Loading...
HomeMy WebLinkAboutC-1339(C) - Buffalo Hills Park construction, Phase IIc I TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II (C -1339) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: May 8, 1972 to file a Notice of Completion. to release the bonds 35 days after been filed. /47 /4 — The contract for the construction of Buffalo Hills Park, Phase II has been completed to the satisfaction of the Public Works Department. The bid price was: $144,541.31 Amount of Unit Price Items Constructed: $139,224,41 Amount of Change Orders: $ 5,988.00 Total Contract Cost: $145.212.41 Amount Budgeted in Account No. 27- 7797 -028: $ 50,000.00 (The excess over $50,000 paid by the developer, Donald L. Bren Company) During construction, it was decided to relocate the partially completed restroom building. A change order in the amount of $5,988.00 was issued to cover the cost. The reduction in unit price items was primarily due to a need to construct less mowing strip than was shown in the proposal quantities. The contractor is Industrial Turf of Laguna Hills, California. The contract date of completion was February 7, 1972, While the park was completed by that date, the relocated restroom building and final cleanup work were not completed until April 20, 1972. The assessment of liquidated damages is not recommended as the remaining work was minor in nature and did not affect the usability of the facilities. oseph Devlinl ublic ks Director )PD/bg XPID: MTIrrBCB & 0C`. GENERAL CONTRACTORS 10317 WEST WHITTIER BLVD. - WHITTIER, CALIFORNIA AREA CODE z13 oyzoza, rzs�o2rs Mc. Pat Dunlgan Public Works Dept. 5300 Newport Blvd. Newport Beach, Calif. 92660 Dear Sir: Upon receipt of o check payable jointly to us and I nI—'t6rfj. Inc" in the amount of "lO,24O^0O we will unconditionally release the stop order on BufVulo-Milla oark^ ,Nemport We regret the necessity for all the trouble this job has caused you^ If any additional .paper work is required in this matter, p]ouon notify us at the uhnxn address. 'ry ' ul President '� f(V) / INDUSTRIAL -TURF inc. P. O. Box 2247 / Laguna Hills, California 92653 / Phone: (714) 837 -1231 — Phoenix, Arizona and Denver, Colorado June 20, 1972 Pat Dunigan City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92660 Re: Buffalo Hills Park, Phase II Contract 111339 Gentlemen: This is to authorize the City of joint check to J. A. Deutsch & Co for full settlement on the above Sincerely, INDUSTRIAL TURF, INC. `%' 61 Michael Pawluk Vice President Newport Beach to make a . in the amount of $10,280.00 job. C ; J J �. f :� ail J 11 ll Z• .. - -- -I i— .!!�j INDUSTRIAL , COMMERCIAL L A N D S C A P I N G A N D I R R I G A T I O N r1 � 7 June 6, '972 Donald L. -'ren Company 15233 Ventura Boulevard Sherman Oaks, CA 91403 Subject: Buffalo `.sills Park, Phase II Attached for your files are copies of the following documents: :recorded Notice of Completion for construction on which Industrial Turf, Inc. was the contractor. Recorded Grant Deed. City of Newport Beach Resolution No. 7672 accepting Grant Deed from The Irvine Company. Laura Lagios City Clerk LL:swk enc. 3 Mey 3, ..972 The Irvine Cm. )any 550 Newport Center Drive Newport Beach, CA 92660 Attention: Betty J. Vigil Residential Developer Administration Re: Corporation ,rant Deed to City,, of Newport Beach Harbor View Homes - Donald L. ren Co. Buffalo Hills Park, Phase II Your letter of Varch 21 to the City Attomev, Mr. Dennis O'Neil, requested that you be advised of the yeooniinF inforration after recordation of the above deed. Enclosed is a copy of the deed with the recording informa- tion. .: cceptance of the Brant Deed by the City Council on April 10, 972 was effected by the adoption of Resolution No. 7672. T auras I.Vios City Clerk LL:swk enc. cc: C_ty Attorney Public Works Department April 18, '1972 Mr. J. idylie Carlyle County Recorder P. 0. Box 238 Santa Ana, `A 92702 Attached for recordation is the Corporation Grant Deed frcn The Irvine Ccrmany to the City of Newport Beach covering certain real property for public park purposes. ?he Grant Deed was authorized by the passage of Resolution No. 7672 on April 10, 7972 by the City Council of Newport Beach. Please returr. the recorded deed to Tmi office. Laura Laeios City Cler9k LL : ,.;wk enc. To: From: Subject: CITY OF NEWPORT BEACH Office of City Attorney The Honorable Mayor and Members of the City Council City Attorney Buffalo Hills Park, Phase II April 10, 1972 I1 3 In accordance with previous agreements entered into with The Irvine Company and the Donald L. Bren Co. in connection with the development of Buffalo Hills Park, the City has received a Corporation Grant Deed from The Irvine Company conveying to the City the parcel of property known as Buffalo Hills Park, Phase II. The resolution which appears on this evening's agenda, if adopted, would authorize the City to accept said Corporation Grant Deed. I IL �� b -4 DENNIS O'NEIL City Attorney DON:mhh CC: `City Clerk City Manager PB &R Director Community Development Director March 21, 1972 Mr. Dennis - t7' Neil City AtEorney City of Newport Beach 3300 Newport Blvd. Newport Beach, Calif. IrvineBuilders of Tomorrow's Cities... Today Re: Corporation Grant Deed to City of Newport Beach Harbor View Homes - DonaklL. Brien Co. Dear Mr. O'Neil: Enclosed herewith is The Irvine Company copy and the original Corporation Grant Deed from The Irvine Company to the City of Newport Beach, for public park purposes. If this Grant Deed meets with your approval, please sign and date same on Page 3 and return The Irvine Company copy to this office. Also, would you please ask the title company to notify us of the recording information when the Grant Deed has been re- corded. Should you have any questions, please call. Very truly yours, THE IRVINE COMPANY y i Betty `i ✓vigil Residential Developer Adm. /bv Enc 1: cc: Mr. Harry Merrill The Irvine Company - 550 Newport Center Drivp. • Newport Beach, California 92660 - (714) 644 -307 1 7 67 2 tu cm Can=& or CWT cr f LWM Wman a @f• as no an I = Oman*"= It swvwa Btu& MMKO now n 1sa►a b"a ii to 00 ur of X" "" sooftfted ua4 prq"wvxuitULUa* US ftuovim doasslb" a is �M � St swrott � �y of fts ca2ifasalat 41 •ss+.ai �, ars sMmamt at syofrisw� is � � S of tarsal oftwm smanu of ft"" ewnrt cout nisi aps" oa a" flit as � w KMM 1Mp � bbd as �t yaeala�t rigs" 8 IOU sus. dwAs onus" 44 1s wla 1ita s1#�f1r eforwrjy* am fY�am�slarlr itaW i"k )wai p 1167 t 1lrmisa mm now* sea 10 Me Sol MMOXM 4 U As tia *a Antom t *a ihm CJW to MpW .aid a� t sMswa, a xv opowu of the cily ot*"P"t*"Aa" so" 9""4wW4%boaft *"V*AW14 am, the eitt ct** " mmoa*44 amt to =46uto aid► at*"& 515 Atom 0".46,ltt- 4w WY ay --Z- mu E CITY OF NEWPORT BEACH PARKS, BEAC S AND RECREATION COMMISSION OCT 26 1971 By the CITY COUNCIL NOV $OctWr 26, 1971 CITY OF A+!w T 66ACH By the CITY COUNCIL CITY ®P Rw**" 11 ACH ; TO: MAYOR AND CITY COUNCIL FROM: Chairman, PB $ R Commission 14 OV 2 21971 By the CITY COUNCIL SUBJECT: BUFFALO HILLS PARK RESTROOM CITY pp mp woow► BEACH On Tuesday, October 19th at the regular meeting of the PB $ R Commission, the subject of the restroom at Buffalo Hills Park Phase II was again discussed. PB $ R Commissioners had pre- viously reviewed this subject at two preceeding meetings and had viewed the area personally during their semi - annual park tour on Saturday morning, October 16th. At the two previous meetings when this subject was dis- cussed, the Commissioners agreed that the restroom was not improperly placed and that it should not be moved. However, if the property owners desired to have it moved, it should be done at other than City expense. After inspecting the situation in the field and after reviewing the matter at the October 19th Commission meeting, the Commissioners voted unanimously that the restroom should not be re- located, but, if it is, it should not be done at City expense. The Commission felt that an error had not been made in the original site selection, and that the proposed relocation site would be far more objectionable to the adjacent residents as well as the users of the recreation facility. HALL SEELY HS: CCS:dm //� 7 F -2 //67 CITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION DEPARTMENT November 22,,71971 F -1 TO: ROBERT WYNN, CITY MANAGER Nr)V ? 2 1971 FROM: PB $ R Director By the CITY COUNCIL CITY OF NFWP9R"T B;ACH SUBJECT: BUFFALO HILLS PARK, PHASE II - RESTROOM RELOCATION RECOMMENDATION: We have received some cost projections from Industrial Turf, Inc. to relocate the restroom in Buffalo Hills Park. In order to accomplish this relocation, I would like to recommend that the City Council take the following action: 1. Approve a budget amendment transferring $3,508 from capital improvement account 22- 2397 -029, Santa Ana Heights fire station site acquisition, to account 27 -7797 -028, Buffalo Hills Park Development, Phase II. 2. Receive $3,508 from the Bren Company as a 50% share of the relocation cost and deposit that in capital improvement account 27- 7797 -028. 3. Authorize Industrial Turf to proceed with the restroom relocation. 4. Extend the development contract time limit an additional 30 days from the date of notification to proceed with the change order. DISCUSSION: Industrial Turf, Inc. has indicated that relocating the restroom from its present site to a new site will be $5,988, excluding the provision of utilities to the site. We have received additional cost projections for utility provision and they are as follows: sewer, $655; Edison $ telephone, $328; water line, $45. This makes a total of $7,016. The City Council had previously indicated that it is their desire to have the Bren Company share in the cost of this relocation, and even though the Bren Company has not specified that they would share a SOo cost, it has been Renerally indicated that they would be receptive to this portion. Therefore, a total of $7,016 would be involved in the moving of the restroom, including all utilities and hookups, which would be split equally between the City and the Bren Company. Since the other construction at the Park has now been finalized, I believe that it would be in order to expedite this relocation project. CALVIN1G. STEWART CCS:h I June 28, 1971 TO: CITY COUNCIL FROM: Public Works Department P.B. & R. Department SUBJECT: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II RECOMMENDATIONS: Adopt a resolution awarding the contract to Industrial Turf, Inc. in the amount of $144,541.31 and authorizing the Mayor and City Clerk to execute the contract; subject to receipt of a letter of credit from the Donald L. Bren Company in the amount of $145,000. DISCUSSION: At 10:00 A.M. on June 27, 1971, seven bids were opened in the office of the City Clerk. One additional bid turned in late was not opened. Bid Total as 6, G.T.S. Company $164,771.60* $163,771.60 Long Beach 7. Goodman & Peloquin $1,959,283.50* $144,561,86 La Habra Landscape Architect's Estimate $132,560.00 * Corrected total based on extensions of unit prices. The low bid is 9% over the landscape architect's estimate. Of the seven bids turned in, six contained arithmetical errors. Industrial Turf's bid was the only bid free from arithmetical error. `67 Bidder Amount Submitted 1, Industrial Turf, Inc. $144,541.31 $144,541.31 Laguna Hills 2. Silveri and Ruiz $145,136.82* $144,363.22 Fullerton 3, Moulder Brothers $146,334.70* $146,348.20 Glendale 4, Valley Crest Landscaping $147,602.19* $147,802.19 Santa Ana 5. R. 0. Boyette Company $149,588.81* $149,552.87 Diamond Bar 6, G.T.S. Company $164,771.60* $163,771.60 Long Beach 7. Goodman & Peloquin $1,959,283.50* $144,561,86 La Habra Landscape Architect's Estimate $132,560.00 * Corrected total based on extensions of unit prices. The low bid is 9% over the landscape architect's estimate. Of the seven bids turned in, six contained arithmetical errors. Industrial Turf's bid was the only bid free from arithmetical error. `67 June 28, 1971 Page Two Subject Construction of Buffalo Hills Park, Phase II The project provides for the construction of improvements to Phase II of Buffalo Hills Park, located southerly of the existing park in the Upper Harbor View Hills development, Phase II of the park is 6.645 acres. Improvements to be constructed consist of landscaping, play apparatus, sidewalks, and a public restroom. The total project cost, excluding land, is estimated to be: Construction Landscape Architect Printing Plans Water Acreage Fee Subtotal $144,541.31 11,500.00 700.00 4,295.00 $161,036.31 On April 13, 1970 the Council approved a financing program whereby the Donald L. Bren Company would advance the entire construction cost and would.then be reimbursed by the city in the maximum amount of $50,000. This.amount was determined based on the estimated cost differential between a public park and.a private park. Funds for reim- bursement will come from the Building Excise Tax Fund and will be paid over a 5 -year period. The plans were prepared by Courtland Paul /Arthur Beggs, landscape architects retained by the Bren Company. The contractor-is well qualified for.the project; he has performed a great deal of similar work, including construction of Phase I of the Buffalo Hills Park. The estimated date of completion is September 30, 1971. is ph T. Devlin /341 Public Works Director KLP /bg Calvin C. Stewart Parks, Beaches, and Recreation Director r a (n t. t N_ r �'iY z�13 o *� v 2SF Q F M ro z (n 1 U W Q W F-- z C3 F U [aJ 1 tV I 0 w x N 9. (a oil i 1 tV I 0 w x N 9. (a } a N r T t, ll U < 1 JF-p[O Q W W a :Z F- Z C7 — O Z 4 O W W S t Ni I II�AI A18111i11� 1 w 4 O W W S 4 TO! CITY COUNCIL FROM: Public Works Department SUBJECT. CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II (C -1339) RECOMMENDATIONS: May 24, 1971 1, Approve the plans, specifications, and estimate. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on June 22, 1971. DISCUSSION: �-/- 6 This project provides for the construction of improvements to Phase II of the Buffalo Hills Park, located southerly of the existing park in the Upper Harbor View Hills development. The area of Phase II of the park is 6.646 acres. Improvements to be constructed under the contract consist of landscaping, play apparatus, sidewalks, and a public restroom. A sketch showing the location of the park and a construction estimate dated May 10, 1971 are attached for reference. The estimated construction cost is $132,560. Additional costs are the Landscape Architect's fee of $12,000, printing costs of $700, and the water acreage fee of $4,295. On April 13, 1971 the Council approved a financing program whereby the Donald L. Bren Company would advance the entire cost, and would then be reimbursed by the city in the maximum amount of $50,000. This amount was developed on the basis of the estimated cost differential between a public park and a private park. Funds for reimbursement would come from the Building Excise Tax Fund, and would be repaid to the Bren Company over a 5 year period. A reimbursement agreement providing for financing of the project will be presented to the Council prior to award of the contract, The plans were prepared by a private landscape architect retained by the Bren Company. The estimated date of completion is September 30, 1971. eph T.�Jevlin lic Works Director ldg Atts Calvin C. Stewart \ / Parks, Beaches, and creation Director O SXEET -1— F— SHEETS 5� R,S i. 5155 EGLE 1 ^'60' P i 0 C E \ �� AEyJB.NO 291 u•uy :Y` 6 CITY OF NEWPORT BEACH, ORANGE COUNTY, CALIFORNIA QX',YTY SURVEYORS CER7 1F /LA7E CITY ENCIN£ERS C£RT/F /CAT£ SURVEYORS C£R7/F /LATE AfONUTAEM NOTES�f =' — o "' ° °""' " °" Pol+[n ma;x+ +xe3.ac„ K:io`a' °oc sEnoouPNE h _ \� --rro�— `S' a vea voen 214$/S_OF_9EA_R 4NCS • %`' --T, - �y I / POAT__ Luc nnnrcw•♦ . T it i _O NI'in1.(1'1 r7e'n�'�7t' A uOl/AONUMENT NOTES A. n. 4��u �ie Wiu.s 5uowu ,uus I- elele_ W�IOGE*'01£'V`He Qa✓ii /� i ee y5n u,s suawu iuus ..- ' <'' .1NDCASE /AfN70ATA , 1 u} '� cowSCanx[u we anti. r CIPC: L "I All In pl ..0 ,rE'1 /� o, PORTe +NELSON PL. (' • w.r ujI I 2 l� PORT WNEELEI p� =o N � v- ii Cry m 0 _I, 6=l` it eta —; ii � f�✓ h' ,' `/ �"� , l�..v Jl vu ­ IEf 4r:.. .. ...o gT_EJWARO PL,IU o'a� I � I � � - .e e♦ rv..a_ � 111 / :.ti(';! EXHIBIT A Caen- ce: :Var,Oahm ria 92625 c cP "o e 71 ».673-876 J May 10, 1971 COST ESTI'XI \TE 4_9 FOR HARBOR VIEW HOMES PARK - PHASE il, PREPARED FOR DONALD L. BREN COMPANY Unit Ite n Ouantitv Unit Price Total Gr a lino- Allow $ 10, 000. 00 ...... 8" concrete and steel. mow, strip, in place 2,736 1, f. 2.50 6, 840. 00 6" wido concrete curb (basket- - ball area) in place 270 1, f. 2.50 670. CO Concrete sidewalks, in place 47,170 sq. ft. 52 24, 530. 00 Concrete wall (tot lot) in place (2' -0" wide) 52 1, f. 5.00 260.00 Concrete step in place 39 1, f. 3.30 130.00 Woven wire mesh, in place 47,274 sq. ft. .10 4,730.00 4" asphalt concrete paving, (including striping), in place 4,233 sq. ft. .30 1,270.00 L" catch basins, in place 1 60.00 60.00 8" catch basin, in place 1 40.00 4" cast iron pipe, in place 18 1, f. 4.00 70.00 " drain line, in place 112 1, f. 2.50 280. CO 4" perforated drain line, in place 34 1. f. 2.50 90.00 Drinking fountain, including brick paving, in place 2 425.00 850.00 Play egmprnent, Northwest Design Products, Inc. , Model *14 cl-';nncr, in place 1 150.00 150.00 Piay equipment, Northwest Design Products, Inc. , Model #8 (single climbing net) in place 1 400.00 400.00 Picnic table, Jamison #434 -600, in place 6 450.00 2, 700. 00 Basketball backstop and post, Jamison x360 -4z0 (including nylon nets) in place 2 380.00 760. CO Sand, in place 1,256 sq. ft. Allow 350. 00 Railroad tie, in place 71 1. f. 5.00 3Ci0. 00 12" ro"phonc poles, in place 88 15.00 1, 320. 