the above named Vice President and
Secretary o£.Financial Indemnity Company, to me personally known to be the individuals and officers described herein, and
acknowledged that the seat affixed to the preceding instrument is the corporate seal of Financial Indemnity Company and that
the said corporate seal and their signatures as officers were duly affixed and subscribed to said instrument by the authority and
direction of said Corporation.
rmmmnnnnnnnnrnn...fl nnnnnnnnrnnnnnnnu S E . .. A nnnnnnnmxxnw
,:;, s OFFICIAL SEAL
LARRY D. MEFARLAND
NOTARY PUBLIC- CALIFORNIA
Fey PRINCIPAL OFFICE IN
Z
LOS ANGELES COUNTY
My Commission Expires Sept. 10, 1973
YYprunnnnrnmixru..... I munnuunnmm..nnminxnmxx...a, rrrmuxn wit Notary Public
I, the undersigned Secretary of Financial Indemnity Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by
the authority of the following resolution adopted by the Board of Directors of the Financial Indemnity Company at a meeting
duly called and held on the 19th of December 19 72, and that said resolution has not been amended or repealed;
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seat
of this Corporation, may be affixed or printed by facsimile to any certification of a Power of Attorney of this
Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under my hand and the seal of said Company, at Los Angeles, California, this 16th day of April 1974
Secretary
U -344 (5/73)
EXECUTED IN TRIPLICATE
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Bond No. 240389L
lemium: $271.00
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 8, 1974
has awarded to Flora Landscape Inc.
hereinafter designated as the "Principal ", a contract for Irvine Avenue Traffic Median
Landscape Development from 22nd Street to Santa Isabel Avenue - Contract No. 1599..
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,
FLORA LANDSCAPE INC.
as Principal, hereinafter designated as the "Contractor ", and
FINANCIAL INDEMNITY COMPANY
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Twenty -seven thousand ninety 43/100- - - - - -- Dollars ($27,090.43 ),
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.
I
Page 11_
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 16th day of April , 192_.
Approved as to form:
U�
City Attorney
FLORA LANDSCAPE INC.
contractor
oar
FINANCIAL INDEMNITY COMPANY (Seal)
(Seal)
J Bihr, Attorney -in -Fact-
(Seal)_ -
Surety
0 0
STATE OF CALIFORNIA )
) is:
County of Los Angeles)
On this 16th day of Apr! 1 197_, before me
, a Notary Public in and for the said
County of LOS Angeles State of California, residing therein, duly commissioned and sworn,
personally appeared J. P. Bihr known to me to be the Attorney -in -Fact of Financial
Indemnity Company, the corporation that executed the within instrument, and acknowledged to me that he
subscribed the name of Financial Indemnity Company therettt� and hu own name as ttorney -in -Fact.
[ CirCIAr
Notary Public in and for the County of
r � aat Puy r
State of California
LOS AR6c= -:-., C.,.:I It
L(IV Commission Expires May 8, 1976 12
ONANCIAL INDEMNITY COMPANY •
HOME OFFICE - 58S8 WILSH IRE BLVD., LOS ANGELES, CALIFORNIA 90036
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That FINANCIAL INDEMNITY COMPANY, a corporation organized and
existing under the laws of the State of California, and having its principal office in Los Angeles, California, does hereby
constitute and appoint
J.P. Bihr
of Los Angeles, California its true and lawful Attorney(s) -in -fact to sign,
execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, any and all bonds, recognizanees, under-
takings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
MISCELLANEOUS SURETY BONDS — Maximum Penalty $25,000.00
CONTRACT BONDS— Maximum Penalty $500,000.00
And said Company hereby ratifies and confirms all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by
virtue of these presents.
This appointment is made under and by authority of the following Resolution passed by the Board of Directors of said
Company at a meeting held at the principal office of said Company, a quorum being present and voting, on the 19th
day of December 19 7 2 , which resolution is still in effect:
"RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant
Secretary, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its
name and as its acts, to execute and acknowledge for and on its behalf any and all bonds, recognizances, under-
takings, contracts of indemnity or other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company
as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own
proper persons."
IN WITNESS WHEREOF, FINANCIAL INDEMNITY COMPANY has caused these presents to be sealed with its corporate
seal, duly attested by its Vice President and its Secretary, this 19th day of December 19 72.
FINANCIAL INDEMNITY COMPANY
----�- Ae 14
Vice President
Qsw-�
Secretary
THE STATE OF CALIFORNIA
COUNTY OF LOS ANGELES ss.
On this 19th day of December 19 72 before me came the above named Vice President and
Secretary of Financial Indemnity Company, to me personally known to be the individuals and officers described herein, and
acknowledged that the seal affixed to the preceding instrument is the corporate seal of Financial Indemnity Company and that
the said corporate seal and their signatures as officers were duly affixed and subscribed to said instrument by the authority and
direction of said Corporation.
......................... nnnnnnnnn.m.nn...... unnnnnw.... nu...... mnnnq
01 FICIAL [EAL
�' ' LARRY D. fv1cFARlAND
64L " NOL',;tr PU3 FORNIA =
PRINCIPAL IPAL OFFICE IN r�/f` �
LOS ANGELES COUNTY
My Commission Expires Sept. 10, 19/3
rmuuua.nn...... nnmumn.... ..n ,nn,mn.nuuuunninn.nuunuou.nnnnr !Votary Public
I, the undersigned Secretary of Financial Indemnity Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
:Ind 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by
the authority of the following resolution adopted by the Board of Directors of the Financial Indemnity Company at a meeting
duly called and held on the 19th of December 19 72, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal
of this Corporation, may be affixed or printed by facsimile to any certification of a Power of Attorney of this
Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under my hand and the seal of said Company, at Los Angeles, California, this 16th day of April 19 711
Secretary
U -394 (5/73)
THIS AGREEMENT, made and entered into this x&(Zday of , ,q p�pi
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as,the
City, party of the first part, and Flora Landsaape;Ihc.
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
Irvine Avenue Traffic Median Landscape Development from 22nd Street to Santa Isabel
Avenue - Contract No. 1599
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 tube borne by the City;- and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the.City will pay and the Contractor shall receive in.full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case May be.
3. The City hereby promises and agrees with the said Contractor -to employ, and
does hereby employ the said Contractor to provide the materials.and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of-the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when.approved.by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part.of this Agreement.
u
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.
Approved as to form:
�Qa�ncio.C%�
City Attorney
CITY OF -NEWPORT BEACH, CALIFORNIA
By a
mayor—
FLORA LANDSCAPE INC.
P. 0. PDX 294 r_ '
DUARTE, CALIF. 91010
Contractor - -
(SEAL) = ;`
By-
By-
e
0
0
PR1of3
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the location of the proposed
work; that he has examined the'Plans, Special Provisions, Standard Special Provisions,
Standard Specifications and Standard Drawings; has read the Notice Inviting Bids; and
hereby agrees to furnish all labor, materials, equipment, transpoitation, and services
to do all the work required to complete Contract'No. 1599 in strict conformance with
the Plans identified as City of Newport Beach Drawing No. P- 5063 -5 (consisting of 9
sheets), the Special Provisions, the Standard Special Provisions,'.the Standard Specifi-
cations, 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:
1
SCHEDULE OF WORK ITEMS
Lump Sum Prepare sub -grade and construct
4 inch thick portland cement
concrete cobblestone median
pavement complete in place as
shown on the plans for the lump
sum price of:
Eight Thousand Four Hundred Dollars
and
No Cents
Lump.Sum
$ 8,400.00
� s
D. AND UNIT
2.