00 Cost i_ stin:ate =2 for Harbor View Homes Park - Phase II, Prepared for tie Donald L. Bren Company. May 10, 1971 Page 2 Unit lte;n Quantity Unit Price Total Construction of restroom facility complete, in place, including arciiitect's fee of $750.00 1 Allow $ 10, 750.00 Irrigation, in place Allow 33, 020.00 Bluegrass lawn, including soil preparation, complete 254,024 sq. ft. .05 12, 700.00 Zoysia niatrella, including soil preparation, complete 5,768 sq. ft. .35 2,020.00 115- -L,llon Cupaniopsis anacardiodes (including staking) in place 36 40.00 1,440.00 15- ,1111on Pittosporum rhombifolium (including staking) in place 10 40.00 400. 00 5- Gallo; Lucalyptus citriodora, in place 384 10.00 3,840.00 5- allon Bougainvillea "San Diego Red, " in place 19 13.00 250.00 1- ;allon Parthenocissus tricuspidata, in place 161 6.00 970.00 90 -day maintenance Allow 5,000.00 Sub -Total $126,250.00 5% Contingency 6,310.00 Landscape Architect's fees, including $500.00 for additional supervision and inspections 12, 000. 00 Printing costs 700.00 TOTAL $145,260.00 Note: All figures have been rounded off to the nearest $10.00 and are based on current prices. Not Included: 1. Recreation Center 2. Lighting / � L [ �L ` > ✓vLV "fib 22 � .j .,; ��tC G:' /��1'lc.,✓ .ir. l/ a. ">i�C'LL �'tLLC:'�✓ SEP 1 1971 older . ........................... ce "DES SEMI Y0: 0 September 15, 1471 [;_'' C� , CW'.rk= W'ectae ��i'bmuinp Ilirecto[ Parks, Beaches, iteereation comuiusion 3300 Newport Road (� Newport Reach, California] caunailR.y Gentlemons As a private cinema, I would like to express my extreme Concern about the location of a public restroom facility in your Park in the Phase II area of the Harbor View Hamel development beiuS built by the Donald 1. -vw Corporation. It is to be located within ten feet of a private residsnce at the foot of Port Edward Place, Even though much thought sent into the placement of the facility I think the location chosen is highly unfortunate. It is my opinion that the facility should be located immediately east of the swim club somewhat in the manner that it was located in Phase I. MY reasons for this request are as follows le I feel a public rout room facility should definitely be removed from proximity to any private residence• This one is very close to four private residences and I think numerous others will feel that it is closer to them than they would wish. If such a facility is located out in the open ,park area it could offend no onus sensibilities. z• In my opinion, the location of this facility could ,resent a dire threat to the safety of young children. The very reason that the location was chosen was to put it in an unobtrusive "t• In doing this the facility is automatically removed from any automatic surveillance that is provided in an open area. It will be particularly dangerous after shrubs haw,; been placed around it. All the community would need would be one undssirable outsider to come in to the area and you would have a definite emotional or kAWsioal threat to any young children coming by. I do not wish to dwell on what the extreme tragedy could be, but I think all of you have read enough newspapers to know I an not making an unrealistic reference. Although I am not experienced in housing, landscape ri architectures park devolopsgtt, I tniU* I can 5W as an observant eitiaon that despite all the mood intentions of everyem involved, an extreMs]y unfortunate decision has been made. I submit that this decision should be reversed and those w.o have the a4thar- ity to relocate the faailiiy eiaould came to the area anu diva deep consideration to this possibility. jFrw kV, 1 do not feel that I, In hood so conismss can w&1mt Us oivia responsibility to make this ca"P aint. .siacaerely yov<' s Ste. J. f e S3thtri7,s Oct ter. ban 6""y 2633 carobs Nes,arL usaohs Q&. UV Attorney city Cautcii 33UO NW&A rt Road, trWd rt ;leschs ca. Mr. marsitt Johnson, ,president 1xims Owners Association 1935 Port Ednnard Nenort Beach, Ca. 644 -8275 IrvineBuildersof Tomorrow's Cities ... Today May 13, 1971 Mr. Dennis O'Neal, Assistant City Attorney City of Newport Beach 3300 Newport Boulevard Newport Beach, California Dear Mr. O'Neal: Enclosed are the original and two copies of Notice of Covenants, Conditions and Restrictions for Tract No. 7166, North Bluffs. Please execute these documents, retain one for your reference, and return the original and The Irvine Company's copy to me at your earliest convenience. We will provide you with recording information when received. - Sincerely, John V. Sands Manager Residential Developer Administration JVS.ea Enclosures The Irvine Company • 550 Newport Center Drive -Newport Beach. California 92660 . (7 14r 644 -301 1 i /G-7 11167 CITY OF NEWPORT BEACH Office of CITY ATTORNEY May 24, 1971. To: The Honorable Mayor and Members of the City Council From: City Attorney Subject: Buffalo Hills Park, Phase 2 -- Reimbursement Agreement. This office has prepared the attached Reimbursement Agreement in connection with the extension of Buffalo Hills Park. Under the terms of the agreement, the Donald L. Bren Company will dedicate 6.60 +- acres to the City of Newport Beach for public park purposes at no cost or expense to the City. In addition, the Donald L. Bren Company will provide the funds necessary to design and improve the park extension to City standards, up to a cost not to exceed $140,000. The City of Newport Beach will reimburse the Donald L. Bren Company up to an amount not to exceed $50,000 for those improvements over and above those required for the development of a private park. The reimburs- able costs shall include, but are not limited to, the following requirements of the City: 1. Public rest room facilities, including utilities and design costs; 2. Sidewalks over 6' in width; 3. Hard surface basket ball court; 4. Picnic facilities; 5. Tiny tot play apparatus; 6. Those additional costs resulting from the City's Public Works standards for construction of side- walks and drainage systems; and the Park Department's standards for irrigation systems, mow strips, landscaping and tree and shrub planting and staking. -1- To: The Honorable Mayor and Members of the City Council May 24, 1971 Subject: Buffalo Hills Park, Phase 2 -- Reimbursement Agreement The aforementioned reimbursement proposal will be paid as follows: $10,000 will be paid to Donald L. Bren Company upon completion and acceptance of the work. Thereafter, the sum of $40,000 will be paid in ten equal semi - annual installments over a period of five years, payable on February 1 and August 1, commencing in 1972. The final payments will be reduced if the total construction cost is less than the $50,000 amount. The agreement has been executed by The Irvine Company as the owner in fee of the real property in question, as well as the Donald L. Bren Company as the developer. Adoption of the resolution on the agenda would authorize the Mayor to execute the agreement on behalf of the City. DOIN:adw TULLY H. SEYMOUR City Attorney By: Dennis O'Neil Assistant City Attorney -2- NOTICE TO WITHHOLD STOP NOTICE TO HOLDER OF FUNDS For Materials Furnished and /or Labor Performed FEB 2 9 1yf) ., 1e ..... ............................. 'IES SENT T0: J Mayor .11...ger l Allurney 1'u hli, VV.rks Director Olher41_ _„i_✓ or —r ❑ co99eumew TO City of Newport Beach , HOLDER OF FUNDS, NOTICE IS HEREBY GIVEN that the undersigned has performed labor and /or furnished materials to the contractor or other person acting by the authority of the contractor and /or the owner in the repair, construction or alteration upon the property generally described as follows: Buffalo Hills Park, City of Newport Beach, California The same has been furnished between the 20th day of August 1971 and the 24th day of February 19-22­ . A general description of the nature of the labor performed and /or materials supplied is as follows: Construction of restroom facilities. The name or names of persons to or for whom the same was performed or furnished is (are) Industrial —Turf Inc. The total value of all labor to be performed and /or materials to be furnished is $ 16,990,00 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 $ 10,240.00 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.) ,'1 Name of Claimant B y , Y _ .'a Y 0317 Whittier Blvd., Whittier, California 90606 Complete Address of Claimant (Zip Code) STATE OF CALIFORNIA ) COUNTY OlLos Angeles. ) s.s. Joseph A. Deutsch being duly sworn, deposes and says: That he is the person who signed the foregoing Notice to Withhold; that he 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. (} Deponent 4 Subscribed and sworn before me _ _______ this 28 f Februa 972 .. OFFICIAL SEAL �... Edvvard A. Balogh ROTARY PUBLIC - CALIFORNIA N a ubiii ijj11 and foj sai State. PRINCIPAL OFFICE III arcs A. Baf O9- t LOS ANGELES COUNTY (ever) Fay CORIRn5519R Expires July 5, 1974 f010, i \\OMN,N9 / / / / / / / //. \ \ \ \ \O' /1110/ / / /. I .i\\\M\\\\ \vim ///////�►NI kS ,/ii NOTICE TO WITHHOLD WOLCOTTS FORM 894, REV. 9.68 r; FOR YOUR ASSISTANCE SECTION 1190.1(h) of the California Code of Civil Procedure as amended by the 1967 legislative session is hereafter quoted. Should you have 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 filed 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 filed 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. c It 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 filed 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 filed 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 fled 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, fill in all blanks, and make changes proper to your transaction. Consult a lawyer if you doubt the form's fitness for your purpose. September 7, 1972 Firemen's Fund America Insurance Companies P. O. Box 1975 Santa Anna, CA 92702 Attention: Albert H. Brunet, Manager Fidelity & Surety Department Subject: Bond No. SC 7104380 Improvement Bond - $150, 000 Buffalo Hills Park The City Council, at its regular meeting held May 8. 1972, accepted the work for the construction of Buffalo Hills Park, Phase IL, and authorized the City Clerk to file a Notice of Completion and to release the bonds thirty -five days after the Notice of Completion had been filed. The Notice of Completion was filed on May 11. 1972 in Hook 10122, Page 172 of Orange County Records, therefore the above bond ma—i -aa+be terminated. Laura Lagios City Clerk dg cc: Public Works Department Donald L. Bren Company r toe �s rI 7 FIREMAN'S FUND AMERICAN INSURANCE COMPANIES City Clerk City of Newport Beach Newport Beach, California Dear Sir: William H. Irby: Resident Vice President ,a SANTA ANA BRANCH OFFICE 1950 EAST SEVENTEENTH STREET • PHONE (714) 835 -9111 LOS ANGELES COUNTY: 639 -3881 MAILING ADDRESS: P. O. BOX 1975 • SANTA ANA, CALIFORNIA 92702 August 29, 1972 Re: Bond No. SC 7104380 Improvement Bond - $150,000. Buffalo Hills Park The above bond was executed by this Company on April 23, 1970 in accordance with a proposal approved by Council action on April 13, 1970. Copy of said bond is attached. We understand that work required under this proposal has been completed and, if so, would appreciate authorization from your office to terminate our bond. AHB:ct Attachment P. t .. clrt of �?Fl:Po ?r 8r4CH, Thanking you, we are Yours very truly, ert H. Brunet, Manager Fidelity b Surety Dept. 0 Bond No. -SC 7104380 Premium: KNC!d ALL MEN BY THESE PRESENTS; ,ter >ve�, DDMMD.T__ii'?EN COMPANY, (hereinafter called "Principal ") as Principal.; :aryl -? fE AMERICAN IN:;URANCE COMPANY, a corporation organized and `eiciating under the laws of the State of New Jersey, and authorized to transact business in the State of California, (hereinafter called "Surety "), as Surety, are held firmly bound unto THE CITY OF NEWPORT BEACH (hereinafter called "Obligee'), as Obligee, in the penal sum of ONE HUNDRED FIFTIV THOUSAND ANDNO 1100 ($1500000.00) DOLLARS, good and lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. SIGNED, SEALED AND DATED THIS 23rd day of April, 1970. WHEREAS, The Donald L. Bren Company has an acceptance from the City of Newport Beach, dated April 13, 1970, for the extension of Buffalo Hills Park, which isaportien of Parcel B and Parcel C of Tentative Tract Map 6938:1, City of Newport Beach as per proposal dated March 31, 1970 by the Donald L. Bren Company to the City of Newport Beach and approved by Council action April 13, 1970, a copy of which proposal is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, That if the above bounden Principal shall well and truly, keep, do and perform, each and every, all and singular, the matters and things in said proposal set forth and specified to be by the said Principal ke;t, done and performed at the time and in the manner in said proposal specified, and shall pay over, make good and reimburse to the above -named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal, then this obligation shall be void; otherwise to be and remain in full force and effect. DONALD L. BREN COMPANY I)41 THE AMERICAN INSURANCE COMPANY BY: (GEORGE DICKS) ATTORNEY IN FACT. CF a� -FjF'7 . "t%I ii M jx :Aii`Y •. L�GIYIIl1 x1 ✓ FlREMAN'S —NO INSURANCE COMPANY t 0.MER'CAN IY :.:y(ifr COMPANY ra.'. �"` i a.'NATtgN Cl -c•- crzr•o rz.•xi c.w .�.1".L_ essor u�. -..1 ... a.'7• .,:,RAnoN N=ol t, AMCR1i '.N 'MO 10311_9 :iiaURANCE COMPANY INSURANCE COMPANIES' NOME OFFICE. SAN FRANCISCO, CALIFORNIA 0 Bond No. -SC 7104380 Premium: KNC!d ALL MEN BY THESE PRESENTS; ,ter >ve�, DDMMD.T__ii'?EN COMPANY, (hereinafter called "Principal ") as Principal.; :aryl -? fE AMERICAN IN:;URANCE COMPANY, a corporation organized and `eiciating under the laws of the State of New Jersey, and authorized to transact business in the State of California, (hereinafter called "Surety "), as Surety, are held firmly bound unto THE CITY OF NEWPORT BEACH (hereinafter called "Obligee'), as Obligee, in the penal sum of ONE HUNDRED FIFTIV THOUSAND ANDNO 1100 ($1500000.00) DOLLARS, good and lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents. SIGNED, SEALED AND DATED THIS 23rd day of April, 1970. WHEREAS, The Donald L. Bren Company has an acceptance from the City of Newport Beach, dated April 13, 1970, for the extension of Buffalo Hills Park, which isaportien of Parcel B and Parcel C of Tentative Tract Map 6938:1, City of Newport Beach as per proposal dated March 31, 1970 by the Donald L. Bren Company to the City of Newport Beach and approved by Council action April 13, 1970, a copy of which proposal is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THE OBLIGATION IS SUCH, That if the above bounden Principal shall well and truly, keep, do and perform, each and every, all and singular, the matters and things in said proposal set forth and specified to be by the said Principal ke;t, done and performed at the time and in the manner in said proposal specified, and shall pay over, make good and reimburse to the above -named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal, then this obligation shall be void; otherwise to be and remain in full force and effect. DONALD L. BREN COMPANY I)41 THE AMERICAN INSURANCE COMPANY BY: (GEORGE DICKS) ATTORNEY IN FACT. RECORDING REQUESTED: BY AND MAIL TO CITY CLERK 3300 W. Newport Blvd.* Newport Beachq Calif 92660 1 13052V: FREE C3 NOTICE OF COMPLETION PUBLIC WORKS 10 122 PAGE 172 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAY 11 1972 J. FJYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 20, 1972 the Public Works project consisting of Construction of Buffalo Hills Park, Phase II on which Industrial Turf, Inc. was the contractor, and Transamerica Insurance Company was the surety, was completed. I, the undersigned, say: CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 9, 1972 at Newport Beach, California. I, the undersigned, f I am the City Clerk of the City of Newport Beach; the City Council of said City on May 8, 1972 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 9, 1972 at Newport Beach, California. .a SAY i97 NEwpO, ?T OF 2 CALIF N Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: T NEWPORT BEACH CALIFORNIA Date:, May 9. 1972 Attached for recordation is Notice of Completion of Public Works project consisting of Construction of Buffalo! Hills City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Park, Phase II Contract No. 1339 on which Industrial Turf. Inc. was the Contractor and Transamerica Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL :dg Encl. Koppers Company, Inc., 3450 Wilshire Boulevard Los Angeles, Calif. 90005, Tel. 213- 383 -4111 0 0 116-2 KOPPE RS April 28, 1972 City of Newport Beach City Clerk 3300 Newport Blvd. Newport Beach, Calif. Reference: Industrial Turf Corp. Buffalo Hills Park Phase Two Gentlemen: I refer you to our certified letter of December 6, 1971 and advise that since that date we have received payment in full from the subject company in the amount of $2,010.20. Kindly release our claim against this job and the Industrial Turf Corporation. Very truly yours, T. S. Stromoski District Credit Manager TSS /gb cc: Industrial Turf Corporation P. O. Box 2247 Laguna Hills, Calif. 92653 Attention: Ralph Norris 44 Yly 0'P 4 7.1 OqT �n4rHale '.... ,. . 1 1972 COPIES SEAT TO: ❑ Mayor �lb..ger M gurney Putdir Works Director Pluming Director. Cumcilmetl 47 KOPPERS to F � �iryFCFr,, •z CERTIFIED LETTER December 6, 1971 y}jc�7Y �y k 8 Transamerica Insurance Co. 4311 Wilshire Blvd. Los Angeles, Calif. 