3,
Lump Sum
Lump Sum
4. Lump Sum
S. Lump Sum
6.
7.
9 Each
54 Each
Construct automatic irrigation system
complete in place for the lump sum
PR2of3
price of:
ITEM unrT nerve
EbtKIrI XUR
Twelve Thousand Dollars
ctnnnr
UNIT
and
Construct automatic irrigation system
complete in place for the lump sum
price of:
Twelve Thousand Dollars
and
NQ_ Cents
$
$ 12.00D_00
Lump Sum
Plant Alta- Meadow Fescue turf per the
plans for the lump sum price of:
Two Thousand Seven Hundred Sixty -
Nine Dollars
and "
Seventy -three Cents
$
$ . 2,769.73
Lump Sum
Plant Trailing African Daisies per the
plans for the lump sum price of:
Two Thousand Two Hundred Ninety -
Eight Dollars
and
Six Cents
$
$, 2,298.06
ump Sum
Plant White Trailing Ice Plant per
the plans for the lump sum price of:
Seven Hundred Fifty -eight Dollars
and
Six -for Cents
$
$ 758:64
ump um
Furnish and plant 15 gallon size
Lemon- scented Gum trees for the
unit price of:
Forty -one Dollars
and
No Cents
$ 41.00
$ 369.00
Unit Price
Furnish and plant 5 gallon size
Pride of Madeira shrubs for the
unit price of:
Eight Dollars
-
and
Fifty Cents
$ 8.50.
S 459.00
n t rice
— --
PR 3 of 3
TEM QUANTITY ITEM DE ::; T .
8. 12 Each
UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Furnish and plant 1 gallon size
Boston Ivy vines for the unit
price of:
Three Dollars
and
No Cents $ 3.00 $ 36.00
Unit Price
TOTAL PRICE WRITTEN IN WORDS-
Twenty-seven Thousand Ninety Dollars
and
Forty -three Cents $ 27,090.43
March 26, 1974
Date
CONTRACTOR's LICENSE NO. 278800 TELEPHONE NUMBER (213).358 =2528
CONTRACTOR'S ADDRESS 1315 S. Highland. Avenue, Duarte, CA 91010
I
SECTION
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE AVENUE TRAFFIC MEDIAN
LANDSCAPE DEVELOPMENT
INDEX
SPECIAL PROVISIONS
0
PAGE
I.
Scope
1
II.
Plans and Specifications
1
III.
Time of Completion
2
IV.
Traffic Control
2
V.
Water
2
VI.
Compensation
2
VII.
Cobblestone Paving
3
VIII.
Irrigation System
5
IX.
Planting
14
CITY OF NEIYPORT BEACH
PUBLIC WORKS DEPARIXD f
SPECIAL PROVISIONS
W
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT
FROM
22ND STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1599
I. SCOPE
A. The work to be done under this contract consists of:
1. The construction of an automatic irrigation system.
2. The furnishing and planting of turf, ground cover, shrubbery
and trees and,
3. The construction of Portland cement concrete "cobblestone"
median paving on Irvine Avenue traffic medians from Twenty -
second Street to Santa Isabel Avenue.
The contract requires completion of all work in accordance with these
Special Provisions, the City's Standard Special Provisions, the Plans
(P- SO63 -S) and the City's Standard Drawings and Specifications. The
City's Standard Specifications are the Standard Specifications for
Public Works Construction (1973 Edition).
II. PLANS AND SPECIFICATIONS
A. PLANS
1. The plans consist of City of Newport Beach Drawing No. P- 5063 -5
consisting of 9 sheets.
B. SPECIFICATIONS
1. The specifications consist of these Special Provisions and the Construction
Standards and Specifications for Construction of Public Works in the City
of Newport Beach, dated May, 1973, and subsequent amendments, which may
be purchased from the Public Works Department of the City at a cost of
$5.00 per copy.
1
III.• TIML OF COMPLETION
A. All work and planting, excluding maintenance, shall be completed
within 70 calendar days after notification of award of contract by
City Council.
IV. TRAFFIC CONTROL
A. Traffic on Irvine Avenue may be restricted to one 12 -foot wide lane
in each direction between 8:30 a.m, and 3:30 p.m., Monday through
Friday, during construction. No construction will be allowed on
Saturdays or Sundays.
V. WATER
A. The contractor will 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 purchases by contacting the City's Utility Superintendent, Mr.
Tom Phillips, at (714) 673 -2110, Ext. 267.
VI. COMPENSATION
A. COMPENSATION IN GFNERAL
The prices paid for the items of work shall include full compensation
for all labor, materials, tools, equipment and incidentals necessary
to complete the work. Compensation for the work shown on the plans and
described in the specifications, but not separately provided for in the bid
proposal, shall be included in the prices bid for the lump sun items listed
in the bid proposal.
B. PROGRESS PAYMENTS
1. For the purpose of calculating progress payments for work performed,
completion of the following stages of work will be considered as
completing the percentages of the work to be done under the base bid:
a. Construction of paving and irrigation system 700
b. Planting 85%
c. Completion of the maintenance period and
final acceptance of the project 1000
FA
• 0
VII. COBBLESTONE PAVING
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. All work shall be as designated - cobblestone paving - in the
specifications. The work shall include all labor, material,
equipment and transportation required, the removal of existing
3 "t p.c.c. pavement and installation of cobblestone pavment,
per details and specifications.
B. COORDINATION
1. The contractor and other trades whose work makes it necessary
for them to cooperate, shall coordinate their work so as not
to interfere with each other.
C. MIX DESIGN
1. Portland cement concrete used in the cobblestone pavement shall
be 564 -C -3000.
.t : 71 pip:
1. Colored hardener shall be A -29 Terra -Cotta "lithochrome color
hardener" as manufactured by L. M. Schofield Company, Los Angeles,
California. The minimum rate of application of the hardener shall
be 60 pounds per 100 square feet.
E. COLOR WAX
1. The color wax curing and finishing compound used shall be A -29
"lithochrome colorwax" as manufactured by L. M. Schofield Company,
Los Angeles, California. Minimum application coverage shall be
600 square feet per gallon of unthinned colorwax.
2. Final color appearance shall be uniform throughout the entire
surface area. All surfaces that are not uniform in color and
surface texture will be rejected, and must be removed and
reconstructed at the contractor's expense.
F. PATTERNS
1. Imprinting of the concrete shall be done in such a manner as to
duplicate the existing cobblestone pavement in place on Jamboree
Road medians between Pacific Coast Highway and Ford Road.
3
0
G. PLACING
1. The contractor shall furnish and place the concrete and all work necessary
for marking, finishing, curing, expansion and /or contraction joints.
2. The contractor shall be held responsible for the joint alignment of the
cobblestone paving. All joints shall be straight and continuous without
noticeable swaying or offsets between dyes.
H. QUANTITIES
1. The estimated quantities to be constructed are approximately 4,550 3 sq.,
ft. of portland cement concrete cobblestone pavement. These quantities
are approximate only. It shall be the contractor's responsibility to
ascertain the work quantities and to perform the work within the limits
as shown on the plans.
I. PROTECTION OF EXISTING WATER LINES, CONTROL WIRES, SIGNAL WIRING AND CONDUITS
1. The contractor's attention is called to the provision for PVC conduit
containing electrical control wires under portions of the work area as shown
on the plans. Any damage to existing facilities shall be repaired to the
satisfaction of the engineer at the contractor's expense.
4
VIII. 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. SCHEDULE OF WORK INCLUDED IN THIS SECTION:
a. Verification of site conditions
b. Physical layout
c. Trenching
d. Assembly of system
e. Piping wider roadways
f. Connection to water supply
g. Backfilling
h. Adjustment of system
i. Testing
j. Clean up
5
k. Inspection
1. Record drawings
m. Guarantees
4. WORK NOT INCLUDED IN THIS SECTION:
a. Items listed by others, N.I.C., or under separate contract.
ImoM9:
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.
5. 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 DIhffiNSIONS 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.
R
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/
7
c. Plastic pipe shall be as manufactured by Lasco,
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 OR315 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. Galvanized Iron Pipe.
Standard weight Galvanized Iron Pipe - Schedule 40.
4. 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
shorn on the drawings, details or legend.
S. 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.
6. Control Wire - Coloring of wires (gauge if not noted on plan)
7. 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.
9
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.
E
•
0
4. Flushin All water lines shall be thoroughly flushed out before
e are installed.
S. 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.
10
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 iahipping 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 Bngineer. 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
Vacuum 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, worbnanship 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.
11
I.
J.
0
INSPECTION OF WORK
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.
The entire sprinkler system shall be unconditionally guaranteed by the
contractor as to material and workmanship, including settling of backfilled
areas below grade for a period of one (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.
12
4. If requested by the City, contractor shall provide certification
from the mfg. that all PVC pipe and fittings are guaranteed to
100% of pressure rating.
S. 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. EQUIRvM 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.
13
IX. 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 MURK 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. Clean up
2. MURK 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. All sprinkler work shall be inspected and approved before start of any
work of this section.
14
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.
C. 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.
D. VERIFICATION OF DDIENSIONS 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)
is
F. CERTIFICATION
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 eci l Fertilizers and Amendments not specified but required for proper
wor wn 11 e classed 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. Ctamnercial 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
anU not less than eight (8) feet long, of uniform size, pointed at
ohe end and driven to a depth of 2' - 0" minimum, or as noted on
detail.
16
b. Ties shall be as noted on plans.
5. 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 sham 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, 5 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
p anall not increase the contract price. Up to 10% of
tndersize 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.
17
H.
• •
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
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 might 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.
2. Grading Operations: The contractor shall provide all
grading operations prior to the installation of any planting.
Finish Gradin : When preliminary grading, including weeding and
ertilizing 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
18
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-ETe 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. Weeding: Before and during preliminary and finish grading, all
wee3s and grasses shall be dug out by roots and disposed of
off the site.
3. 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 cn -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.
19
1. PhANUNG
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
TBed 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
appro�thod of scarification and grade to remove ridges and
depressions. Remove stones or foreighn 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 indicate by thorough cultivation as directed and
approved. Rake, cultivate, float and roll until ridges and
depressions disappear, and areas are in a smooth and uniform
condition.
e. Irri ate seeded areas prior to application of seed. Soil shall be
aar�or` adeepth 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
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.
20
k. Fertilizer: During initial application, a combination of quick
anwrelease 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. Equipment: 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
wales 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
root cutting.
e. Smooth Soil about plants and leave areas in neat and clean
con i� tion. Do not pile soil around crown of any plants.
f. Water with a light spray.
21
5. Tree and Shrub Planting:
a. Finish Grade Shrub Areas to one (1) inch below top of adjacent
walks, curbs.
b. Stake Plant Locations and secure approval before excavating pits,
making necessary a justments as directed.
c. Excavate Pits with vertical sides for all plants, as directed.
ree pT�ts smell 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
soi aid 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
wit cinch -ties avoiding abrasion to tree.
k. IIn_specction of all planting shall be made at the end of construction
period, to establish the time for beginning of the maintenance period.
22
J.
0 0
MAINCENANCE
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.
Watering: An automatic sprinkler system is provided for maintaining
general moisture requirements. Hand watering of newly planted trees
and shrubs will, however, be required once every week for three weeks.
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.
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.
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,
tri7mning, 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
23
• • . •
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.
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. ft. 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. GUARAM'EE AND REPLACHvOl'
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.
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.
24
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.
25
November 15, 1974
Flora Landaoaps, Inc.
P. 0. Boat 294
1315 S. Highland Avenue
Duarte, CA 91010
Subject: surety : Financial Lvk n:ity Cempany
Bonds No. : 240389L
Project: : Irvine Avenue Traffic Median
Lendso" Developments
Omtraat No.: 1599
Ihe City Council on October 29, 1974 accepted the work of
subject Project aid authorized the City Clerk to file a
Notice of Completion and to release bonds 36 days after
Notice of Oonpletion has been filed.
Notice of Completion was filed with the Orange 0mvity Recorder
on November 1, 1974, in Book 11279, Page 246. Please notify
your surety o=VwW that bonds may be released 35 days after
recording date.
LaUM Lagios, CMC
city Mark
LL -.:A&
oc: Public Works Department
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: pctpber 30, 1974
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Irvine Avenue Median Landscaain¢
Contract No. 1599
on which Mom t„ndar.M. Inc. was the Contractor
and Financial Tndem iitj/ Qwpffly was the surety.
Please record and return to us.
Very truly yours,
Laura Laaggios
City Clerk
City of Newport Beach
LL:
! Encl.
RECORD
PLEASE RETURN TO. REQUESTED By
LAU"!•. I CITY CLERK
CITY Ci r ✓:' ;r:'C -i.i — !—:A.CH
3300 Nc ":. .'C. ', RD
NEV /FO °.T BEACH, 92660
654 41
EXEMPT
C8
NOTICE OF COMPLETION
PUBLIC WORKS
BK 11279P6 245
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M. NOV 1 1974
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on October 3, 1974
the Public Works project consisting of Irvine Avenue Median Landscaping, C -1599
on which
was the contractor, and
was the surety, was completed.
VERIFICAT
I, the undersigned, say:
CITY OF NEWPORT BEACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 30, 1974 at Newport Beach, California.
VERIFICATION OF /CI11Y CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on October 29, 1974 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 30, 1974 at Newport Beach, California.