90010 Reference: Industrial Turf Laguna Hills, California Invoice #220- 2385 -R $2,010.20 Project: Buffalo Hills -Park Phase II Gentlemen: Corporation This is to advise that we, Koppers Company, Inc., have supplied Callon treated douglas fir building poles and douglas fir cross -ties to Industrial =Turf Corporation, Laguna Hills, California, for which we have not been paid on our contract price of $2,010.20. Therefore, we wish to make claim under your payment bond #52403371, written to cover the general contractor known as Industrial Turf Corporation, Laguna Hills, California. Also, by copy of this letter to the City Clerk of the City of Newport Beach, California, we ask that this letter be accepted as a notice to stop payments to Industrial Turf Corporation until such time as our claim is paid in full. May we ask that you acknowledge this letter and advise us when we may -expect final payment of our claim. Yours very truly, T. S. Stromoski District Credit Manager TSS/bg ; cc: The Cit of Newport Beach In ustria u orporat on H. E. Crawford - Pittsburgh Don C. Smith - Wilmington Glen J. Chasteen - Wilmington DEC 7 1971 Dale .........................� COPIES SENT TO: Mnynr .lhmnger 1p'�%n.rney 1z 110,1i, Narkr UlreelDr ❑ 1'Idnnin¢ 01Mtor a t he JJ�. -new ❑ coondU0dD1G rl CITY OF NEWPORT BEACH TO: Public Works Department Date July 91 1971r FROM: City Clerk SUBJECT: Contract No. 1339 Project Buffalo Hills Park, Phase n Attached are .three executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Industrial Wrf, Inc. Address: P. 0. Box 2247, Laguna HillE, CA 92652 Amount: $ 144,541.31 Effective Date: July 13, 1971 Resolution No. 7459 adopted on 6 -28-71 iii.. •, LL:dg Att. cc: Finance Department ❑ {�� R T4 r . • � ::_ ' �.- fz.' .• ,. •:.. fit: ys+P•....Y :'Y.F- �t!'; -.�. a .. . �'. - ' C z_ 1 • AWA ''.. .. _ .'...:i - my eta► �i,. ;:�a�� -. _ -- - � ,:, -. ,.. a• _ INA tVA rx o#` Allow" "I •.�.. �.. _jam f•k II . •Y �-'�i. ..p'' -�.. - _ 'a ,�iis,i�• • CONTRACT NO. 1339 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II APPROVED BY THE PARKS, BEACHES AND RECREATION DEPARTMENT ON THIS 24th day of May, 1971 i,aivin C. atewart Parks, Beaches and Recrea ion Director APPROVED BY THE CITY COUNCIL ON THIS 24th day of May, 1971 SUBMITTED BY: Industrial Turf, Inc. Contractor Post Office Box 2247 ress Luna Hills, Calif. 92652 City Zip ' 7 14) 837 -1231 Phone $144.541.31 Total Bid Pridse R NOTICE TO BIDDERS: • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR • CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 ADDENDUM NO, 1 June 15, 1971 Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: 1. Prior to planting, all areas shall receive twelve (12) sprinkler irrigations of 1-inch of water at each application. 2. All seeded areas shall be mulched following seeding, using one (1) cubic yard of redwood shavings per 1000 square feet in lieu of steer manure, 3. Zoysia Matrella shall be 2" x 2" plugs planted 8 inches on centers in each direction. 4. Telephone poles shall be clear treated per Koppers Company, Inc., or equal. 5. All drain lines except between property line and curb shall be Orangeburg, or equal,in lieu of asbestos cement pipe. 6. The irrigation pump shall be Pacific Pumping Company #1270 -5, 3/4 horsepower, single phase, or equal, capable of pumping 70 g.p.m. at 30 feet head. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. INDUSTRIAL TURF, INC. /s /Wendell L. Prichard, Vice President Signature June 16, 1971 Date Tel6jamin'/B. Nolan / Assistant Public Works Director June 17, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS CONSTRUCTION OF BUFFAUFHILLS PARK PHASE II CONTRACT N0; 1339 ADDENDUM NO. 2 NOTICE TO BIDDERS: Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: Reference: Special Provisions Page SP 2 of 19, Section XII, Bid Items of Work 1. Grading - Omit the sentence under this heading which reads, 'The site has been rough graded and the general drainage pattern has been established," Insert in its place the following sentence: "Existing grades are indicated on the plans; the contractor shall include in his bid all grading required to establish the finish grade as shown on the grading plans." Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. INDUSTRIAL TURF, INC. /g/ Wendell I. Prichard, Vice President signature Afi1R3F: #GYI KLP /ldg Ass blic Works Director CITY OF NEWPORT BEACH, CALIFORNIA Page 1 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 22nd day of June , 1971 , at which time they w—iTl —Fe opened and read, oporming wor as o ows: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 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 'lice President and Secretary or Assistant Secretary are required and the orporate Sew siaTibaffixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. Page la _.. City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2. Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport.Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic. needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 The undersigned certifies that he has- :used• -the sub -bids of the. following listed contractors in making up his bid__& that the sub - contractors listed will be used for the work for which they`6id, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. Grading R..W. McClellan Costa Mesa 2.. Concrete Larson Costa Mesa 3. Asphalt Hardy & Harper Tustin 4. Restroom J. R. Deutsch & Co. Whittier 5. 6 7 8 9 10 11 12 .. Industrial i er s Name richard Vice Pres. Authorize Signature Corporation Type of rgan zation (Individual, Co- partnership or Corp) Post Office Box 2247 Laguna Hills, California ress FOR ORIGINAL S CITY CLERK'S FILE COPY • .LL Page 4 BIDDERND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE :PRESENTS, That we, Industrial Turf. Inc. _ _ _ _ _ as Principal, and Transamerica Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Jen Percent of Total Amount Bid Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City 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 22nd day of June 19_jl_. Corporate Seal (If Corporation) IndUatrial Turf. Inc. Principal (Attach acknowledgement of Attorney -in -Fact) Ruth.E. LeDuc Attorney -in -Fact Commission Expires December 30, 1973 by: /s/ Wendell L. Prichard Transamerica Insurance Company Surety By Harold R. Smith Page 5 . NON - COLLUSION AFFIDAVIT The bidders, by its officers and agent __ representatives present at the time of filing this bid, being duly sworn on tliei _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. Industrial Turf, Inc. /s/ Wendell L. Prichard, Vice President Subscribed and sworn to before me by this 22nd 1971 day of June My commission expires: 6/26/71 Rudolfo Gonzales Notary Public FOR ORIGINALJE CITY CLERK'S FILE COPY 5' Page b. STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement :of his financial responsibility. ON FILE WITH CITY CLERK /s/ Wendell L. Prichard Vice President —� gne INDUSTRIAL TURF, INC. i' FOR ORIGINJbSEE CITY CLERK'S FILE COPY 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. COMPLETE LIST ON FILE WITH CITY CLERK 1971 Beard Development Company. Orange County 1971 Coast Community College Orange County 1971 Aberthaw Construction Co Los Angeles, California 1971 . Pacific State Hospital. Pomona, California 1971 Leadership Housing Systems Orange County 1971 Alvarado Builders Corporation, Orannp County 1971 City Managerment Corporation- Orange County 1971 Avco Community Developers, Tnc Orange County 1971 Occidental Petroleum Land & Development rnm;any, nranyP r„ nfg /s/ Wendell L. Prichard Vice President gne INDUSTRIAL TURF, INC. 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 BOND No. 5240 =33 -71 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 28, 1971 has awarded to INDUSTRIAL TURF, INC. hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II C -1339 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon,-for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We INDUSTRIAL TURF, INC. as Principal, hereinafter designated as the Contractor and TRA%AMERICA INSURANCE COMPANY as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of SEVENTY TWO THOUSAND TWO HUNDRED SEVENTY AND 66/100 - - - - Dollars ($ 729270.66 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams; used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee; to be fixed by the Court-as required by the Provisions of Section 4204 of the Government Code of the State of California. (Labor and Material Bond - Continued) • Page 9 This bond shall inure to -the. benefit of any. and all persons ,.compani es, _.and -corporation entitled to file claims. under Section 1192 >1 of the Code of Civil_Procedure so as to give a right of action-to them or their assigns in any suit.brougbt':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 received, hereby stipulates and agrees that no change,_. . extension of time, alterations or additions to the terms of the contract or -to the work - to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,.- extension of time, alterations or additions to the terms of the contractor 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 13TH day.. of JULY 19 91 Approved as to form: City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Date - Attest: City Clerk - INDUSTRIAL TURFS INC. BY: - _ (Seal) 4-yL V-.. kSea1'j" contractor VA W r'- Ey;kAt TRANSAMERICA INSURANCE COMPANY (Seal) HAROLD R. SMITH, ATTORNEY ._Q,H -iFACT EXECUTED IN FOUR COUNTERPAflTB. - OF California Los Angeles COUNTY OF On this 13TH day of JULY in the year one thousand nine hundred • and SEVENTY ONE ,before me RUTH E. LEDUC ,a Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally ap- pearMl HgR01 n,R_ Su 1 Tw known to me to be the duly authorized Attorney -in -Fact of the TRANSAMERICA INSURANCE COMPANY the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he subscribed the name of the TRANSAMERICA INSURANCE COMPANY thereto as Surety and his own name as Attorney -in -Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this cer- tificate, first abovewritten OFFICIAL _ 7F.AL = r `jam L f RLITNI E. NO) AR, 3 AC N]_;_L QFill -I iry - ty _ LOi LICS COJN(Y thyCommission Expires Dac. 30, 1973 1 Notary Publ;e la aad for @aid CoaatY aad State 143 ua9nam111 P, mmnuuummun... np mi ,,,ii „nunwumuui�ii�nuuuunmi3 3 Page 10 PERFORMANCE BOND BOND No. 5240 -33 -71 PREMIUM $973.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 28, 1971 has awarded to INDUSTRIAL TURF, INC. hereinafter designated as the "Principal ", a contract for C -1339 CONSTRUCTION OF BUFFALO HILLS PARK PHASE II in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, _ INDUSTRIAL TURFS INC. as Principal, hereinafter designated as the "Contractor ", and TRANSAMERICA INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED FORTY —FOUR THOUSAND FIVE HUNDRED FORTY ONE AND 31b /ollars ($ 144.541.31 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Contfinued) . And said Surety, for value received, herefiy's�puldtes and agrees: that no change, extension of time, alteration or additi0h tt. fie 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 13TH day of JULY 19--7L Approved as to form: City Attorney r' INDUSTRIA Tl1RF, IN( BY: (Seal } - Sea .1 ontractor TRANSAMERICA INSURANCE coMpANy (Seal) BY: -., .(Seal-). - AROLD R. SMITH) ATTORNEY- IN- F_,a.T urety i'Seal ) ExECUTED IN FOUR 00 UNTERPAR3 J V U- U-' o 0 Uj � B w 2 2 .0 too 'A CL '< 92 Cc) A)Q z ■ \)� z U) (� 93 ■.0 CL .c .9 co 2 ra 4 0 -F3 L) -.0=/C.3 z U) wa '■ae 2 r 2I= 7 LLI 0 z ■4 U) � �\ � �j PC ou ra. FL: THIS AGREEMENT, made and entered-.into this `° day of 19 7(_, by and between the CITY OF NEWPORT City, party of the first part, and lifornia, hereinafter designated as the hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of CONSTRUCTION OF BUFFALO HILLS PARK PHASE II ANTRACT NO 1339 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner Shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive.in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. . 0 -_ Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has - aimed 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``.-aj -7- claims, loss, damage, injury, and liability, howsoever the same may be caused, resulti:ijg_drectly or indirectly from the nature of the work covered by the contract, regard16?%: -of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEW ORT B A H, CALIF NIA By: -Mayor ATTEST: INDUSTRIAL TURF Md. Contractor % (SEAL)- By: ltlflG�/Gi(�(!/1 litIp M Approved as to form: City Attorney CITY OF NEWPORT BEACH CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 'cI1• To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 6 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1339 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITIM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Grade site for the price of Sixteen Thousand Four Hundred Dollars Forty One Dollars and and Cents $ $ 169441 "00 lump sum 2 Lump Sum Construct irrigation system complete in place for the price of Thirty Fnnr Thnimand Dollars and Nn Cents $ $ 34,000.00 lump sum 3 254,024 S.F. Furnish materials and plant bluegrass lawn complete in place, including soil preparation and fertilization, for the price of Zero Dollars and Seven and Three Tenths Cents $ .073 $ 18,543.75 per square toot .L WR 2'` of 6 I'11'M QUANTITY ITFM DESCRI=PTION_.. _ UNIT TOTAL NO. AND UNIT UNIT PRICE WRI:TT 4-N-7-WORDS PRICE PRICE 4 47,170 S.F. Construct 4" thick concrete sidewalk complete in place, including welded wire fabric rein- forcing, for the price of Zero Dollars $ .64 $30,188.80 and Sixty-Four Cents per square toot 5 5,500 S.F.. Construct 4" thick asphalt concrete for basketball court, including 4" thick imported aggregate base and striping for the price of Zero Dollars and Forty -Se en Cents $ .47 $ 2,585.00 per square foot 6 7,736 L.F. Construct concrete mow strips complete in place for the price of One Dollars and No Cents $ 1.00 $ 7,7x6.00 per linear foot 7 270 L.F. Construct 6" wide concrete curb, complete in place, in basketball area, for price of Two Dollars and Twent Cents $2.20 $ 594.00 per linear toot 8 52 L.F. Construct 2' wide concrete wall, complete in. place in tot lot area, for the price of Nine Dollars and Suent Cents $ 9.70 $ 504.40 per near oot 9 39 L.F. Construct concrete steps complete in place for the price of Three Dollars and Twent -F' Cents $3.25 $126.75 . per linear oot NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 10 1 Each Construct 12" wide catch basin, complete. in place, for the price of PR3of6 PRICE PRICE Seventy -Five Dollars and No Cents $ 75,00 $ 75.00 each 11 1 Each Construct 8" wide catch basin, complete in place, for the price of Fifty Dollars and No Cents $50.00 $ 50.00 each 12 18 L.F. Construct 4" cast iron pipe, complete in place, for the price of Three Dollars and Fi Cents $:3 .50 4100 per linear oot 13 112 L.F. Construct 4" diameter A.C.P. drain line, complete in place, for the price of Two Dollars. and 11ft gone Cents. $2.50 $ 280.00 per fin—ear o0 14 34 L.F. Construct 4" diameter perforated A.C.P. drain line, complete in place, for the price of Two Dollars and Cents. $ 2 so $�_ per inear oot 15 3 Each Furnish and install drinking fountain, complete in place including foundation and all connections and appurtenances, for the price of Six Hundred Fifteen Dollars and No Cents $ 615.00 $ 1,845.00 each Three Hundred Ninety -Five Dollars 395.00 $395.00 and No Cents each 18 6 Each . Furnish and install picnic tables, for the price of One Hundred Twenty Dollars and Nn Cents $ 120.00 $ 720.00 each 19 2 Each Furnish and install basketball backstop and post, complete in place, for the price of Three Hundred Forty Dollars and No Cents $ 340.00 $ 680.00 each 20 40 C.Y. Furnish and place dry beach sand, for the price of Six Dollars and No Cents $ 6.00 $ 240.00 per cubic yard 21 71 L.F. Construct wall of railroad ties at tot lot, complete in place for the price of Twenty -Seven Dollars and No Cents $27.00 $ 1,917.00 per linear foot PR4of6 ITEM UNIT TOTAL QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16 1 Each Furnish and install thinner, complete in place, for the price of One Hundred Fourteen Dollars and No Cents $114.00 $ 114.00 each 17 1 Each Furnish and install single climbing net, complete in place, for the price of Three Hundred Ninety -Five Dollars 395.00 $395.00 and No Cents each 18 6 Each . Furnish and install picnic tables, for the price of One Hundred Twenty Dollars and Nn Cents $ 120.00 $ 720.00 each 19 2 Each Furnish and install basketball backstop and post, complete in place, for the price of Three Hundred Forty Dollars and No Cents $ 340.00 $ 680.00 each 20 40 C.Y. Furnish and place dry beach sand, for the price of Six Dollars and No Cents $ 6.00 $ 240.00 per cubic yard 21 71 L.F. Construct wall of railroad ties at tot lot, complete in place for the price of Twenty -Seven Dollars and No Cents $27.00 $ 1,917.00 per linear foot PR5of6 11LM qUJ N11I I 11 '1 ll1;6l:K1F'1'IUN UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 22 23 0 25 26 88 Each Furnish and install, telephone poles of varying lengths at tot lot, for the price of Fifteen Dollars and No Cents $ 15.00 $ 1,320.00 each Lump Sum Construct restroom building complete in place, including all permits and utility connections, for the price of Thirteen Thousand Five Hundred Dollars and No lump sum Cents $ $ 13,500.00 5,768 S.F. Plant Zoysia matrella, including soil preparation and fertilizer, complete in place for the price of Tern Dollars and Twpn Cents $ .27 $ 1.557.36 per square foot 36 Each Furnish and plant 15 gallon Cupaniopsis anacardioides, including soil preparation, fertilizing and staking, for the price of Thirty -Six Dollars and No Cents $ 36.00 $ 1,296.00. each 10 Each Furnish and plant 15 gallon Pittosporun rhombifolium, including soil