2 A
RECHVIED
C17«..
i'.
i
Name
Street
Address
City h
State
RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
PATTERNED CONCRETE
P. 0. Box 404
South Laguna, California
J
SEP_ 13 1974
L .. ,�':,T T9:
Ceuncilmsn aJ„ �/
a
'A
(SPACE ABOVE THIS LINE FOR RECORDER'S
RELEASE OF MECHANIC'S LIEN
That that certain notice of lien executed by the undersigned against Flora I andcrape
and claiming a lien upon the following described real propertysituated in the City of Newport Beach
County of Orange , State of California, to-wit
Irvine Avenue median island between 22nd St. and Santa Isabel,
Newport Beach, California.
dated the 13th day of August , 19 74 , and recorded in
the office of the County Recorder of Orange County County on the 15th
day of August , 19 74 , in Book 11221 of
Page 1845 as Instrument No 14887 is hereby released, the claim thereunder having been fully paid and
satisfied.
WITNESS my hand this
STATE OF CALIFORNIA
COUNTY
19tl. .1......{ Can t.,ml.o.. 1D 7A
PATTERNED CONCRETE
ss.
on
Wore me, the undersigned, a Notary Public In and for said
State, personally appeared
known to me to be the person_ whose name
subscribed to the within Instrument and acknowledged that
executed the same.
WITNESS my hand and official seal.
Title Order No
Notary Public In and for said State.
STATE OF CALIFORNIA
Corp. dba '
j ss.
rouNTy of ��' : � , , F-
before me, 6e undersigned, a Notary Public In and for said State
personally appeared % %'� tip/ G �!' l v /` %CG. d
known to me to be the resident, and
known to me to be the
the Corporation that executed the within Instrument, known to me
to be the persons who executed the within Instrument, on behalf of
the Corporation herein named, and acknowledged to me that such
Corporation executed the within Instrument pursuant to Its by -laws
or a resolution of Its board otAlrectors.
Notary Public in and for said Stats
{ ` y ; CAROL ELTERIbiAN %
� �' NOiARY PUBLIC %
Principa{ Oilicc. Oraape CoJCalif
My Commission Expires March 6. 1
Escrow or Loan No
MECHANIC'$ LIEN —RMEAp O. Thu aMnapra form =M man usual DreDINN In the field 1ndIcatad. aeton you Sign, rep 11, fill ID [1 DMpb.
WOLCOTTe FORM 101$— RKVIGKD ID-ea pe mu apposes proper to your Rlnwctim. Conan a IM" N y" dwmt the farm•s ntaea for roe p,,iMMe
b % eyT
NOTICE TO WITHHOLD � Crii�•• `'Y�o .a
STOP NOTICE TO HOLDER OF FUNDS
For Materials Furnished and /or Labor Performed q� 9
2 NEIVPpRj �c , �
OR[!FB Ac
191
TO City of Newport Beach . HOLDER OF FUNDS, G 2 +. -
NOTICE IS HEREBY GIVEN that the undersigned has performed labor and /or furnished materials to the contractor or other persgr'l J gjij TO:
acting by the authority of the contractor and /or the owner in the repair, construction or alteration upon the property generall
described as follows: Irvine Avenue median strip, City of Newport Beach
AYO m. =_y
between 22nd St. and Santa Isabel
14 F' ;. Cimrtor
WCa C :n;/ Oirecror
. Dthcr .n.
The same has been furnished between the 6 day of June 19 74E] Councilmen
and the--i9 —day of June___ _.._ 19 74. A general description of the nature of the
labor performed and /or materials supplied Is as follows: grading of median island, pouring of concrete,
concrete, color, finishing, stamping, waxing, labor and equipment necessary
to perform the imprinted concrete surface.
The name or names of persons to or for whom the same was performed or furnished is (are)
Flora Landscape
1315 So. Highland
Duarte, California
The total value of all labor to be performed and /or materials to be furnished is
THE CLAIM OF THE UNDERSIGNED Is for the value of all materials and equipment actually furnished and /or for services and labor actually
performed for which payment has not been received: which claim is $___ _,i 6762.00
YOU ARE HEREBY NOTIFIED TO WITHHOLD sufficient money to answer the foregoing claim and any lien that may be filed therefor for record
under Article 2, Title 4, Part 3, of the California Code of Civil Procedure. ( §1190.1 to 1193.1 C.C.P.)
William V. Moorhead Corporation dba
Na e o ERNEn0. CONCRETE
By
ry Il Moorhead - Vice President
P. 0. Box 404, South Lacuna, Calif. 92677
Complete Address of Claimant (Zip Code)
STATE OF CALIFORNIA )
) s.s.
COUNTY OF _ORZIi )
, being duly swam, deposes
and says: That he is the person who signed the foregoing Notice to Withhold; that be has read the same and knows the contents thereof to be true
of his own knowledge, except as to any matters or things that may therein be stated on his Information and belief and as to those matters and things
he believes them to be true.
i�
Subscribed and sworn before me
thisl4t4ay of AUGUST i, tg 74
Niroary Public in and for said State,
(over)
NOTICE TO WITHHOLD
WOLCOTT9 FORM 694. REV. 9 -68
FOR YOUR ASSISTANCE SECTION 1190.1(h) of the California Code of Civil Procedure as amended by the 1961
legislative session is hereafter quoted. Should you ha're any doubt as to the usefulness of this form for your
purposes you are urged to consult your attorney.
(h) Notice to equitable owner; withholding funds.
(h) Any of the persons mentioned in Sections 1181 and 1184.1, except the contractor, at any time prior to
the expiration of the period within which claims of lien must be fled for record, as prescribed by the provisions
of Section 1193.1 of this code, may, in any instance in which the funds with which the cost of the work of
improvements are, wholly or in part, to be defrayed from the proceeds of a building loan, give to the mortgagee,
beneficiary under deed of trust, or assignee or successor in interest of either, or to any escrow holder or
other party holding any funds furnished or to be furnished by the owner or lender or any other person as a
fund from which to pay construction costs or arising out of a construction or building loan, a notice similar
to the one provided for in subdivision (a) of this section, whereupon the person so given such notice under this
subsection may withhold funds to answer such claims and any lien that may be fled therefor, but shall be under
no obligation to do so unless a bond is furnished as hereinafter provided. Such notice may only be given for
materials, equipment, or services furnished, or labor performed.
If such person entitled to file such a claim under this subsection files with the person holding such funds
as a fund from which to pay such construction costs, a bond with good and sufficient sureties in a penal sum
equal to one and one - quarter times the amount of such claim, undertaking that if the defendant recovers
judgment in an action brought on said verified claim or on the lien fled by the claimant, the lien claimant will
pay all costs that may be awarded against the owner, contractor, or person holding such funds, or any of
them, and all damages that such owner, contractor, or person holding such funds may sustain by reason of
the equitable garnishment effected by the claim or by reason of the lien, not exceeding the sum specified
in the undertaking, then the person holding such funds must withhold from the borrower or other person to
whom said owner may be obligated to make payments or advancements out of said fund sufficient money to
answer such claim, and any lien that may be fled therefor. No assignment by the owner or contractor of
construction loan funds, whether made before a verified claim is filed, or after such claim is filed shall be held
to take priority over claims filed under this subsection (h) and such assignment shall have no binding force
insofar as the rights of claimants who file claims hereunder are concerned.
This standard form covers most usual problems in the field
indicated. Before you sign, read it, fit io all h{aohs, and make
changes proper to your transaction. Consult a lawyer if you doubt
the form's fitness for your purpose.
CALIFORNIk PRIELIMINARYQ40TICE
IN ACCORDANCE WITH SGCTION 1193. CALIFORNIA CODE OF CIVIL eF0(.11`V HE ANTI SELT ION 4210, CAI -HORN IA GOV ERRw Nr C"' I EFFECTI VE THROUGH DECEMBER 31, 1970) AND IN ACCORDANCE N,T SECTION 3097 AND 3098. CALIFORNIA C1VII
.WHEN SUCH SECTIONS BECOME EFFECTIVE JANVAFV t I4 7I
I
• YOU ARE HEREBY NOTIFIED THAT .
CONSTRUCTION LENDER or ^era
Reputed Construction Lender, if any
(r�(�Cj eatin.
1 (name of pemon or f�/4nitM 4li�, services, equip
BUENA PARK, CA. 90621
......
NONE KNOWN (address Of person or firm furnish n9 labor, .Crv4r. s,'Et",
ha, Iu!nuhed or will furnish iabcr, services, equipment w
.,lanais of the I(jlowing general description:
-- FOLO HERE
Sprinkler System).materials,labor &quip.)
•n�Irra, deso:ptlon Of 16:, I,bpr, Servic(-s, e'golpinent Or
OWNER or PUBLIC AGENCY
or Reputed Owner (on public work)
!on private work)
r �
CITY OF NEWPORT BEACH
Laura Lagios (City Clerk)
3300 Newport Blvd.
L Newport Beach, CA. J
.— - - -_... FOLD
A qy C
male ^Bi It:•��•d���,: r: �o ire fOml;hedr
icr the building. si -, I ,t It I_nG itaul,. of !mprevemeall -
Contract. (1599
a,.:Irvine Ave. from 22nd St. to Santa
, "d,, .:. III n1 16
Isabel] Ave. - Newport Beach,CA.
ih )t 't iht• I:h::t:...I In Jrhl, I.u,,,ttacird for the put -
6hav1 r such Idt, quipa! nrt er material is:
FLORA LANDSCAPE INC.
1315 S. Highland Avenue
Duarte, CA. 91010
An I,Mrwt, III I I - .cal pr.I 1 the labor, :...: f,ns. Trull)
H matcrrls !L:". ,IhO
•,bif ,nUaV'AbC , I, :I:,•(. _4 ., I. .• iL,I r:,o)p i.In.I U,) e�
'i bolls are nut pold in In'! I , 'ubur, suvice;. equ,pren(
ar mat ,,riala furnsheq cr 'u Jr': iurnished, the irn(�rnved
Properly Ir.ry ho b;.,! In'r,Jiucic's hen:
ORIGINAL CONTRACTOR or 5 -18_74
Reputed Contractor, if any
/Aghaso�re, � �:nnal
FLORA LANDSCAPEinc.
1315 S. Highland Avenue
DuaI,Le, CA. 1) 10 10
L(P!ease notr, rrv):I SC s,rhr)
Ai WOLCOTTR FORM 1010. REV. 10 -71
-_. .. .....,...,_ter.., .... .... .. - _ ..,..,..
j
N "OT�ICE TO QWNER
Under the Mechanics, lima, any oruamr, subcontract&, bberer,
materialman or other Passim iedlo helP'�Tprove your. property and
is not pad for his labor, arr s.ma:y has a right to enfrsm hit
claim apaio¢ lour p/oDerW-
A w, yoaLay project yourself against such claims by filing,
yglgp�wp y,h work or i^!aavament, en original contract for
�[ naaaelMrr[, ar4lra)y sr. rr �- tihn lFwreef- errrho:"e'M.."r
the-
•�' �SPUnty v i....e tli' be record vum _- .....
gmnng that a corOractar "z F = >ment bcnd 6e roeordeiaresrmf Said bond shall be in an amount not kss than fifty percent (50%) of the
contract price and shall, in addition b any conditions for the perform-
ance of the contract, be conditioned for the payment in full of the claims
of all persons furnishing labor, serviccs, equipment or materiels for the
work described in said contract.
r I
Date A.Xii 25, 1974
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1599
Project Irvine Avenue Traffic ?ieclim Landscape Develepu mt
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Flora Landscape, Inc.
Address: 2. 0. Lint 294, Duarte, CA 91010
Amount: $ 271'190.43
Effective Date: April 24, 1974
Resolution No. 8230
Laura Lagios
LL-dg
Att.
cc: Finance Department Q
1
i
• 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. 1599
Project Description: Irvine Avenue Traffic Median Landscape Development from 22nd Street
to Santa Isabel Avenue.
This is to certify that the /W4 71 mP J/✓S CiJ LOS — nrance
Company
has issued to
age -of Insure
1315 S. Highland Avenue, Duarte, California
(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. 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. 6[ 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: Ray Tones Tnsurance
Address of Agency or Br
Countersigned by: --
Effective date of this
urance comoanv Kearesentative
April 12, , 1974 , Endorsement
it )
it
Policy Term
Limits of
is i it
Each Occurance
Aggregate
Coverage
Policy No.
(Minimum:
(Minimum:
$500,000)
$ 500,000 Protective
$1,000,000 Products
500,000 Contractor
COMPREHENSIVE LIAB.
From: 6 -26 -73
500.000 ProtectivE
Combined Single
$ 500,000
1,000.000 Products
Limit Bodily Injury
LP 9283604
To: 6-26-74
500,0o0 Contractui
Each occurence
or Property Damage
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. 6[ 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: Ray Tones Tnsurance
Address of Agency or Br
Countersigned by: --
Effective date of this
urance comoanv Kearesentative
April 12, , 1974 , Endorsement
it )
it
rATE
COMPENSATION
INSURANCE
FUND
9 0
P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101
CERTIFICATE OF WORKMEN'S COMPENSATION
April 10J, .15741'
City of 4orport Beach
197
--)-:zOO WesVl"-dirt Blvd. 4 p7j pF 4®
Newport Beach, California 92660
This is to certify that we have issued a lid W k ... !on "insurer= 901
-.; " 1 -1 0 , _q in a form approved bY the Co f!"
ern w — ,
Insurance Commissioner to the , 016je-r-named below fort "Picy period indicatfA"
This policy also covers the liability oUthe ,am liloyer under the United States Longsheremins mid Harbor Workers' Compensation Act
-
(30
This policy is not subject to cancellation by the Fund.except upon days' advance written notice to the employer.
(30)
we will also give you M days' advance notice sheft-Ahis policy be cancelled per to Its.normall expiration., such n7ftice
to be sent by REGISTERED MAID City of Newport Beach, c/o City Clerk,
3300 Newport Blvd., Newport Beach, California 92660.
EMPLOYER
FLORA LANDSCAPE, INC.
P.O. BOX 294
DUARTE., CALIFORNIA 91010
366723-74 4-1-74/75
{ T
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for work -
men•s Compensation or to undertake self- insurance before commencing
any of the work."