preparation, fertilizing and staking, for the price of Thirty -Six Dollars and No Cents $ 36.00 $ 360.00 each PR6of6 ITEM QUANTITY ITIM DESCRIPTIUN UNll 1UTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27 384 Each Furnish and plant 5 gallon Eucalyptus citrio- dora, including soil preparation and fertiliz- ing, for the price of Nine Dollars and Twent -Five Cents $9.25 $3,552.00 ea 28 19 Each Furnish and plant 5 gallon Bougainvillea "San Diego Red" including soil preparation and fertilizing, for the price of Six Dollars and Se ent Five Cents $6.75 $128.25 ea 29 161 Each Furnish and plant 1 gallon Parthenocissus tricuspidata, including soil preparation and fertilizing, for the price of Four Dollars and No Cents $4.00 $644.00 each 30 Lump Sum Perform maintenance on all plantings and and improvements for 90 calendar days for the price of Fives Thnusand Dollars and Nn Cents $ $5,000.00 lump sum TOTAL PRICE WRITTEN IN WORDS: One Hundred Forty Four Thousand Five Hundred Forty One Dollars and Thirty One Cents $ 144,541.31 CONTRACTOR'S LICENSE NO. 204588 S R UR INC 1 er s Name DATE June 22, 1971 Wendell J richa d. Vice President u�oriaed ignature BIDDER'S ADDRESS p_ 0_ Rox 2247 Laguna Hills,-Califonria TELEPHONE NLMBER (714),837 - 1.23.1 INDEX TO SPECIAL PROVISIONS PAGE I. SPECIFICATIONS ------------------- ----------------------- -- - - -- 1 II. PLANS --------------------------------- -- ------- --------- - - -- -- 1 III. SCOPE OF WORK ---------------------------------------- --------- 1 IV. TIME OF COMPLETION ------------------------------- ----- -- - -- - -- 1 V. PAYMENT ---------------------------- ---- ---- ------------- - --- -- 1 VI. CONSTRUCTION SURVEY STAKING ----------------------------- - - ---- 2 VII. PROTECTION OF EXISTING UTILITIES ------------------------ - - - - -- 2 VIII. UNFORESEEN DIFFICULTIES ------------------------------ --- : - - - - -- 2 IX. CONNECTION TO EXISTING UTILITIES ------------------------ - -- - -- 2 X. PERMITS AND LICENSES ------------------------------------ -- -- -- 2 XI. CLEANING OF STREETS ------------------------------------- - - - - -- 2 XII. BID ITEMS OF WORK 1. Grading ---------------------------- - - - - -= --------- - - - - -- 2 2. Mowstrip --------------------- ----------- ----------- - - - - -- 3 3. Asphalt Concrete ----------------------------------- -- - - -- 3 4. Play Equipment, Picnic Tables and Basketball Backstops - -- 3 5. Beach Sand ----------------------------------------- - - -- -- 3 6. Railroad Ties and Telephone Poles ------------------ - - - - -- 3 7. Restroom Facility ---------------------------------- - -- --- 3 8. Irrigation System -------------------------------- - - - - =- 4 9. Landscaping (Planting) ----------------------------- - - - - -- 11 10. Maintenance --------------- ------- --------------- --- - - - - -- 18 11. Drain Lines --------------- -- ------------- ---------- - - - - -- 19 • • SP 1 of 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CONSTRUCTION OF _BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 I. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan, and the City's Standard Drawings and Specifications. The City'.s Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. II. PLANS The complete set of plans for bidding and construction consists of drawings prepared by Courtland Paul /Arthur Beggs, Landscape Architects and Richard Davis, Architect. III. SCOPE OF WORK The work to be done under this contract is the improvement of Phase II of Buffalo Hills Park, approximately 6.6 acres, located south of Port Seabourne Way in the City of Newport Beach. The work to be done consists of clearing and grubbing, demolition, grading; construction of an irrigation system, concrete curbs, mow strips, and sidewalks; asphalt concrete paving and base; catch basins, drain lines, drinking fountains; installation of play equipment, picnic tables, baseball backstops; landscaping and planting, landscape maintenance; construction of a public restroom, and other appurtenant work as necessary to complete the work as shown on the plans and included in the specifications. IV. TIME OF COMPLETION All items of work shown on the plans, described in these special provisions, and listed as items in the bid proposal shall be completed in 90 CONSECUTIVE CALENDAR DAYS from the date of the notice to proceed; excepting only landscape maintenance. V. PAYMENT The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals neces- sary to the completedwork. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. 4 SP2of19 VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. Construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed for all items ordinarily staked at intervals normally accepted by the agencies and trades involved, Payment for construction and survey staking shall be included in the:prices bid for the various items of work, and no additional allowance will be made therefor. VII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. The Contractor shall request each utility company to locate their facilities prior to performing work. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. VIII. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the pro- gress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing. IX. CONNECTION TO EXISTING UTILITIES It shall be the responsibility,of the Contractor to determine the existing condi- tions at the proposed connection points with existing utilities prior to beginning construction and to notify the engineer of any differences between the existing conditions and those shown on the plans. It shall be the Contractor's responsi- bility to provide all laborand materials necessary to connect the new Restroom sewer to the existing sewer main. X. PERMITS AND LICENSES The Contractor shall procure all licenses and permits and give all notices necessary and incidental to the due and lawful prosecution of the work. Fees owing to the County Sanitation District for the public restroom will be paid by the City. XI. CLEANING OF STREETS The Contractor shall be responsible for immediately cleaning any streets upon which dirt or debris may be spilled or placed during the work. XII. BID ITEMS OF WORK 1. Grading The site has been rough graded and the general drainage pattern has been established. Contractor shall assure that this drainage is maintained and that no ponding is permitted. Where grading occurs adjacent to walks, curbs or other paved surfaces, grade shall be maintained at 1 inch below said surfaces. Any debris that must be removed from the site prior to grading shall be included in the price bid for grading. • SP 3 of 19 2. Mowstrip This item of work consists of constructing concrete mowstrips. No extra payment will be made for the steel frame around planting pockets. For the purpose of computing payments, the length of planting strips will be added to the length of concrete mowstrips, and compensation will be paid for at the unit price bid. 3. Asphalt Concrete The price paid per square foot of asphalt concrete shall include the cost of furnishing and constructing 4 -inch thick imported aggregate base, and striping of the basketball court. 4. Play equipment :P.icnic Tables, and Basketball Backstops a. Chinner shall be Northwest Design Products #14, or equal. b. Single climbing net shall be Northwest Design Products #8, or equal. c. Picnic tables shall be Jamison #434 -600, or equal. d. Basketball Backstops, poles (including nylon nets), shall be L. A. Steelcraft Products Model SRZE61B54, or equal. Contractor shall supply and install play equipment, picnic tables, and basketball backstops, at locations shown on the drawings. Units numbered above shall be installed with concrete footings. The picnic tables shall be prefinished by the manufacturer in a beige color. 5. Beach Sand The material used shall be free of deleterious coatings, roots, bark, stick, rags and other extraneous materials. 6. Railroad Ties and Telephone Poles The materials to be used shall be new. 7. Restroom Facility The work to be done under this Bid Item consists of constructing a new 14'6" x 20'0" Restroom Building, complete in place, including all utility connections as shown on Sheets 11 and 12 of the Plans, and in accordance with the 1967 edition of the Uniform Building Code, and these Special Provisions. The Contractor shall guarantee for a period of one year after acceptance of the building by the City, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately corrected at the Contractor's expense. The Contractor shall connect the electrical system of the building to an existing electrical distribution pedestal near the easterly lines of Lots 31 and 32 of Tract 7030; furnish, install, and connect a 4" cast iron sewer line including all appurtenances and fittings from building to an existing sewer stubout; provide a new water supply system to a 1" water meter to be provided by others; and provide all appurtenances and fittings needed for construction of a water supply for the building. The Contractor shall install heavy duty door closers and ventilation louvers on the restroom building. Irrigation - System Drawings The intent of the Drawings and Specifications operable sprinkler irrigation system ready for manufacturer's recommendations without further SP 4 of 19 is to specify a complete and use in accordance with the cost to the owner. All dimensions shown are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and shall report any variations to the Engineer. Because of the scale of the Drawings it is not possible to indicate all offsets, fittings, etc., which may be required. The Contractor shall carefully investigate the conditions affecting all his work, and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are 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 sprinkler systems, planting and architectural features will be avoided. Service Manuals The Contractor shall furnish two service manuals to the Owner. Manuals may be loose leaf and shall contain complete exploded drawings of all equip- ment installed showing components and catalog numbers together with the manufacturer's name and address. Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. c. Record Drawings Contractor shall procure from the Owner a sepia transparency or transparencies of the piping layout and mark on them the exact "as built" arrangement includ- ing locations of all irrigation equipment. Locations of valves shall be shown by the triangular system of measurements from easily identified permanent features. "As Built" drawings shall be submitted to the Engineer for review prior to planting lawn. After final inspection and before final payment, the transparency or transparencies shall be delivered to the Owner. Loose Equipment Loose sprinkling equipment, operating keys and spare parts will be furnished by the Contractor in quantities shown on the Plans. Guarantee 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 (Ip year following the date of final acceptance of the work by the City Council. 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 Owner, including the complete restoration of all damaged planting, paving, or other improvements of any kind. , SP 5 of 19 Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the Owner may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the Contractor to the satisfaction of the Owner at no additional cost to Owner, including any and all other damage caused by such defects. f. Materials Pipe and Fittings Copper: Copper tubing shall be seamless annealed copper tube and shall conform to the requirements of the standard Specifications for Copper Water Tube, ASTM Designation B -88 -58 of the American Society for Testing Materials, and shall be Type K. Fittings for copper pipe shall be standard wrought copper fittings as manufactured by Phelps Dodge Copper Products, NIBCO, Inc., or approved equal. Brass: Brass pipe shall,be IPS standard weight 85% Red Brass. Fittings small be with standard 125 -pound cast bronze threaded fittings. P.V.C. Pipe: as called for on Plans. P.V.C. High Impact Pipe - Type 2110 (PVC Schedule 40 and 80) Type II Grade I High Impact Pipe. Outside diameter of pipe shall be the same size as iron pipe. Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, P.V.C. type and grade (e.g. 2110), N.S.F. approval and commercial standard designation CS- 207 -60. P.V.C. pipe shall comply with standards set forth in CS- 207 -60. Fittings shall be P.V.C. Schedule 40 Type II, N.S.F. approved. All threaded P.V.C. pipe shall be Schedule 80, Type 2110. Solvent shall be #715 Gray, N.S.F. approved as manufactured by Industrial Polychemical Service, Gardena, California, or equal. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II, or equal. Pipe that is used for control wires shall be P.V.C. conduit Schedule A, Type 2110.. P.V..C. Pressure Rated Pipe Type 1220 (PVC Class 200 and 315) Type I Grade II - Pressure Rated Pipe. Materials shall meet requirements set forth in ASTM D1784 60T. 0 SP6of19 Outside diameter of pipe shall be the same size as iron pipe. Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size P.V.C. type and grade (e.g. P.V.C. 1220) S.D.R. rating class, NSF approval and commercial standard designation CS 256 -63. P.V.C. Type I shall not be threaded. P.V.C. fittings shall be P.V.C. Type II Schedule 40 NSF approved. Solvent shall be #715 Gray.NSF approved as manufactured by Industrial Polychemical Service, Gardena, California. Caution shall be utilized in handling Type I pipe due to the possibility of cracking, of splitting when dropped or handled carelessly. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns - Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. SSprinkler.Heads All sprinklers and swing joints for sprinklers shall be installed as shown in irrigation details. Valves Remote Control Valves, Electric Solenoid Type - The remote control valve shall e 2 vo t 3.5 watt, normally closed spring loaded and diaphragm actuated. It shall have a mechanical self - cleaning internal control system. The valve shall be slow closing with no adjustments or settings required. A manual flow stem to throttle or close shall be provided. The solenoid is to be corrosion proof and molded in epoxy resin to form one integral unit. Valve shall have two inlet.tappings (furnished with one plugged) and capable of being installed as either a globe or angle valve. It must have a removable seat and be completely serviceable in the field without removing valve body from the system. Valve shall be capable of operating in the field manually without electricity. Valves shall be as manufactured by Griswold Controls, or equal. a.r Gate Valves Approved gate valves shall be as follows: Manufacturer Nibco /Scott Crane Kennedy Powell Stockham 2" and Less T -23 438 427 507 B -110 SP 7 of 19 2 - 2 -1/2" and Over TorF619 461 or 460 058 1787 G -612 Underground valves 3 inches and smaller may be furnished with either operating nuts or handwheels. Check Valves Spring Loaded Check Valves for installation of sprinkler systems on slopes shall be "GEE" #415, or equal; spring loaded check valve set at 10 PSI on same size as pipe in which installed. Additional swing check valves shall be as follows: Manufacturer Nibco Kennedy Stockham Quick Coupling Valves 3" and Less T -413 -W 440 8320 4" and Over F918 -W 106 -A G932 Quick Coupling Valves shall be as indicated on Plan. Each quick coupling valve shall give a molded vinyl cover, yellow in color. All risers shall be as shown in details on detail sheet, unless otherwise designated on the drawings. All quick coupling valve keys and hose swivels shall be of the same manu- facturer as the quick coupling valve. Upon completion of contract and prior to final inspection, Contractor shall supply the Owner with two coupler keys and hose ells.. Automatic Controller (24 Station) The Controller shall have: three (3) completely independent Watering Schedules; a Minutes -of- Operation and Schedule Selector with variable timing of OFF - 60 minutes; a Station Numbered Terminal Strip for valve and pump starter relay connections; plug -in removable Control Panel Assembly; heavy duty steel, zinc plated, gold iridited, epoxy primed, acrylic enameled steel, weather proof, key lockable Housing and optional pedestal; fused input (120 volts) and output (voltage as specified) circuits; valve stations capable of handling more than one valve as required (to a maximum of 60 V.A.) 0 SP8of 19 Controller shall be of the same manufacturer as the Remote Control Valves. All Controllers to be as manufactured by Griswold Controls, or equal. Control Wire for R.C.V.'S All wiring to be used for connecting the automatic controller to the electric solenoid actuated by remote control valve shall be Type OF -60OV, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Each pilot or "hot" wire shall be color coded. Control wires shall be color coded using the eight colors available for easy identification. Valve Boxes All remote control valves and gate valves shall be installed in Plymouth's Superflexon 1203 #10- 130 -001 meter boxes with #10 -1.30 -041 green locking cover.or round meter pit #10- 131 -001 with #10-131-607-round green cover. Irrigation control stations or "G.V." shall be stenciled on cover in white lettering by Contractor. Valve boxes shall be as manufactured by AMETEK/ Plymouth Plastics, Wisconsin, or equal. Valve boxes are available at local suppliers. Backflow Prevention Units The pressure type backflow preventer shall be a Surgical Mechanical Research P711 2 -inch backflow preventer, Febco 770, or equal, placed twelve inches above the highest sprinkler head. Installation Trenching - Excavation shall be. open vertical construction sufficiently wide To provide free working space around the work installed and to provide ample space for backfilling and compacting. Trenches for pipe shall be cut to required grade lines, and trench bottom shall be compacted to provide an accurate grade and uniform bearing for the full length of the line. When two pipes are to be placed in the same trench, a 6" space will be maintained between pipes. Backfillin - Backfill material shall be approved soil. Unsuitable material, inc uding c ods and rocks over 2 -1/2 inches in size, shall be removed from the premises and disposed of legally at no cost to Owner. All backfilling shall be done carefully and shall be properly compacted. Depth of trenches shall be sufficient to provide a minimum cover above the top of the pipe as follows: 12 -inch cover over non - pressure laterals w /spray heads 16 -inch cover over non - pressure lateral lines (rotor) 18 -inch cover over ring -tite main line, under pressure 24 -inch cover over.copper main line, under pressure 24 -inch cover.over PVC Cl. 315 main, under pressure SP9of19 Surplus earth remaining after backfilling may be disposed of on the premises as directed by the Owner's representative. P.V.C. Pipe P.V:C. pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied to the system on P.V.C. pipe. After all new sprinkler piping and risers are in place, and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. Sprinkler lines less than 2 -1/2" in diameter shall be tested in place before backfilling for a period of not less than one hour, and shall show no leakage or loss of pressure. During the test period, minimum test pressure at the highest point of the section being tested, shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. Installation of Copper Pipe Cut ends of pipes clean and square. Remove all burrs. Clean outside end of copper pipe longer than the end of fittings to a bright finish. Clean outside of fitting to a bright finish. Coat pipe and fitting with solder flux properly applied with brush. Solder pipes according to the best standard practices of the trade. Installation of Ring -Tite Pipe Except as may be noted in other parts of these Specifications or on the Drawings, installation of Ring -Tite pipe and connecting fittings shall be as outlined in manual as furnished by the pipe manufacturer, or as set forth by the Johns - Manville Co., Manual #772 -62A. This shall include but not limit it to, the installation of the pipe at the proper depth and the correct location of concrete thrust blocks of adequate sizes. Contractor shall make available the services of the manufacturer's representative at the start of installation and as may be required from time to time during construction. Each line shall be tested at a pressure 50 PSI greater than the manufacturer's working pressure for a period of two (2) hours, with the couplings and connect- ions exposed and with the center of the pipe sections backfilled sufficiently to hold pipe in place. SP 10 of 19 Sprinklers One -half cubic foot of 3/4" to 1" aggregate shall be placed around every rotor pop -up sprinkler when it is set to grade. All nozzles on stationary pop -up sprinklers shall be tightened after installa- tion. All sprinklers having an adjustment stem shall be adjusted on a lateral line for the proper radius, diameter and /or gallonage. All sprinkler heads and quick coupling valves shall be set perpendicular to finished grades unless otherwise designated on the Plans. Sprinkler heads shall be set according to detail sheet. Valves Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be adjusted using pilot tube in rotor nozzle to insure proper pressure at the rotor. Remote control valves shall be adjusted so that most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the spinkler heads to the planting areas for each individual valve system. Quick coupling valves shall be set within three inches of walks, curbs, headerboards, or paved areas where applicable. Vertical positioning of quick coupling valves,shall be such that top will be flush with the settled finish grade as .determined after the turf is established. Vertical positioning shall be accomplished by first setting equipment on high risers and later after the turf is established, adjusting to exact elevations. All valves shall be installed as shown in details and in accordance with manufacturer's recommendations. Valve Boxes Concrete valve boxes shall be set three quarters (3/4) inch above the designated finish grade in lawn areas. Valve boxes installed near walks, curbs, headerboards and paving shall abut those items. The top surfaces shall be flush with items listed above. Automatic Controller Location and Installation Automatic controllers shall be installed at locations shown on the Plans. All pedestal mounted controllers shall be mounted on a suitable concrete base. All controller locations are essentially diagrammatic, and shall be speci- fically located, by the Owner, or his representative. r u SP 11 of 19 All local and applicable codes shall take precedence in connecting the 110 volt electrical service to the Controller. Adequate coverage of earth (18" min.) over the 24 volt service wire leading from the bottom of the controller shall be installed as shown on detailed Drawings. Control Wire All electrical equipment and wiring shall comply with local and state codes and be installed by those skilled and licensed in the trade. Connecting and splicing of wire at the valves or in the field shall be made using Rain Bird pen -tite connectors, or equal. Backflow Prevention Units Unless otherwise specified, the backflow prevention shall be of size and type as specified on the Plans and shall be installed in accordance with detailed Drawings shown and /or as recommended by the manufacturer at the locations shown on the Drawings in accordance with local code. 9. Landscaping (Planting) All work of this section shall be installed as shown on plans, and details, and in conformance with the standard specifications and following special provisions, Approvals All sprinkler work shall be inspected and approved before -start of any work of this section. Quantities and Types Plant materials shall be furnished in the quantities and /or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symboled, and /or described in the "List of Plant Materials ", all as indicated on the drawings. The Landscape Architect has prepared this list only as a conven- ience to the Contractor and assumes no responsibility for its accuracy. The Landscape Contractor is to verify all sizes and quantities. The Drawings take precedence over the Plant List. Verification of Dimensions and Quantities 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 Architect and Engineer of any discrepancy between the drawings and /or 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 Architect and Engineer. Inspection All inspections herein specified, shall be made by the Landscape Architect, and Engineer. The Contractor shall request inspection at least two days in advance of the following occurrences. SP 12 of 19 Inspection will be required for the following parts of the work: When finish grading and soil preparation are completed. When irrigation lines are capped and tested prior to backfilling. For plants, after delivery to site. When vines and trees are spotted for planting, but planting holes are not excavated. An irrigation coverage test shall be conducted at this time. When lawn areas are ready for seeding. When all landscaping is completed, prior to the start of the 90 calendar day maintenance period. ( "Final Inspection ") At completion of 90 calendar day maintenance period (Final Maintenance Inspection) Inspection reports shall be made for each inspection by the Landscape Architect and one copy each shall be submitted to thef ngineer and the Contractor. Certification Prior to job acceptance, written certifications shall be submitted to the Landscape Architect and Engineer, for the following items used on the site: A. Quantity of commercial fertilizer and organic fertilizer B. Quantity of seed Materials Plant shall be subject to insppection and approved at the nursery by the Landscape Architect and P,B. & V Director prior to being shipped to job. Plant materials indicated on the drawings. and herein specified, shall conform to the following: Nomenclature: Plant names indicated or listed in the "List of Plant Materials" on tNe rawings, conform to "Standard Plant Names" established by the American Joint Committee on Horticulture, except for names not covered therein, the established custom of the nursery is followed. Condition: Plants shall be symmetrical, typical for variety and species, sound, ealthy, vigorous, free from plant disease, insect pests, or their eggs, and shall have healthy, normal root systems, well filling their containers, but not to the point of being root bound. Plants shall not be pruned prior to delivery, except as authorized by the Landscape Architect, or his representative. In no case shall trees be topped before delivery. Dimensions: The height and spread of all plant material shall be measured with branches their normal position, and shall be as indicated on the drawings. The caliper of all trees shall be measure V -O" above the surface of the grounds Where caliper or other dimensions of any plant materials are omitted from the "List of Plant Materials ", it shall be understood that these plant materials shall be normal stock for type listed. Inspection: All Blue Tag plant material must have been previously inspected at the nursery by the Orange County Agricultural Department and shall be subject to the inspection and approval of the Landscape Architect and Engineer before planting. r y y • • SP 13 of 19 Plant List: Is indicated on drawings. Sizes of Plants: Container stock (1 gallon, 5 gallon, and 15 gallon), shall have been grown in containers for at least one (1) year, but not over two (2) years. Substitutions for the indicated plant materials will be permitted, provided the substitute materials are approved in advance by the Landscape Architect and the Engineer, and the substitutions are made at no additional cost to the Owner. Except for the variations so authorized, all substitute plant materials shall conform to the requirements.of these specifications. If accepted substitute materials are of less value than those indicated or specified, the Contract price will be adjusted in accordance with the provisions of the Contracts. Plants Not Approved are to be removed from site immediately and replaced with suit— able plants. The Landscape Architect and /or Engineer may reject entire lots of plants represented by defective samples. Fertilizers and Soil Conditioners Fertilizer, mulch, seed and plants shall be submitted for inspection and stored on the site until furnishing of materials is completed. Delivery may begin upon approval of samples or as directed by the Landscape Architect and the Engineer. Top Dressing shall be nitrohumus or equal.. Organic Fertilizer shall be processed sewage sludge with a minimum content of 1% Nitrogen M 2% Phosphoric Acid, similar to "Nitrohumus ". Method of process- ing shall not destroy normal bacterial content. Commercial Fertilizer shall consist of the following guaranteed percentages, delivered in sac s.with manufacturer's label showing weight and analysis attached to each sack: 10(N)- 10(P)- 10(K). Nitrolized Redwood_ Shavings shall be bulk, 1% N., 5% Nitrohumus by volume, as manufactured by Wood-By-Products Company, 7125 Telegraph Road, Los Angeles, California, or Johnson Sawdust Company, 2436 -A Del Amo Boulevard, Compton, California,or an approved equal. Lawn Seeded turf shall be fresh clean, new crop -seed, composed of the following varieties mixed in proportions and testing minimum percentages of purity and germination as indicated below: Proportion Name By Weight Purity Germination Newport Kentucky Bluegrass 50% 85% 75% Windsor Kentucky Bluegrass 50% 85% 75% Seed shall be sown at a rate of four (4) pounds per 1000 square feet. 0 Soil Preparation SP 14 of 19 Moisture Content: The soil shall not be worked when the moisture content 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., Water shall be applied, if necessary, to provide ideal moisture content for tilling and for planting herein specified. Grading All grading occurring prior to "soil preparation" shall be done in such a manner as to anticipate the finish grades. Excess soil shall be removed or redistributed before application of fertilizer and mulch. Where soil is to be replaced by plants and mulch, allowance shall be made so that when finish grading has been completed there shall be no deficiency in the specified grade of lawn areas. Where lawn occurs adjacent to paved surfaces, the finish grade of the lawn area shall be 1" below these surfaces. Weedin Before and during preliminary and finish grading, all weeds and grasses s a�i ling: dug.out by the roots and disposed of off the site, except those weeds and grasses that are not of the perennial type, are less than 2 -1/2" high, and are not bearing seeds. Oats more than 2 -1/2" high, if not bearing seeds, may be turned under. Perennial weeds and grasses to be removed include, but are not limited to the following: Nut Grass Alfalfa St. Augustine Grass Puncture Vine Dallas Grass Wire Weed Mustard Plant Morning Glory Johnson Grass All planting areas shall be scarified to a depth of six inches (6 ") below grade prior to placing conditioners an fertilizers. Trenches: If sprinkler system is installed after grading and fertilizing is completed, the upper portion of the backfill shall be retilled and fertilized to the depth specified for the area as required, to conform to the specifications. Soil Conditioning_ In all planting areasthat are to be planted with lawn or Z sia, the following application shall. 6e made per 1,UUU sq. ft. of area an shoe thoroughly cultivated in two directions into the top 6" of soil, and the area watered down: 4.5 cubic yards of sawdust (nitrogen fortified) 1.0 cubic yards digested sewage sludge Nitrohumus or equivalent 35 pounds of complete N.P.K. fertilizer Prepared soil mix for backfill in pits for trees, and vines shall consist of the following: 70% excavated soil 25% sawdust (nitrogen fortified) 5% digested sewage sludge Nitrohumus or equivalent 2 pounds complete N.P.K. fertilizer • SP 15 of 19 The Pre ared Soil shall be mixed in an area adjacent to the planting work and IS all be accurately proportioned using a suitable measuring container. Unused excavated soil shall be cleaned up and disposed of off the site. Protect the mix from water until it has been placed in backfill around plants. Finish Grading When preliminary grading, including weeding and fertilizing, 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 eleva- tions are given. Minor adjustments of finish grades shall be made at the direction of the Landscape Architect and Engineer, if required. Finish grade shall be smooth, even, and uniform plane without abrupt change of surface. Soil areas adjacent to buildings shall slope away from the buildings to allow a natural run- off of water, and surface drainage shall be directed as indicated on the drawings by remodeling surfaces to facilitate the natural run -off of water. Low spots and pockets shall be graded to drain properly. Finish grade of all planting and lawn areas shall be one inch below grade of adjacent pavement of any kind. Grading shall be done when soil is at optimum moisture content for working. Method of Planting and Work Procedure No planting shall be done until all operations in conjunction with the installation of the sprinkler system have been completed, final grades have been established, the planting areas have been properly graded and prepared as herein specified, and the work approved by the Landscape Architect and Engineer. Relative position of all trees and plants is subject to approval by the Landscape Architect and Engineer, and they shall, if necessary, be relocated as directed, as part of the Contract. All plants shall be set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Each plant shall be planted in the center of the pit and backfilled unless other- wise specified, with the prepared soil. No soil in muddy condition shall be used for backfilling. No filling shall be permitted around trunks or stems. All broken or frayed roots shall be properly cut off. The Landscape Architect and /or Engineer shall supervise the placing and plant- ing of all plant materials. In the event that underground construction work or obstructions are encountered in the planting, alternate locations will be selected by the Landscape Architect and Engineer, and planting operation shall be done at no extra cost to the Owner. Planting of Trees: Plants shall be positioned in plant locations indicated on drawings and approval of positioning shall be obtained from the Landscape Architect and Engineer prior to excavating pits. Necessary adjustments shall be made as directed. All pits for trees shall be dug square with bottoms level, the length of sides shall be equal to two times the diameter of the plant ball and the bottom shall be 6" below the base.of the ball. 0 SP 16 of 19 Compacted soil at sides and bottoms shall be loosened by scarifying or other approved method. Pits shall be backfilled with compacted "prepared soil" to the bottom of the tree ball, the tree set to the required grade, and the balance of the pit filled with "prepared soil ", thoroughly settled by water application. Set plants in center of pit in vertical position, so that crown of