JOSt Irvine Avenue Traffic Median Landscape Development from
22nd Street to Santa Isabel Avenge (Contract No. 1599)
fte City of Newport Beach, its officers and employees are, hereby
named as additional insured employer but only as respect employees
of Flora Landscape, Inc. whose mimes appear on its payroll records.
F
• 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. i5�g9
Project Description: Irvine Avenue Traffic 14edian Landscape Development from
22nd Street to Santa Isabel Avenue
This is to certify that the State Compensation Insurance
has issued to Flora Landscape, Inc.
ame of nsure
P.O. Box 294, Duarte, California 91010
tAddress 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,
'Polity _ erm
mats of
I a,bi 1 itv
Each Occurance
(Minimum:
Aggregate
(Minimum:
Workmen's
Compensation
366723
4 -1 -74/75
$500,000)
$ 500,000 Protectivi
$1,000,000 Products
500,000 Contractui
COMPREHENSIVE LIAB.
Combined Single
From:
$
Protectiv(
Products
Limit Bodily Injury
or Property Damage
To:
Contractui
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. 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: State Copensation Insurance Fund
Address of Agency or Broker: "'601 Las Tunas Drive, Arcadia, California 91006
Countersigned by
a
a
it )
it
0
TO: CITY CLERK
FROM: Public Works Department
R
April 24, 1974
SUBJECT: IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT FROM
22ND STREET TO SANTA ISABEL AVENUE (C -1599)
Attached are three copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy and the insur-
ance certificates, and return the remaining copies to our department.
William B. Dye
Design Engineer
WBD:hh
Att.
4
,1
e
i
1
4
J
'w
N N
M N
' M W
0
0
F
f.
4 '
t
V
O
o
�W
N
C
m
1..
r
tg
w
m
1
H
c�iz =i
m D
1N
�
NZ,
a�.
,y
3
b
D
n
ti
{
R
r
oil
11111IM111111
c�iz =i
m D
1N
�
NZ,
wv-4-
G
rg3n
miim D
�1
1
a�.
,y
3
b
D
n
ti
{
R
r
wv-4-
G
rg3n
miim D
�1
1
• CONTRACT NO. 1599
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT
FROM
22ND STREET TO SANTA ISABEL AVENUE
Approved by the City Council this
// & day of MARCH 1974.
La ra Lagios, City Cl-"k
SUBMITTED BY:
;L02q Lh'/vosclllwF J/V
'Contractor
Address
0 z9vo/v
City State Zip
Z2/3 :�S�f-2SZcP
e ep one
27 020. ZA3
7 ta1Bid- ' rice
x Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and .compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for-any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds o f check o r 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. 2 7 f eq O Classification C' 2 -7.
Accompanying this proposal is RO /1O /0
(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 3100 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 0--thi-s:.COntract.
2/ 3 3 fie- 2-S2
onesQ Number
iG 2- 7
Date
Ider Ns�ame_ ='-
SEAL):
ti�:
Authorized ignature
Cor
ype f 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:
, 14AIAG �/4/1/A/�
P, -uf 4 /V /oe_ S•G/f/-/ Cc
LJ
0
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. 7R/2 /Gn7 AV GE-j" zv w11_41 TS % 0..9 DA' 327
2..
3. 9062/
4. BMigAl., nE c- 0y6,0P T
s._ P D. B OX '�ea
6._ S L/9 6 U.V IA
7.
8.
9.
10.
11.
12.
0/f 16
Bidder's Name
Authorized ignature
_4 s
a
&ANCIAL INDEMNITY COMPANY
THROUGH INSCO INSURANCE SERVICES, INC.
Los Angeles, California
Bond No. 240358L
Premium: $ BBSU
PROPOSAL BOND $60.00 per annum
$ 5.00 per annum
KNOW ALL MEN BY THESE PRESENTS, thereafter
That we, Flora Landscape. Inc
as Principal, and FINANCIAL INDEMNITY COMPANY, a corporation under the laws of the State of California, as
Surety, are held and firmly bound unto City of Newport Beach
(hereinafter called the obligee)
in the full and just sum of .Three thousand and no /100---- - - - - -- Dollars, ($ 3.000 , 00 )
for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors,
successors and assigns, jointly and severely, firmly by these presents.
WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Irvine Avenue traffic
median landscape development from 22nd Street to Santa Isabel Avenue
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as
may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful
performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect.
Signed and Sealed this
U -341 (5/73)
sl
28th
day of
March
19 74__
Flora Landscape Inc.
�-? N -
By FINANCIAL INDEMNITY COMPANY
J B r ,ATr0RNEY- IN-FACT
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT J
S � MEMO
Dalk MaecVA zci. iq -14
TO: Yl1 ��e12�
FROM: '6 I L-L DI I=
SUBJECT: �IZv��,E q'�,! ut �t l�lh! �ti1J.11�� @t�Pr_ �cLcL�S�NtLA?i
r x11 i-� t ru Vr. F3 \ n 1) cY2 LD 'Ro, KID
2ic4v te�r� �.a�,►�ET.
Copies to:
Signed�
PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS
I
STATE OF CALIFORNIA )
Jd;
Countyoj Los Anp_eles f
On this 28th
Sandra LeBlanc
at
March
19 74 ,before me
a Notary Public in and for the said
County of Los Angeles State of California, residing therein, duly commissioned and sworn,
personally appeared J, P, Bihr known to me to be the Attorney -in -Fact of Financial
Indemnity Company. the corporation that executed the within instrument, and acknowledged to me that he
Company ther 'and his own name as Attorney-in-Fact.
7
OrrIA L SEAL �
SANDRA LE �LANC e ;
t CL1C CALiroufA _ Notary Public in and for the County of
OF] ICE IN LOS Angeles Slate of California
LOS A7!GcLES COUNTY 311 My Commission Expires May 8, 1976
U•340 (5173) Calif.
' OANCIAL INDEMNITY COMPANY
HOME OFFICE - 5858 WILSH IRE BLVD., LOS ANGELES, CALIFORNIA 90036
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That FINANCIAL INDEMNITY COMPANY, a corporation organized and
existing under the laws of the State of California, and having its principal office in Los Angeles, California, does hereby
constitute and appoint
J. P. Bihr
of Los Angeles, California its true and lawful Attorney(s) -in -fact to sign,
execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, any and all bonds, recognizances, under- -
takings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
MISCELLANEOUS SURETY BONDS — Maximum Penalty $25,000.00
CONTRACT BONDS— Maximum Penalty $500,000.00
And said Company hereby ratifies and confirms all and whatsoever said Attorney(s) -in -fact may lawfully do in the premises by
virtue of these presents.
This appointment is made under and by authority of the following Resolution passed by the Board of Directors of said
Company at a meeting held at the principal office of said Company, a quorum being present and voting, on the 19th
day of December 19 72 , which resolution is still in effect:
"RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant
Secretary, be and they are hereby authorized and empowered to appoint Attorneys -in -fact of the Company, in its
name and as its acts, to execute and acknowledge for and on its behalf any and all bonds, recognizances, under-
takings, contracts of indemnity or other writings obligatory in the nature thereof, with power to attach thereto the
seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be as binding upon the Company
as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own
proper persons."