ball will be level with finish grade after allowing for watering and settling and shall bear the same relation to finish grade that it did to soil surface in place of growth. Prepare a water basin as wide as plant balls at each plant. Water thoroughly, backfilling any voids with additional prepared planting mix. Trees and vines occurring in lawn shall be planted before final preparation of those areas. Planting of Vines: Vines shall be planted in pits at least 12" greater in diameter than their ball of earth and at least 6" below the bottom of the ball. Compacted soil at bottom of pit shall be loosened and pit filled with "prepared soil" to the bottom of the ball. When the plant has been properly set, the pit shall be filled to the required grade with "prepared soil ", thoroughly settled by tamping and watering. All vi.nes shall be removed from stakes, untied, and securely fastened in an approved manner to wall, fence, or other surface next to which they are planted. Prepare depressed water basin as wide as plant balls at each plant. Water thoroughly, backfilling any voids with additional prepared planting mix. Plants shall not be allowed to dry out before or while being planted. Keep exposed roots moist by means of wet sawdust; peat moss, or burlap at all times during planting operations, do not expose to the air except while being placed in the ground. Wilted plants, whether in place or not, will not be accepted and shall be replaced at the Contractor's expense. Watering Basins: Construct a mound of firmly compacted soil around each tree and plant to form a watering basin, placed at the edge and following the shape of the planting pit area. Mounds for trees and for vines from five gallon or larger containers, shall be at least 4" high. Mounds for all other trees, vines, or plants not otherwise specified shall be at least 2" high. Excavated earth, if capable of retaining water, may be used. After watering, any settlement within the basins shall be refilled to the required grade with "prepared soil", and additional peat moss worked into the surface as required to re— store a mulched condition. Lawn: Cultivate all lawn areas to a depth of 6 ". Rocks and debris larger than one inch in diameter, which are brought to the surface by cultivation shall be removed from site. If cultivation does not break lumps, a spike tooth harrow shall be pulled behind a mechanical seeder or tractor. _J SP 17 of 19 Areas to be planted in lawn shall be finished smooth to present a neat and uniform grade prior to installation of seed. The lawn bed shall be inspected by the Landscape Architect and Engineer to determine suitability for planting prior to seeding. The Contractor shall obtain such approval before seeding. Pre - planting treatment to control sod web worm: Apply 5% Dieldrin or equal in granular form at the rate of 3 -1/2 pounds per 1000 s u�are_ feet on areas that are to be seeded to lawn or turf. This material intended to control sod web worm may be applied by a spreader during the applica- tion of soil amendments. Sprinkle lightly after application to settle the insecticide. Heavier sprinkling may be resumed after 24 hours. All seeded areas shall be mulched using 1 cubic yard of steer manure per 1,000 square feet following seeding operation. All seeded areas shall be thoroughly watered. Lawns are to be kept continuously moist by watering as often as required. Watering: Immediately after planting, water shall be applied to each tree, and vine by means of a hose. The water shall be applied in a moderate stream in the planting holes and until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. Plants which cannot be watered efficiently with the existing water system, shall be watered by means of a hose. Apply water in sufficient quantities, and as often as seasonal conditions require, to keep the ground wet well below the root system of grass and planting at all times. Tree Staking: Stake all 5 gallon trees at time of plantim hole and driving stake three feet into firm the stake as possible, without crowding the end of stake in at least three places using Stakes shall be cut down below the heads of gallon trees conform to detail on sheet 10, Espaliering of Vines: , by placing stake in the prepared ground. Plant the tree as close to roots. Fasten the tree to the upper cinch -ties to protect the trunk. 5- gallon trees. For staking of 15 of the Landscape Plans. All vines shall be fastened and trained against fences or walls as directed by the Engineer. Certificates: In addition to any other certificates specified, the Contractor shall furnish a certificate with each delivery of bulk material, stating the source, quantity, any type of material and that the material conforms to the specification require- ments. For bulk delivered organic fertilizer, the certificate shall also state the volume, net weight, percent of Nitrogen, percent of Phosphoric acid. For each fertilizer and soil conditioner, in container, a similar certificate or invoice shall be furnished stating total quantities by weight and volume for each material. These certificates shall be submitted to the Engineer prior to the start of the maintenance period. 4' , SP 18 of 19 Protection: The Contractor shall carefully and continuously protect all areas included in the Contract, including plant materials, fences, supports, etc., until final acceptance of the work by the Engineer. Guarantee and Replacements 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. All plants that show signs of failure to grow, at any time, during the life of the Contract, 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 Engineer 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 planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. 10. Maintenance Plant maintenance work shall consist of applying water (except initial watering of plants), weeding, caring for plants, edging and mowing of lawns and perform- ing the following final plant establishment work: The entire project shall be maintained for a period of 90 calendar days, commenc- ing from the time all items of work have been accepted by the City Council. The Contractor will provide a qualified maintenance gardener on the site 8 hours daily during the entire maintenance period. During the 90 calendar day period, all plants and planted areas shall be kept well watered and weed free. All weeds, including Dallas and Johnson grass and Bermuda grass, shall be removed. Grass shall be mowed with a reel type mower, equipped with rollers, before it exceeds 2" in height. Grass shall not be cut to less than 1 -1/2 inches in height. Grass clippings shall be collected during mowing operations and removed from the site. The entire project shall be so cared for, that a neat and clean condition will be presented at all times, to the satisfaction of the Landscape Architect. After each cutting, the edge of the grass shall be trimmed to a neat and uniform line. Workmen shall not be allowed to walk on or after planting. Damaged or compacted re- planted, at the Contractor's expense. lawn areas unnecessarily before, during lawn areas shall be re- cultivated and Ten (10) days prior to end of maintenance, Agriform 21 -8 -8 shall be applied at the rate of 7.pounds per 1,000 square feet, uniformly, over all planting areas. , SP 19 of 19 If maintenance period occurs between May 1st and October 31st, all lawn areas shall receive Dursban, 3 ounces per 1,000 square feet. This application shall be sprayed evenly in one application, before the end of the maintenance periods In order to expedite the plant establishment work, the Contractor shall maintain sufficient men and equipment to perform the work from the time any planting is done until the end of the maintenance period. The Contractor shall be relieved from maintenance work only when the plant establishment work has been satisfactorily completed and accepted by the City Council. Damage to planting areas shall be replaced immediately. (1) Depressions caused by vehicles, bicycles or foot traffic, shall be filled with topsoil, leveled and replanted. (2) Gophers and moles shall be exterminated. Damage shall be repaired by filling depressions with topsoil, levelling, and replanting. 11. Drain Lines The unit price paid for drain pipe shall include the cost of furnishing and installing asbestos cement pipe and cast iron pipe, and shall also include the cost of excavating, backfilling and compacting the trenches, furnishing and installing all couplings and fittings necessary. YI V Z a a N Z ILL O W Ir a W .J W N Os C y. Z O O O 4! "O Ol O t 01 O U u W U d) J � u J o, o i G C < O c z TEL J G Q L` d � > N �.tr S pox N 0 m m O 0 G C o0 a 3 G c o N m3 N 3 U O 01.= 4 N m L 0 � ^ m 01 W 0 iiK-- O U L v- z O "O d a =c `m >y' o zm u u_ ¢ =x� 4) J J O N m <m.0 0 F F U U -C C ^ O O J O_ a 0 �' ¢ 13y 1�9y-00 01 O K ZJZ wO O2i ¢LL > }° &;W -0 F�1+O iW N U CMM wt V L- o U O o N E p� O N go !? o v` N > t E to_ o = 0 0/ o Q t-uu Z N Q z 3 O O a u` c _W U Y u Ll W' liJ U v m � J m u m o 0 b v 4 co m b v m m b E U d 0 � o Uo c N � "m0 ' o o U e m � a q Em o � U m a m J � m V Q • m > y s y A J < Q t < a w IL C3 V U V C.) Vi °ii 43 -d p& U a' J i W J J R J J V y _ y c m Y m 3 m CO z C< im Sd 2U 70pp<. 02 2 ~U z j �U - fJ z 7 a < ¢ ¢ F- J O J U J m J J U O cc O= O O O cc O H Co F- N !- F F� co zZ aG' zz z z z? W 6 O w Ix w U W r 0 0 0 C 2 W W W d ? N o O M G p O U x 00 LL O O II x O < <ca x w x x x Z E W W< C O << < - w r w w w O O O = °o oo o ° U o C) Coo C,° °°o °O$ C m S N 00 Op 00 O w � cm 111 Q W = g .- N N N N of w O 1 1 1 1 1 v O � � Z Q TO 8 � r- cn N J J J Q. C 1 a C7 N 0 N m S°�1 M M In c o ro m > 0 m m m� E CP � � a E � e .. O o � D J .c .. N °L Ea �L o o o a° ` E IV= m b o m b m W + 3w N D-- a o _W U Y u Ll W' liJ U v m � J m u m o 0 b v 4 co m b v m m b E U d 0 � o Uo c N � "m0 ' o o U e m � a q Em o � U m a m J � m V Q • m 0 c 0 6 u m 0 N O s + o O e d < � a a a m o a C S m C t J u o � 0 m J J a, o x c .. < q c 2 U am - �1 + a Z C.3 q � W W< W N i 0 O x J J LL J J Z • m o 0 O C0 a 0 0 0 e 0 O< O< O m< U O N 4) » Z � L ~U Oc0) �0 wm < U. O o d' ¢� a' Q < ¢ mX W W x W 1- J O J O J, J J O O ci 0 � qC o.w 2 < LL E 2 m Z< ol m q 0 r m r 0 Q <C C �-. 9f mM N_ m Q > ►•x m N ID Ii 0° U.i o + w Q w+ O O 3 0 0 + d O ~ • �iWW Z.J.JJZco 0 �wiyw m Oa qS ( --•a O :c • I'LL ^ .. yyxi I•. O— 0 a CD W= iW'N _ W .. UUmMU Q- O (D- G O+ q W 4n >0 � M. t m E �-° 0 < F u Z 0 c 0 6 u m z W Z u c_, 4; E- z w LI W V. w n CJ U O U CL G a 0 x a O 0 m CL E U O ' J m u _o . V p' Up c 0 o u U c v o � rn ■ m E o F U m e m J 4 � m C9 < ■ < a a 0 dd - �1 Z W W W< W W i W J J J LL J J • c O< O< O m< U O � L ~U Oc0) �0 FOO — ¢� a' Q < ¢ W W x W 1- J O J O J, J J O < 2 < 2 E E 2 i Z< 0 r m r 0 �-. 9f w a U' W O G W V 2 W W W W U U ac z z z a 0 N W O W w Z x s o rc 0 a < o 0 f w .� d ( 9 0 0 0( a o p' x x cc 0 0 0 0 W < <(9 x 2 x x x W W< 0 W 0 O 0 _ E J • • W V W W W y� O O O IY Z o o . • o 0 + 00 00 00 00 00 Co) o m SC) acg a a V H Z CY N ti ti ti ti 0 Z %O s .. m (n m (n N J J J i J¢ a i CS is C7 C) N (fin (on (on (on o m o T m t OE N E _ E �, E E O _( 0 =° O 3 0 ci i H Y 3 O G 0 a V m .} N Q f T } } y r s 0 O 0 C m < 'O m O z + S m • O U z u u m O y J m u J � C 2 C < � t u 2 U U r'C J U c O n N 0 61 O x u N cs Z me o c do & OC a q) a W< 7 C O W '3 U Z m = a. a T dm IL O c 3� � N o< oa OC3 Q � — o 3 IL O O O } 'O 0 W m N W N m N O Np } }-C IL rC7 O'O 2 W g } LD N- _ StLJ ..Q —w"D < C u 0 > >C� U 4) u d K m W J J O N y m m<m LLr O IL O Q' L J O J O 3 ¢ N m O J J U J�J 'zy cc UG rLL� N OSi xo— o m — UUMMV CO 0 N N a+ O . O x m � 0 o O x > t E v t o m a F-uu o Z H Y 3 O G 0 a V m ci Z vi _W Lu U C 2 z l�J LI W 2 W n C.> i0^ O a CQ J m u 0 o` v c N c O m CL v m a E 0 U m J m � O 0 0_ m G U C N O v � . � o c U m L O� N E O r U m o .0 u o m J m �^ c o a CD T T y r s z m m m m m U U U U U (� v & W W W< W W i U -j A = a. y T c o< oa OC3 o o< CC. IL O O O O 03 N W O Np Y rC7 rU 2 p 7 > >C� r J O J O J 7 J J U Z O x O x O= O O x c9 r r N r r r N a Z z z z? z z z� W 6 U' W W u 4S 2 W W W W U U 09 W z U) m W x z x a IL O W U r K u 0CD a0 0 o' xxcc K a 0 x¢ x x x W W 6 u 0 u O U Z E c 4 a < < v • W is W W W y� O O O W 00 O 00 00 00 00 O O 00 0�1 g oo s° U9 Lc Ul (�y� QV d 0 IA Z' G cm ti ti N tl- ti W C) C co Z %%O C? C3 $ O m M m N l0 i2l (5 c°v c° c°n m c°n c o m 4 T p m m u rn • E o o� m G C '� T+O- of =� O m oU _ a '� 'c U a a a E a m o o o ° Y E as m a E m a OW 00 3 �c (D— < o ci Z vi _W Lu U C 2 z l�J LI W 2 W n C.> i0^ O a CQ J m u 0 o` v c N c O m CL v m a E 0 U m J m � O 0 0_ m G U C N O v � . � o c U m L O� N E O r U m o .0 u o m J m �^ c o a CD W zN h Z LL 0 W H a v W W v Y N 0s r _ O 0 c ) < .0 O ¢ m C t J o U � rt. t7 N U J 0 U J � C c < u < cJ C O � O ? N 0 x s N O r0- m N O c 4 4� d � t N � C m 3 m �3 `u o 'O.O 'O 04 O o d � 2 C! 7 y m d haa 6 C 6 Z 0-0 r N d O m� m u m ,uc> c 0� U }uu T • C d •e WQ > w:; d m LL W m <O 2 H rV u 0 3ro oa +'� o. o Be it -C •0 P: J� Co . a LL. ¢ rLL•0 N q Oi�O� 0T �>016W p o r' CCCr;�� pOLD N � U U('72V �O o O O N F m yd C CT � N 0 V O vi > C E r° Q = u t- u z 3 0 0 0 a .V c Z � Cn W Z" W 4 -G?` F � Z .. w d QQ O. k' Z• U r a CJ d LL' a CLI U � W � d o � J u a V C O N c 0 w 4 m a 0 -o A a E 0 U J d o .2 � o o_ o 0 c 0 N y m � c o u U e m E m O r U m o — w 9 m J � O N d c 'o Q CA Y Y T T } i i a a < 2 A 0'1 m 0 N IL U U U U V ai 4Y ad p$ U i W G W J J O. J J U ; Y - } - s - } O U O 99 2 < a S, IL 2 7 IL O 3 0 M O W n r O Z r p Z U 9 CJ O CJ - Q 4 < 6 W W ¢ W r J J N J 7 J J O D < z z < z < N < < 2 < z< z< z z z z< z o¢ o¢ o— o¢ o 0 Q z? z? z z z? W O W cc W U E W W W W U z cc z z w r: q 7 w S K z Q w 'g Ir U r It O ¢ ¢ U U A LL O N r ¢ V o(D a o s 0 sx <<CND SS 2 S S W W< Z E Q O 6< < J • W W W W W yl O O O O O O 1Y t C O O O O O O 3 •. w 0 0 °o o0 00 0 o m S w � cm V n h !� N N N -T IT Q I 1 I 1 1 O co 1 M M M M a J J 4 1 C7 C7 C) N N pC5 C) N1 m M ,Ln � m 0} a O O T a m 0:3 Q U N � Q •C � J •C � N 0 Jt — C n a Ea 10 0`m E Y E m0 m e m° d OW ya °— O w 0 Q o Z � Cn W Z" W 4 -G?` F � Z .. w d QQ O. k' Z• U r a CJ d LL' a CLI U � W � d o � J u a V C O N c 0 w 4 m a 0 -o A a E 0 U J d o .2 � o o_ o 0 c 0 N y m � c o u U e m E m O r U m o — w 9 m J � O N d c 'o Q CA q July 21, 1971 TO: CITY CLERK FROM: Public Works Department SUBJECT: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II, C -1339 Attached are four sets of the subject contract documents plus the appropriate insurance certificates. Will you please have executed on behalf of the city, retain your copy and the insurance, and return the others to us for distribution. enneth Pe Assistant City Engineer KLP /ldg Att. '6 CERTIFICATE OF INSURANCE This is to certify that the COMPANY designated above has issued to This Certificate of Insurance neither affirmatively or negatively ame change in or cancellation of the policy(s), the COMPANY will ® ARGONAUT INSURANCE COMM. HOME OFFICE: MENLO PARK, CALIFORNIA ❑ ARGONAUT - SOUTHWEST INSURANCE COMPANY HOME OFFICE: SAYON ROUGE, LOUISIANA ❑ ARGONAUT - NORTHWEST INSURANCE COMPANY HOME OFFICE: BOISE, IDAHO named Insured the policy(s) enumerated below, subject to all the extends or alters the coverage afforded by such policvW. In th of such //6-7 CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS • CITY OF NEWPORT BEACH ' INDUSTRIAL TURF, INC. & /OR ARTISTIC CITY HALL MAINTENANCE AND LANDSCAPE SUPPLY, INC. 3300 W. NEWPORT BLVD. 576 E. EDNA PLACE NEWPORT BEACH, CALIF. COVINA, CALIF. If certificate holder is a loss payee with respect to the described auto, check here ❑ POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION WORKMEN'S COMPENSATION statutory WC 20- 272 - 078676 EMPLOYER'S LIABILITY $ 21000, 000 each accident 03/01/72 BODILY INJURY LIABILITY $ ,000 each person — EXCEPT AUTOMOBILE $ , 000 each accident $ , 000 each occurrence $ , 000 aggregate products PROPERTY DAMAGE LIABILITY $ , 000 each accident — EXCEPT AUTOMOBILE $ , 000 each occurrence $ , 000 aggregate operations $ , 000 aggregate protective $ , 000 aggregate products $ ,000 aggregate contractual BODILY INJURY LIABILITY $ ,000 each person — AUTOMOBILE * $ , 000 each accident $ , 000 each occurrence PROPERTY DAMAGE LIABILITY $ , 000 each occident ' r — AUTOMOBILE ` n $ , 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE $ each person '�• \v� PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE COMPREHENSIVE $ COLLISION OR UPSET LESS $ d ducti6le to Cpl .-.' FIRE AND THEFT $ r i IF COMPREHENSIVE LIABILITY, CHECK HERE ❑ ,o c{`,,, .., . . Description of Operations, Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. JOB: CONSTRUCTION OF-BUFFALO HILLS PARK, PHASE II CONTRACT NO.1339 *GIVE TEN (10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE BY REGISTERED MAIL TO: CITY OF NEWPORT BEACH, CITY HALL, 3300 W. NEWPORT BLVD., NEWPORT BEACH, CALIF. PRODUCER AND ADDRESS BAYLY, MARTIN & FAY 3200 WILSHIRE BLVD. LOS ANGELES, CALIF. 90005 LOS ANGELES, CALIF. DATED A ON 1 direct, 2 agent, 1 div., 1 audit ARGONAUT INSURANCE COMPANY ARGONAUT - SOUTHWEST INSURANCE COMPANY ARGONAUT - NORTHWEST INSURANCE COMPANY A ENN - JULY 19 71 /lf 19` P/J 4944 ' 1 f CONTRACT NO. 1339 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II APPROVED BY THE PARKS, BEACHES AND RECREATION DEPARTMENT ON THIS 24th day of May, 1971 Parks, Beaches and Recreation Di APPROVED BY THE CITY COUNCIL ON THIS 24th day of May, 1971 SUBMITTED BY: �11�tI5 i �ibl, I a2+- i�L. Contracto o I�ox 21,41 Address �} Wt'II.dI 'y` �%u.