IN WITNESS WHEREOF, FINANCIAL INDEMNITY COMPANY has caused these presents to be sealed with its corporate
seal, duly attested by its Vice President and its Secretary, this 19th day of December 19 72.
FINANCIAL INDEMNITY COMPANY
Bice President
Secretary
THE STATE OF CALIFORNIA
COUNTY OF LOS ANGELES ss.
On this 19th day of December 19 72 before me came the above named Vice President and
Secretary of Financial Indemnity Company, to me personally known to be the individuals and officers described herein, and
acknowledged that the seal affixed to the preceding instrument is the corporate seal of Financial Indemnity Company and that
the said corporate seal and their signatures as officers were duly affixed and subscribed to said instrument by the authority and
direction of said Corporation.
Onnnlummm..„Il.,.Pp nlllnnlllnn lnn llllnmm!� n......nllnl,m..n,llnnmmnnnammq
Of FICIAt SEAL
LARRY D. McFARLAND
NOTPRI PL'
PRI 3LI E ' -_
NCIPAL OFFICE
LOS ANGELES COUNTY = �
My Commission Expires Sept. 10, 1973 ✓ Notary Public
Liss YIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII,IIIIII IYIIYIIY II1111
I, the undersigned Secretary of Financial Indemnity Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by
the authority of the following resolution adopted by the Board of Directors of the Financial Indemnity Company at a meeting
duly called and held on the 19th of December 1.9 72, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal
of this Corporation, may be affixed or printed by facsimile to any certification of a Power of Attorney of this
Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under my hand and the seal of said Company, at Los Angeles, California, this 28th day o£ March 19 74
Secretary
U -344 (5/73)
1
BIDDER'S BOND TO ACCOMPANY PROPOSAL,
KNOW ALL MEN BY THESE PRESENTS,
That we,
BOND #1111503
as Principal,
and. SURETY COMPANY OF THE PACIFIC as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of ---- - - - - --
10% of Bid in ---------- Dollars ($ 10% of BLd ), 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 theproposal:of the.above bounden principal for the construction of
IRVINE AVENUE TRAFFIC MEDIAN LANDSCAPE DEVELOPMENT FROM 22ND STREET TO
SANTA ISABEL AVENUE, NEWPORT BEACH, CALIFORNIA
in the City of Newport Beath, 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 construcm-
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 2" d ay. of
MARCH 19 74
Corporate Seal (If Corporation)
(Attach acknowledgement.of
Att6rney-in-Fact)
A By
Title
�ety
C�arLes R.
l ,;�.
�^ - ,
� � ` `
' � . _
�. -'_�.
L
�.
S i
STATE OF CALIFORNIA 1
~ County of Los Angeles yss.
On this 25D6
day of March ,19 4 , before me
Betty Lou Kuehne , a Notary Public, in and for the County and
State aforesaid, residing therein duly commissioned and sworn, personally appeared
i
0 OFFICIAL SEAL
8EM LOU KUEHNE
NOTARY PUBLIC • CALIFORNIA
1 LOS ANGELES COUNTY
SCP -U-26 (2769)
Charles R. Jones
known to me to be the Attorney -in -Fact of Surety Company of the Pacific, the
Corporation that executed the within instrument and also known to me to be the
person who executed the within instrument on behalf of the Corporation therein
named and acknowledged to me that such Corporation executed the same.
r C 16 <1 I
Notary PubliOn and for the State of California, County of Los Angeles
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 day of kw r_+1 -
19-74.
My commission expires:
DONALD L WEBB, JR.
Neiary 4a6tie California
Orange County
My Commission E,pira,
Oefeber 26, 1976
�r
0 0
0
CURRENT ASSETS
FLORA LANDSCAPE, INC.
BALANCE SHEET
as of November 30, 1973
Fiscal Year Ends June 30
:ash in bank
Accounts receivable - trade
Less reserve for uncollectible
accounts
Emplovees advances
Notes receivable - stockholders
Flora Nursery, Inc. - Affiliated
Company
inventories - Work in progress
Prepaid expenses
FIXED ASSETS
Cost
ASSETS
$115,722.73
A•
Total Current Assets
Furniture and fixtures $ 914.52
Automobiles 5,275.41
Trucks and Trailers 17,561.39
Tractors and field
equipment 20,156.61
pxz=
O
Accumulated
Depreciation
$ 266.00
2,967.60
6,611.00
6,680.8o
W.525.W
Total Assets
0
$ 7,386.79
113.723.82
270.00
1,426.o5
4.723.83
11,544..54
3.998.48
Residual
Ya1w
$ 648.52
2.307.81
10,950.39
13.475.81
$ 142,473.51
$ 7b 8 04
FWR,A LANrBCAPE, INC.
BALANCE SHEET
as of November 30, 1973
Fiscal Year Ends June 30
LIABILITIES
CURRENT LIABILITIES
Accounts payable - trade
Notes payable - bank
Pavroll taxes and insurance
Health and welfare insurance
3onu5's payable - stockholders
I
urrent portion of equipment purchase contracts
Progress billings
Total Current Liabilities
LONG TERM LIABILITIES
irgnipment purchase contracts
Less current portion shown above
Notes payable - stockholders
Notes payable - others
STOCKHOLDERS EQUITY
Capital stock 1 -73
Retained earnings 7 -1 -73
Net profit - current year
$ 139246.87
8.828.54
26,213.51
5.164.63
Stockholders Equity
Total
$ 52.151.72
5,000.00
4.722.58
3,463.90
6,700.00
8,828.54
401.40
r
$ 819268.14
4,418.33
31.378.14
$ 109000.00
(4.021.05)
$ 5,978.95
MMIG+RM
35,796.47
52.791.43
$ 169,856.04
n
u
FLORA LANDSCAPE, INC.
STATEMENT OF INCOME
November 30, 1973
November
1973
E
5 Months
Ending
November 30, 1973
SALES
Landscaping and irrigation $ 86,010.91 $ 386.791.03
$ 869010.91 $ 386,791.03
COST Or SALES
Landscaping and irrigation $ 70,498.39
Underapplied field overhead 660.58
$ 71.158.97
Gross Operating Profit $ 14,851.94
EXPENSES
Sailing expense
Administrative
Net Operating Profit
OTM INCOME
Discounts earned
Miscellaneous income
Total Net Profit
$ 121.85
7.820.55
$ 7.942.40
$ 6,909.54
$ 305,964.41
214.69
$306.179.10
$ 80,611.93
$ 1,967.48
37.024.30
$ 38.991.78
$ 419620.15
$ - ---- $ 4,708.84
483.49
5.192.33
$ 69909.54 $ 469812.48
Field labor
Payroll taxes
Compensation insurance
Union contributions
FUSS LAtMSUM9, INC.
FIELD OYMtEBLD
November 30, 1973
November
$ 9,920.84
374.52
483.03
Less -
Field labor charged to jobs
(Over) applied field labor
Field Overhead
Depreciation
Dump fees
Equipment Rental
Gas and oil
Motor Vehicle Licenses
Equipment repairs
small tools
Yard expenses
$ 973.08
18.50
821.42
34.70
615.39
63.00
89.6'3
Under applied field labor
$ 689o22.76
59257.10
2.820.66
15,955.27
$ 139435.36 $ 929055.79
15.390.50 105.771:150
(19955.14) (139715.71)
$ 49865.40
74:00
139.20
39732,41
258.50
49116.16
655.10
89:63
$ 2.615.72 $ 13.930.40
$ 660.58 $ 21,4.69
. S6..
FIDRA IaNDSUM, INC.
November 30, 1973
Noverber 5 Months I3ding
SELLING EXPENSES 1973 November 30. 197'3
Estimating labor = 795.50
Plans and specification service (14.40) 341.10
Permits and business licenses 136.25 355,43
Sales expense 390.00
Payroll taxes and insurance 85.45
Total 121.85 = 19967.48
ADMINISTRATIVE EXPENSES
Officers Salaries
$ 59000.00
$259000.00
Office Salaries
159.00
Payroll Taxes
218.54
Utilities
78.06
251.33
Telephone
150.42
19018.47
Insurance - General
583.10
29735.69
Officers Life Insurance
305.93
Rent
515.50
19185.20
Office Supplies and Postage
8.53
465.92
Interest
853.80
19954.17
Legal and Accounting
500.00
20617.00
Miscellaneous General Expenses
2.26
Depreciation - Office Equipment
12.00
60.00
Employee Benefits
104.14
854:74
Bank Charges
8.30
Fines and Penalties
122.75
Answering Service
15.00
.00
Total 6 7.x.55 $37
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility,
E:
p.'
i
I
1
'G:
-; ,. _
• M
R E F E R E N C E S
We are proud to list the following as but a few 6f.the projects we'
have completed:
Ronson Corporation in Duarte. For this installation.we
were honored with the First Prize for the "Best Industrial ..
Landscape" by the California Landscape Contractors
Association for the year.
K -Mart Shopping Centers
Hebrew Union College, Los Angeles
Pacific Telephone Company Offices
General Telephone Company Offices
Bank of America Installations
City of Carson, Median Strip Beautification
La Verne College, La Verne
Montecito Village, San Dimas
Fuller Theological Seminary, Pasadena
Some of the General Contractors and Landscape Architects for whom
we have done work are:
Steed Brothers, Alhambra 213/289 -3671
Southwest Contractors, Buena Park 714/523 -7500
Chotiner & Gumbiner, Los Angeles 213/273 -0110 (Mr. Newman)
Myers Bros., Los Angeles 213/256 -3181 (Mr. Lou Baumgart)
Stolte, Inc., Los Angeles 213/380 -6550 (Mr. Gordon Seabert)
A. E. Sandorf Co., Sherman Oaks 213/788-1917 (Mr. Fleming)
Jones & Peterson, Anaheim 714/772 -3110
Bettler, Baldwin, Tarzana 213/881 -3550
Erikson, Peters & Thoms 2131795 -2008 (Mr. Thoms)
Recreation Land Planners, Inc., Placentia 714/524 -3000
(Mr. Ddug.Newcomb)
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.
i
1
PR 1 of. 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPAR1MDU
IRVINE AVENUE TRAFFIC MEDIAN
LANDSCAPE DEVELOPMENT
PROPOSAL
CONTRACT NO. 1599
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the.location of the proposed
work; that he has examined the Plans, Special Provisions, Standard Special Provisions,
Standard Specifications and Standard Drawings; has read the Notice Inviting Bids; and
hereby agrees to furnish all labor, materials, equipment, transportation, and services
to do all the work required to complete Contract No. 1599 in strict conformance with
the Plans identified as City of Newport Beach Drawing No. P- 5063- S.(consisting of 9
sheets), the Special Provisions, the Standard Special Provisions, the Standard Specifi-
cations, 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:,
SCHEDULE OF WORK ITEMS
�1
IN
1. Lump Sum Prepare sub -grade and construct
4 inch thick portland cement
concrete cobblestone median
pavement complete in place as
shown on the plans for the lump
sum price of:
ei Ou a o Dollars
and
H r % U vrd%r ems/ Cents
Sum
PR2of3
�44
E
QUANTITY
f -ND.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
2.
Lump Sum
Construct automatic irrigation system
complete in place for the lump sum
j'
price of:
— ➢�WL�yP_ 1-17 o as ar tool Dollars
and
hD c.e.47 Cents
—
Lump Sum
3.
Lump Sum
Plant Alta- Meadow Fescue turf per the .
plans for the lump sum price of:
y�ior.4aseyes,�i�na/rr�/Dollars
and
s)'x1rh1�je 7.-Ihmn Cents
$ -- d'/ /$ 276 %,
Lump um
4. ✓
Lump Sum
Plant Trailing African Daisies per the
plans for the lump sum price of:
— �rMn�`a�saa�l�wo�anfZe4✓ Dollars
•.
and
/
l�l ✓h�i ei zif od�on Cents
$ "jS v
$
Lump 5UM
S.
Lump Sum
Plant White Trailing Ice Plant per
the plans for the lump sum price of:
— �S�t�th �Ghalret� ✓ Zi�i Dollars
and
6 s� 0 - - — ^ents
$ -"l7
✓$ .
ump um
6. J
9 Each
Furnish and plant 15 gallon size
Lemon- scented Gum trees for the
unit price of:
ene_- sgo c e orA Dollars
and
Cents
Unit Price
7. %
54 Each
Furnish and plant 5 gallon size
Pride of Madeira shrubs for the
unit price of:
Dollars
J and
Cents
$_
° - -' --
Unit Price
-1r-
� __
��
.�•
.�:� -_. .u:_ ..
.=
PR3 f3�
ITEM QUANTITY ITEM DESCRIPTION N TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 12 Each Furnish and plant 1 gallon size
Boston Ivy vines for the unit
price of:
�Y"Lirecr— ho ce171S Dollars
and
Cents $ . -- $A ,
mt Price
TOTAL PRICE WRITTEN IN WORDS:
—Itven Ft, ,Ce-Ve,07 016114x5 Dollars
' and
oon%/6o Cents $ 27020,43
z�
Date
CONTRACTOR's LICENSE NO. -)f F17j() TELEPHONE NUMBER .35f 2g2y
CONTRACTOR'S ADDRESS /31 S• /�/ /( S/ L/S�nIO /grfc. !,1/�.e i L.9� /�
i�air
0
2
RESOLUTION NO. 8 23 0.
RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR
IRVINE AVENUE MEDIAN LANDSCAPE DEVELOPMENT
CONTRACT NO. 1599
WHEREAS, pursuant to the notice inviting bids for work
in connection with landscaping and construction of an irrigation
system in the traffic median in Irvine Avenue from Santiago
Drive (22nd Street) to Santa Isabel Avenue in accordance with
th-- plans and specifications heretofore adopted, bids Were
received on the 26th day of March, 1974, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is Flora Landscape, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Flora Landscape, Inc.
for the work in the amount of $27,090.43 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 8th day of April , 1974.
Mayor
ATTEST:
City Clerk
DON/bc
4/2/74