�C,bL I -F. �52�53 City Zip Phone 3/ /Y Sul ive TotaT—� Pr CITY OF NEWPORT BEACH, CALIFORNIA Page 1 NOTICE INVITING BIDS SEALED BIDS--will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 AM. on the ' 22nd day of June , 1971 , at which time they w- M—Feie opened and read, o— porming wor as o ows: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 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 ey cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the orporete Sear shall e affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Coae. The contractor shall state his license number and classification in the proposal. . Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California; at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. Page la City of Newport Beach Californi'a Notice Inviting Bids 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 them wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic., needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. 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). Revised 9-1540 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 works 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. •2 c4SVK Classification A_ Accompanying this proposal is , , Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or-to undertake self - insurance in accordance with the provisions of that code, and agrees to. comply with such provisions before commencing the performance of the work ofithas: contract. (� la �3'► -123 11L�us�2�� LAO, laic. Phone Number Bidder's N me /9.> e A 11A>v Date s l pe ot'urganization ndividual, 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: �/.I �>✓ 1ST7G 1 -�, �.. t-'iLY�.A -iLD `�, (� - i�2� t,� a 1 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 works 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. •2 c4SVK Classification A_ Accompanying this proposal is , , Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or-to undertake self - insurance in accordance with the provisions of that code, and agrees to. comply with such provisions before commencing the performance of the work ofithas: contract. (� la �3'► -123 11L�us�2�� LAO, laic. Phone Number Bidder's N me /9.> e A 11A>v Date s l pe ot'urganization ndividual, 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: �/.I �>✓ 1ST7G 1 -�, �.. t-'iLY�.A -iLD `�, (� - i�2� t,� 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. G2lin nil R 1-9 CLe /_ 4,-a cps`Ta m Q 2.- Gvr✓cm e`7-e_ LA? S., r) GOX� iY/PrA 10 11 12 1 , 1 ►.IOUSi Z�dL 11.121 =- �'A�Ge - -- Bidder's Name Authorized Signature �,Olz.`�bIZA i IOFJ Type or rg�anization (Individual, Co- partnership or Corp) 1`� Cox 22��t res A E 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and Page 4 , as Principal, as Surety, are held and firmly bound.unto the City of Newport Beach, California, in the sum of Dollars ($ , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) ncipa Surety 0 Ti -tle ,,:: BID BOND Approved by The American Institute of Architects A.I.A. Document No. A -310 (Sept. 1963 Edition) KNOW ALL MEN BY THESE PRESENTS, that we INDUSTRIAL TURF, INC. as Principal, hereinafter called the Principal, and TRANSAMERICA INSURANCE COMPANY, a cor- poration duly organized under the laws of the State of California, as Surety, hereinafter called the Surety, are held firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN — — — — — Dollars ($ 10% ), -� for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BUFFALO HILLS PARKS PHASE 22 ALL IN ACCORDANCE WITH THE ATTACHED PROPOSAL, A NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. .- Signed and sealed this 22ND day of JUNE ° `A.D. t9--71 tFFRIGARET L NK _By: TRANSAMERICA INSURANCE Y (Seal) Attorney -m -fact - HAROLD R. SMITH j� . 7 2 k ) ) § [ / ) \ \\ � )7 § 2 / $ (1) \ k .( ) X t �� ■ <)2 B § & ) $_e a� a kU 2 ( � too n:l § ll § —§ $ %-a■ R- k ƒ�k � ]\� \ ! %Z « }�§ ) o)\ � § (B \ fJ i � a :k)m2 kkk \) ®0AE S ■7 /Q it ak 0 a ) �m ca LLS } cc §)\�Z � \ e93 #&] §]) § \_ �� � ! g� � k | Page 5 . NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents- "o_r.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. INDUSTRIAL TUR INCG, 2. Subscribed and sworn to before me by this r9g-,nk day of 19 `7/ . My commission expires: o ary lc h o>, OFFICIAL SIiAL M1 RUDOLFO GONZALES yap NOTARY PUBLIC- CALIFORNIA . e ORANGE COUNTY My Commission Expires June 26,1973 P. 0. Box 2247, Laguna Hills, Calif. 92653 _ Page ..fi STATEMENT OF FINANCIAL RESPONSIBILITT�... The. undersigned submits herewith a state of his financial responsibility. Signed n I I ' INDUSTRIAL TURF, INC. ET AL ' CONSOLIDATED FINANCIAL STATEMENTS YEAR ENDED JUNE 30, 1970 H H k 1 1 1 TABLE OF CONTENTS 1 1 AUDITORS' REPORT 1 CONSOLIDATED FINANCIAL STATEMENTS 1 Exhibit A - Consolidated Balance Sheet dated June 30, 1970 Exhibit B - Consolidated Statement 'of Income and 1 Retained Earnings for the year ended June 30, 1970 1 Notes to Consolidated Financial Statements 1 SUPPLEMENTARY FINANCIAL INFORMATION Schedule B -1 - Consolidated Operating Costs 1 Schedule B -2 - Consolidated Overhead Expenses 1 Schedule B -3 - Consolidated Selling and Administrative Expenses 1 1 1 1 1 1 1 • DANZIGER & HARVEY C E R T I F I E D P U B L I C A C C O U N T A N T S JOSEPH DANZIGER JOHN M. HARVEY August 7, 1970 The Board of Directors Industrial Turf, Inc. Post Office Box 2247 Laguna Hills, California 92653 CALIFORNIA FEDERAL BUILDING 5670 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90036 TELEPHONE (213) 936-6295 1 We have examined the consolidated balance sheet of Industrial Turf, Inc. et al (Note l).as of June 30, 1970 and the related consolidated statement of income and retained earnings for the year then ended. 1 Our examination was made in accordance with generally accepted auditing standards and included such tests of the accounting records and such other auditing procedures as we considered necessary in the circumstances. 1 1 In our opinion, the accompanying consolidated balance sheet and statement of income and retained earnings represent fairly the . financial position of Industrial Turf, Inc. et al as of June 30, 1970 and the results of their operations for the year then ended in conformity with generally accepted accounting principles applied on a basis consistent with that of the preceding year. Respectfully submitted, .) )'1� • ' * Exhibit A NDU$TRIAL TURF, INC. ET AL • ' CONSOLIDATED BALANCE SHEET NNE 30, 1970 ' A S S E T S ' CURRENT ASSETS Cash $ 81,134 Accounts receivable - contract retentions of ' $52,358 included (net of $8,932 allowance) (Note 2)_ 331,112 Inventories (the lower of cost or market) (Note 2) 175,229 Prepaid expenses 25,320 TOTAL CURRENT ASSETS $612,795 ' FIXED ASSETS Furniture and equipment (net of $125,454 depreciation) (Note 2) 80,783 ' OTHER ASSETS Investment in land - cost (Note 2) $ 41,000 Receivable from officer and related companies ' (Note 3) 162,102 203,102 8 680 L I A B I L I T I E S CURRENT LIABILITIES Accounts payable - contract retentions of $3,377 included $288,382 Notes and loans payable - current portion 60,372 Accrued expenses 40,999 ' Provision for corporate taxes 57,100 TOTAL CURRENT LIABILITIES $446,853 ' LONG -TERM LIABILITIES Loans and notes payable (Note 4) 158,966 1 TOTAL LIABILITIES 605,819 tEXCESS OF BOOK VALUE OVER COST OF SUBSIDIARIES 12,956 MINORITY INTEREST IN SUBSIDIARY 5,494 ' STOCKHOLDERS' EQUITY Capital stock (Note 5) 45,000 Paid in capital 172,883 Retained earnings 103,080 Treasury stock 48,552) 272,411 ' 8 6 680 See accompanying notes. • 16, Exhibit B INDUSTRIAL TURF, INC. ET AL CONSOLIDATED STATEMENT OF INCOME AND RETAINED EARNINGS YEAR ENDED JUNE 30, 1970 REVENUES Operating $2,321.986 Other - net 1,349 2,323,335 COSTS AND EXPENSES Operating costs $1,687,902• Overhead costs 204,346 Depreciation 25,505 Interest 23,496 Other selling and administrative expenses 263,233 2,204,482 Income before Provision for Taxes 118,853 PROVISION FOR TAXES 57,100 NET INCOME 61,753 RETAINED EARNINGS - JULY 1, 1969 79,419 ELIMINATIONS DUE TO CONSOLIDATION 38,092) 41,327 RETAINED EARNINGS - JUNE 30, 1970 LO 080 See accompanying notes. I �• ' INDUSTRIAL TURF, INC. ET AL 0 ' NOTES TO CONSOLIDATED FINANCIAL STATEMENTS JUNE 30, 1970 NOTE 1 - PRINCIPLES OF CONSOLIDATION ' These statements consolidate as of June 30, 1970 the balance sheets, income and retained earnings statements of the following corporations: ' Name Fiscal Year Industrial Turf, Inc. June 30, t Landscape Supply, Inc. September 30, Artistic Maintenance, Inc. September 30, ' As of June 30, 1970, Landscape Supply, Inc. and Artistic Maintenance, Inc. were substantially owned by the major stockholder of Industrial Turf, Inc., Morton W. Herrmann. In August of 1970 Industrial Turf, Inc. entered into an agreement by which it would issue 3 1/3 shares of its capital stock to ' Morton W. and Morton J. Herrmann for each of the shares of Landscape Supply, Inc. owned by them and 8 shares of its capital stock to Morton W. Herrmann for each share of Artistic Maintenance, Inc. owned by him. The consolidation ' reflects this transaction retroactively as of June 30, 1970. The agreement referred to above affects ownership of the corporations as follows: ' Before agreement After agreement Owned by Owned by M.W.H. Ind. Turf Others M.W.H. Ind. Turf. Others ' Industrial Turf, Inc. 95;T- 5 50 95 50 Landscape Supply, Inc. 50% 25% 25% 100% Artistic Maintenance, Inc. 25% 45% 30% - 90% 10% The intercompany loan, investment accounts and profit in inventory at June 30, 1970 were eliminated from the balance sheet. The intercompany sales were also ' eliminated from the income statement. ' NOTE 2 In August 1969, Industrial Turf, Inc. obtained a $200,000 loan from National ' Acceptance Corp. In connection with that loan Industrial Turf, Inc. and Landscape Supply, Inc. filed a financing agreement giving a security interest to the lender on their accounts receivable, inventory, land and equipment. The ' proceeds of the loan were used to pay off the company's equipment contract balances, its unsecured bank loan and some other accounts and loans payable of Industrial Turf, Inc. In addition, about $23,000 was loaned to M. W. Herrmann for a related partnership and about $33,000 to a real estate joint venture, ' Covina Financial Center, into which Industrial Turf, Inc. acquired a 25% ownership interest in consideration for making the loan. Covina Financial Center and M. W. H. Partnership are also guarantors on the $200,000 loan. ' This loan is payable at the rate of $5,300 per month, including interest and principal. 1 1 6 • INDUSTRIAL TURF, INC. ET AL • NOTES TO CONSOLIDATED FINANCIAL STATEMENTS JUNE 30, 1970 NOTE 3 The amount receivable from officer and related companies is made up of the following accounts: Art Crete, Inc. Covina Financial Center Morton W. Herrmann, Officer NOTE 4 The notes payable consist of the following: (a) Note payable to National Acceptance Corporation Secured by inventory and equipment, bearing interest at the rate of 15,2, per annum (b) Contracts payable, secured by equipment, add -on interest included: Citrus National Bank National Acceptance Corporation General Electric Company (c) Loan payable: Drake Trust, unsecured - Note bearing interest at 6% Less current portion Receivable $ 9,504 111,190 41,4o8 162 102 $26,164 7,752 2,087 $170,034 36,003 13,301 $219,338 60,372 1 8 66 INDUSTRIAL TURF, INC. ET AL NOTES TO CONSOLIDATED FINANCIAL STATEMENTS JUNE 30, 1970 NOTE 5 The par value of the capital stock of Industrial Turf, Inc. is $100.00. application with the California Corporation Commissioner is pending to obtain permission to increase the par value from $100.00 to $500.00 and issue a stock split which will increase the total capital stock to $45,000.00. This application also covers the permit necessary in the acquisition of Landscape Supply, Inc. and Artistic Maintenance, Inc. as referred to in Note 1. Legal Counsel for the Company advises that, in his opinion, no delay is anticipated in obtaining such permit for the Company. These transactions have therefore been recognized in the accompanying statements. An ' NOTE 6 A combined non - opinion financial statement covering the same period of time !� for the same corporate entities was published on Date of August 10, 1970. The August tenth statement did not give effect to the stock transfer as referred to in Note 1 above, nor to a.$50,000 bonus accrual in favor of M. W. Herrmann, President. Il 1 i • INDUSTRIAL TURF, INC. ET AL CONSOLIDATED SCHEDULE OF COSTS YEAR ENDED JUNE 30, 1970 OPERATING COSTS Purchases - sprinklers and landscaping - net Subcontracts Labor wages Payroll taxes and employee benefits Miscellaneous Total Operating Costs OVERHEAD COSTS Estimating and purchasing salaries Repairs and maintenance salaries Other overhead salaries Payroll taxes and employee benefits Equipment leasing Equipment repairs and maintenance Expendable tools and supplies Employee lodging and subsistence Total Overhead Costs See accompanying notes. Schedule B -1 $ 616,930 327,619 615,441 119,005 8,907 1 687,202 Schedule B -2 $ 38,452 33,317 27,366 9,609 20,762 62,306 7,034 5,500 ?9+6 Schedule B -3 $ 85,100 37,900 8,489 16,945 13,339 1o,495 13,731 19,447 10,056 2,974 19,925 20,498 4,334 26 2 INDUSTRIAL TURF, INC. ET AL 1 CONSOLIDATED SCHEDULE OF EXPENSES YEAR ENDED JUNE 30, 1970 1 1 SELLING AND ADMINISTRATIVE COSTS Officers salaries Office salaries 1 Payroll taxes and employee benefits Legal and accounting Office expenses Utilities and telephone ! Sales promotion and advertising Insurance Taxes, licenses and permits 1 Dues and subscriptions Bookkeeping service Bad debts ! Officers life insurance premium 1 Total Selling and Administrative Expenses ! 1 1 1 1 1 ! See accompanying notes. Schedule B -3 $ 85,100 37,900 8,489 16,945 13,339 1o,495 13,731 19,447 10,056 2,974 19,925 20,498 4,334 26 2 y 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. e U �t/ Signed � �� + l��" ` �� �� :r, � ~r� � �� l� `Y`"��/����^���'�`��� �NNr���, �` ° L'--.--�-_���-���^�`'�^'�-- - - ^ --------- P&*nn(71zV837'123] / A. u urr x n /.^' x w o / o o_| n 4 r / o N STATEMENT 07 WORK PEDF0PMED ___---'_-----~_--_-_-_--_--_-� ' Year ^ Industrial Tyzf'u nlient Location sn j ------'�-�- 0zao9e County Seal Beach Walnut Creek 1965-71 Mission Viejo Company Orange County Phoenix, Arizona 1964-70 ��acco Corporation i various a 1967-69 Robert Trent Jones Calabasas Jaokanu Dole/ Wyo. 1065-70 Deane Bzoo, Oracle County 1967-68 California I/aufi Cuupauy Los 8u9e]ax County I967-68 ' Zan Bernardino Valley College San Bernardino 1965-71 Holiday Ioua oI America various 1967 ' Covina Financial Center Covina 1962 Walnut \/aIle? Country [lob Walnut 1962 &ltruu Corp. Temple City 1966-67 VaIlal, Oak Trailer Park Temecula 1965-66 / Dqeomonz Sanitation, Inc, Orange County 1967~69 Irvine Co. Orange County 1968 - 8iate of California ?uziooa . � l967-7O ' 'University of California Riverside l968 ' Uuiversity of California Sao Diego 1967~68 University of California I/oo Angeles 1968 United States QatioaalTauk San Diego 1966 ' Sandpiper Builders ,'^ Palm Desert 1964 Daiobicd tg-*Ce. ` ~ Glendora I964-65 Golden Rain Foundation Seal Beach l965~66 Oceanside ausi&� Land ud Co. Oceanside 1965~68, Jbbu D. Luck Corporation \/aripns 1966-67 Diversified BxiIdery � Orange County l964 ' Hedwig Church Seal Beach 1965-66 Aossmooz Water Co. Orange County 1968-7I Donald L. Brea Co. Orange County I968-7I University Village Corp. - Swartz l/iokletter Orange County 1968 4MaIlczaft - Pomona Civic Center Pomona 1968 1 Citl, of Loa Angeles, Dept. Recreation 6 Parks Various 1968 �Uuitcd States Navy Point Mugu 1968 �~' City of I,on Angeles School Board Loa Angeles 1969 Lakeshore Townhouse Association Westlake, Calif, 1969 McCarthy-Sant Co, yozba Linda, Calif I968-71 ?.B.S. Corp. Orange County San Jose Los Angeles CVou0 Las Vegas, Nevada / A. u urr x n /.^' x w o / o o_| n 4 r / o N jll� Tu nl.-j TP, Y� x1l P.O. Oox 224, / U!cjvui:: flifis, CiV vnN 9265�i Vhorc,: (71A) 837-1231 STATEMENT OF WORK PERFORMED (667n inued) Year Industrial Turf's Client Location-" 1970 William.Lyons Co Prange County 1969 Harvey,.Nichols Co. (Doheny State Park) Doheny. State- Bch. 1969 =71 El6otro-Opti,cal Systems Pasadena 71969-70 City.of Newport Beach Newport Beach .1969-70 California State College Fullerton 1970.,. Co. Anaheim- 1970 Masonic Home for Children Covina; Calif. - 1970 -71.., Univer'sity Park - Stanley C. Swartz Co. Irvine;-Calif. .1971 Occi - dental'Pet-roleum Land & Development Co. Or'a ngae County. 1.971. Avco Community Developers, Inc. Orange County 1971 - City-Management Corp. . Orange County.. .1971 Alvarado Builders Corp. Orange County .:1971 Leadership Housing Systems Orange - County 1971 _- Pacific State Hospital -: Pomona; Calif. 1971 er Ab ''thaw Construction Co. Los :Angeles, Cali 1971'.' Cbas't, Community College Orange County 19-71 Beard Develbpmert Co. Orange County GITY =M -- NEWPORT BEACH CONSTRUCTION OF Bl HILLS PARK, PHASE II CONTRACT NO. 1339 To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of ::6 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1339 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Grade site for the price of 5/x7E Fes.i /Hp �s9Nh Ta Dollars and �a m Cents lump sum 2 Lump Sum Construct irrigation system complete in place for the price of \/ �e n o as r�, Dollars and %„ Cents $ $ 3V ump sum 3 254,024 S.F. Furnish materials and plant bluegrass lawn complete in place, including soil preparation and fertilization, for the price of joe a o Dollars and ✓ SE ✓Fn/ 41JD 74aE9 TENTHS Cents $.07.3 $/8` 75 per square toot PR2of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4 47,170 S.F. Construct 4" thick concrete sidewalk complete in place, including welded wire fabric rein- forcing, for the price of -ZF �o Dollars $ '6y $ and Cents per square toot 5 5,500 S.F. Construct 4" thick asphalt concrete for basketball court, including 4" thick imported aggregate base and striping for the price of Z £ 20 Dollars and a `o2Ti 56 ✓�.✓ Cents per square toot 6 7,736 L.F. Construct concrete mow strips complete in place for the price of Dollars L4:�X and Cents $ j g= $ per linear toot 7 270 L.F. Construct 6" wide concrete curb, complete in place, in basketball area, for price of j w o Dollars ,may A, and 7 F„iT� Cents $' $ S9 per linear oot 8 52 L.F. Construct 2' wide concrete wall, complete in place in tot lot area, for the price of Dollars and g- Cents per meat oot 9 39 L.F. Construct concrete steps complete in place for the price of 7yn y� Dollars and 7wv �� ✓ F Cents per lirTear toot '✓ $ ar4'0�. $3� �iz6 PR3of6 TOTAL ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 1 Each Construct 12" wide catch basin, complete. in place, for the price of Jlf ✓F,J ?r r,rE Dollars and Cents - ea 11 1 Each Construct 8" wide catch basin, complete in place, for the price of ';r" F? Dollars and Cents each 12 18 L.F. Construct 4" cast iron pipe, complete in place, for the price of �NrLec Dollars and � Ty ooe Nsw✓aRE7NS Cents $-3 =� $63 °-° per. linear oot 13 112 L.F. Construct 4" diameter A.C.P. drain line, complete in place, for the price of Dollars and 'f o„i F s Cents . $ 2 s' $ PD per inear o0 14 34 L.F. Construct 4" diameter perforated A.C.P. drain line, complete in place, for the price of T.i o Dollars and ✓ F, f; o ,r Cents per linar 15 3 Each Furnish and install drinking fountain, complete in place including foundation and all connections and appurtenances, for the price of sib f/j„�lvti£a F'�7 F.✓ Dollars and D�a ° Cents ° $ G/ �� $. ✓St YS each PR 4 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16 1 Each Furnish and install chinner, complete in place, for the price of OniE i�uNnze� Fou.�sf�bJ Dollars and ° %o ° Cents $ //y % $ / . ea 17 1 Each Furnish and install single climbing net, complete in place, for the price of 211449 /iatJD2fD /rl, "JETr r, /F. Dollars $395 °j $ 395 and Z9 & — Cents each 18 6 Each Furnish and install picnic tables, for the price of D�/E Nu yorzE - wr.vfv Dollars and ✓ °%v o Cents $ I ZD $ 722 D' eacti 19 2 Each Furnish and install basketball backstop and post, complete in place, for the price of Tf/r f E NLl n1 L12FJ7 / !J/LTL Dollars and p Cents $ 3 e/0 each 20 40 C.Y. Furnish and place dry beach sand, for the price of Si t Dollars and Cents °_ per cubic yard 21 71 L.F. Construct wall of railroad ties at tot lot, complete in place for the price of TLV €n/7,y SbvE„/ Dollars �. and Cents $z7 e-9 $i i7 per linear toot .0 0 WA 23 24 25 W. PR 5 of 6 UNIT TOTAL PRICE PRICE 88 Each Furnish and install, telephone poles of varying lengths at tot lot, for the price of C Fi E f . i Dollars and a Cents $ 15 °� $ >3.2 p °= each Lump Sum Construct restroom building complete in place, including all permits and utility connections, for the price of 7N: aT£< ✓ 7N °. ss ✓� �; v <. Hw rhnee Dollars_ and Cents J.uMp sum 5,768 S.F. Plant Zoysia matrella, including soil - preparation and fertilizer, complete in _ place for the price of - Dollars and ✓ r Tw F aT� SE ✓ < „� Cents $ c 7 $ 15S 7 °j' - pe square oot 36 Each Furnish and plant 15 gallon Cupaniopsis anacardioides, including soil preparation, fertilizing and staking, for the price of TN,' t 7 v S, t Dollars T and Cents each 10 Each Furnish and plant 15 gallon Pittospoxun rhombifolium, including soil preparation, fertilizing and staking, for the price of Dollars and % Cents $ 36 $ 36 D ea PR6of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27 384 Each Furnish and plant 5 gallon Eucalyptus citrio- dora, including soil preparation and fertiliz- ing, for the price of Dollars and 9 �w6aT ✓.6 OaE 11w,Jp erd s Cents $_� $ 365.2 a4" _ e 28 19 Each Furnish and plant 5 gallon Bougainvillea "San Diego Red" including soil preparation and fertilizing, for the price of S, x Dollars ✓ and sF ✓s v Cents $ ea 29 161 Each Furnish and plant 1 gallon Parthenocissus tricuspidata, including soil preparation and fertilizing, for the price of FO w2 Dollars i and Cents $ $� each 30 Limp Sum Perform maintenance on all plantings and and improvements for 90 calendar days for the price of F'✓E Tf/o Dollars and Cents $ $ 54900 ump sum TOTAL PRICE WRITTEN IN WORDS: 6ilc Hw�na,gn Foclr mn F Dollars ' and �f/Iz Tv o w E Cents $ /�/�1, S �// CONTRACTOR'S LICENSE NO. r DATE 11111 22y 1Cfi 1 orize sghature BIDDER'S ADDRESS {�� 2j 224-1 . _ 111(L �1��15. ('aLtP TELEPHONE NtMBER T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 ADDENDUM NO. 1 NOTICE TO BIDDERS: June 15, 1971 Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: 1. Prior to planting, all areas shall receive twelve (12) sprinkler irrigations of 1 -inch of water at each application. 2. All seeded areas shall be mulched following seeding, using one (1) cubic yard of redwood shavings per 1000 square feet in lieu of steer manure. 3. Zoysia Matrella shall be 2" x 2" plugs planted 8 inches on centers in each direction. 4. Telephone poles shall be clear treated per Koppers Company, Inc., or equal. 5. All drain lines except between property line and curb shall be Orangeburg, or equal,in lieu of asbestos cement pipe. 6. The irrigation pump shall be Pacific Pumping Company #1270 -5, 3/4 horsepower, single phase, or equal, capable of pumping 70 g.p.m, at 30 feet head. Please sign .and -show date of receipt of this Addendum on the Proposal or insert a copy with your ,Propa,al-.!�.; Signatures'-- _ Date 0=11jawi n• o, iru Ian Assistant Public Works Director I 4 0 • June 17, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FUR CONSTRUCTION "OF BUFFAE7HILLS PARK PHASE II CONTRACT NO." ADDENDUM NO. 2 NOTICE TO BIDDERS-. Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: Reference: Special Provisions Page SP 2 of 19, Section XII, Bid Items of Work 1. Grading - Omit the sentence under this heading which reads, "The site has been rough graded and the general drainage pattern has been established," Insert in its place the following sentence: "Existing grades are indicated on the plans; the contractor shall include in his bid all grading required to establish the finish grade as shown on the grading plans." Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with yours roposal> Eck Y/k eC Ass KLP /ldg Dian lic Works Director INDUSTRIAL -TURF, INC. P. 0. Box 2247 / Laguna Hills, California 92653 / Phone: (7 14) 837 -1231 N° 7176 DATE: 3/31 I N V O 1 C E TO: City of Newport Beach Buffalo Hills Park - Phasa-11 Item #4. 400 sq. ft. of CC sidewalk @ 64¢ Item # 6. 60 lin, ft. of mow strip @ $1.00 NET DUE Above work added after restroom re- location. M-469 $ 256.00 60.00 $ 316.00 .r S CITY OF NEWPORT BEACH CALIFORNIA September 7, 1972 Fireman's Fund American insurance Companies P. O. Bo: 1975 Santa Ana,. CA, 92702 Attention: Albert H. Brunet, Manager Fidelity & Surety Department Subject: Bond No. SC 7104380 Improvement Bond - $150, 000 Buffalo Hills Park The City Council, at its regular meeting held May 8, 1972, accepted the work for the construction of Buffalo Hills Park, Phase U, and authorized the City Clerk to file a Notice of Cb aspletion and to release the bonds thirty -five days after the Notice of Completion had been filed. The Notice of Completion was filed on May 11, 1972 in Book 10122, Page 172 of Orange County Records, therefore the above bond may now be terminated. Laura Lagios City Clerk dg cc: Public Works Department Donald L. Bran Company pU RfCflyfC ti t TO: CITY COUNCIL FROM: Public Works Department 09�11 '_ 4 SUBJECT: ACCEPTANCE OF- CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II (C -1339) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk 3. Authorize the City Clerk Notice of Completion has DISCUSSION: May 8, 1972 to file a Notice of Completion. to release the bonds 35 days after been filed. The contract for the construction of Buffalo Hills Park, Phase II has been completed to the satisfaction of the Public Works Department. The bid price was: $144,541.31 Amount of Unit Price Items Constructed: $139,224,41 Amount of Change Orders: $ 5,988.00 Total Contract Cost: $145.212.41 Amount Budgeted in Account No. 27- 7797 -028: $ 50,000.00 (The excess over $50,000 paid by the developer, Donald L. Bren Company) During construction, it was decided to relocate the partially completed restroom building. A change order in the amount of $5,988.00 was issued to cover the cost. The reduction in unit price items was primarily due to a need to construct less mowing strip than was shown in the proposal quantities. The contractor is Industrial Turf of Laguna Hills, California. The contract date of completion was February 7, 1972. While the park was completed by that date, the relocated restroom building and final cleanup work were not completed until April 20, 1972. The assessment of liquidated damages is not recommended as the remaining work was minor in nature and did not affect the usability of the facilities. 1 seph Devlin" blic ks Director .. APPR IVED B °' U T Y GCONUINCIL DATE MAY 8 197? NOTICE OF COMPLETION PUBLIC WORKS G -°133 17z � -) /-7 v To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on _ the Public Works project consisting of Construction on which Industrial was the contractor, and was the surety, was completed. I, the undersigned, say: Inc. 20, 1972 CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 9, 1972 at Newport Beach, California. I, thetundersigned, e r. I am the City Clerk of the City of Newport Beach; the City Council of said City on May 8, 1972 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 9, 1972 at Newport Beach, California. C CITY OF NEWPORT BEACH Office of CITY ATTORNEY (339 To: The Honorable Mayor and December 27, 1971 Members of the City Council From: City Attorney Subject: Deed to quitclaim City's easement on proposed school site in Harbor View Homes Project, adjacent to Buffalo Hills Park On June 22, 1970, the City Council entered into an agreement with The Irvine Company in connection with the development of Buffalo Hills Park. One of the conditions of the agreement was the granting of an easement by The Irvine Company to the City for park and recreation purposes over a parcel located at the southerly end of the park consisting of 1.61 acres. It was anticipated that the Newport -Mesa Unified School District would subsequently acquire a school site adjacent to said park, and in that event The Irvine Company was to convey fee interest in the 1.61 acres to the School District for park and playground purposes and the City was to convey its easement to the District. The Irvine Company is currently in escrow with the School District with this parcel, which has been designated as a school site in the Harbor View Homes project. This office has prepared the requisite deed granting the above easement which is to be deposited and held in escrow and recorded concurrently with the sale by The Irvine Company of the fee interest. The resolution which appears on this evening's agenda, if adopted, would authorize execution of the deed and fulfill the City's obligation under the terms of the agreement. DENNIS O'NEIL City Attorney DO'N:mh cc: City Clerk City Manager APPROVED BY CITY COUNCIL PB &R Director DATE H 30 V 6 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 ADDENDUM NO< 1 NOTICE TO BIDDERS: June 15, 1971 Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: to Prior to planting, all areas shall receive twelve (12) sprinkler irrigations of 1 -inch of water at each application. 2. All seeded areas shall be mulched following seeding, using one (1) cubic yard of redwood shavings per 1000 square feet in lieu of steer manure. 3. Zoysia Matrella shall be 2" x 2" plugs planted 8 inches on centers in each direction. 4. Telephone poles shall be clear treated per Koppers Company, Inc., or equal. 5, All drain lines except between property line and curb shall be Orangeburg, or equal,in lieu of asbestos cement pipe. 6. The irrigation pump shall be Pacific Pumping Company #1270 -5, 3/4 horsepower, single phase, or equal, capable of pumping 70 g.p.m. at 30 feet head. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Signature Date �j LLiM jamin B. Nolan Assistant Public Works Director CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 6 June 17, 1971 CONTRACT DOCUMENTS CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRAC 70 3 9 ADDENDUM NO. 2 NOTICE TO BIDDERS: Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: Reference: Special Provisions Page SP 2 of 19, Section XII, Bid Items of Work 1. Gradin - Omit the sentence under this heading which rea s, 'The site has been rough graded and the general drainage pattern has been established." Insert in its place the following sentence: "Existing grades are indicated on the plans; the contractor shall include in his bid all grading required to establish the finish grade as shown on the grading plans." Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Signature Date KLP /ldg Ass Nuran ublic Works Director ' CITY* NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. -4 FOR PERIOD ENDING -January 20;:1972 _ PROJECT: BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 CONTRACT NO. 1339 TEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Grading $16,441.00 LS 100% $16,441.00 2. Irrigation System 34,000.00 LS 100% 34,000.00 3. Lawn 0.073 /SF 253,000 SF 18,469.00 . 4. P.C.C. Sidewalk 0.64 /SF 47,140 SF 30,188.80 5. Basketball Court 0.47 /SF 5,500 SF 2,585.00 6. Mow Strip 1.00 /LF 2,736 LF 2,736.00 7. 6" wide Curb 2.20 /LF 270 LF 594.00 -8. 2' Wide Wall 9.70/LF 50 LF 485.00 9. P.C.C. Steps 3.25/LF 37 LF 120.25 10. 12" C.B. 75.00 EA 1 EA 75.00 11. 8" C.B. 50.00 EA 1 EA- 50.00 12. 4" C.I.P. 3.50 /LF 18 LF 63.00 13. 4" A.C.P. 2.50 /LF 110 LF 275.00 . 14.. 4" Perf. A.C.P. 2.50 1LF 34 LF 85.00 15. Drinking Fountain 615.00 EA 2 EA 1,230.00 16. Chinner 114.00 EA 17. Climbing Net 395.00 EA 18. Picnic Table 120.00 EA 19. Basketball Backstop 340.00 EA 2 EA 680.00. 20. Beach Sand 6.00 /CY 40 CY 240.00 21. Railroad Tie Wall 27.00 /LF 71 LF 1,917.00 22. Variable Length Poles 15.00 EA 88 EA 1,320.00 23. Restroom Building 13,500.00 L.S. 60% 8,100.00 4 Zoysia 0.27 SF 5,700 SF 1,539.00 CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10/70 -. PROGRESS PAYMENT REQUEST NO.. 4 FOR PERIOD ENDING January 20, 1972 PROJECT BUFFALO HILLS PARK, PHASE II "BUDGET.NO. 27- 7797 -028 CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 25. 15 Gal. Cupaniopsis .35.00 EA 36 Ea. 1,296.00 26. 15 Gal. Pittosporum 36.00 EA 10 Ea, 360.00 27. 5 Gal. Euc. Cit.. 9.25 EA 384 Ea. 3,552.00 28. 5 Gal. Bougainvillea. 6.75 EA 19 Ea. 128.25 29-. 1 Gal. Parthenocissus 4.00 EA 161 Ea. 644.00 30. Maintenance 5,000.00 LS 66% 3,300.00 130,473.30 s 39B•2� Change Order No.l 5,988.00 90% 135,871.50 Original Contract Extras to Date Contract to Date Amount Earned Less' -M Retention Less Previous Payments Amount Due this Request I hereby certify that th e144,541.3 135,871 0 4 ; 7,227.59 120,943.73 7,698.20.; above amounts -and :values -Send payment to: _Industrial Turf -f. 0. Box 2247 Laguna Hills, California 92653 are correct. - SIGNED /:f, SIGNED INDUSTRIAL TURF, INC. - Field En neer on ac r nn n BY a �it CITY Of NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE November 30, 1971 CONTRACT NO. 1333 PURCHASE ORDER NO. BUDGET NO. 27- 7797 -028 CONTRACTOR'S NAME Industrial Turf, Inc. PROJECT NAME AND NO. Construction of Buffalo Hills Park, Phase II ACTION: Relocate partly constructed restroom from its present sits to a new site near southeast corner of recreation club for the lump sum price of $5,988.00. It is understood that this price is in addition to the contract price of $13,500.00 for construction of the restroom. The price paid to relocate the restroum building does not include the price of moving utilities to the building. Utilities will be provided by the City and /or the Donald L. Gren Company. The date of completion for ti:e development phase will be e:ctended 30 calendar days from dare of this chanyc: order at no additional cost. It is understood that the 90 day main-cendnce period will 'W* vai.Ler '10, 1371. CONTRACTOR: BY DATE APPROVAL: �,_ J,� Donald L. Bren Company ft- (_3 Public Works Department t 1441 O CONTRACT 1339 CITY OF NE W P T BE CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II \ APPROVED BY THE PARKS, BEACHES AND RECREATION DEPARTMENT ON THIS 24th day of May, 1971 Parks, Beaches and Rec APPROVED BY THE CITY COUNCIL ON THIS 24th day of May, 1971 SUBMITTED BY: I K� DLI`� i (ZI � L � i IZ4- I ti1L• Contractor Address 1 U /Ad 0ti.� City Zip (114-) K =>1 r ?31 Phone si iiy SS// Total bid Pr ve 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. R.),/ /-I,. CLeGLA„/ ca. :a vnes"? 2. GD ✓crr.e% 49/z s,�,.J G0�(17 mP7/7 3. i f /grrr 9� i1�Irr�rrr '� ✓ 4./�csii=ov. 7. 8. 9. 10. 11 12 Bidder's Name -Authorized Signature ^ oil Type ype of rg an zat on (Individual, Co- partnership or Corp) 1� L 1�cx 2241 Ad res CITY OF NEWPORT BEACH CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 6 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1339 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: it "; UNIT PRICE WRITTEN IN WORDS 1 Lump Sum Grade site for the price of �sI;, Ta .n HK,z2FrJ Dollars and Cents lump sum 2 Lump Sum. Construct irrigation system complete in place for the price of Dollars and Cents ump sum 3, 254,024 S.F. Furnish materials and plant bluegrass lawn complete in place, including soil preparation and fertilization, for the price of s�E a D Dollars and SE ✓E n/ ado �NaEf <�✓TNS Cents per square toot PRICE PRICE $ $ 3 $.o73 $/8, 5v.3= PR2of6 ITBI QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE IVRITTEN IN WORDS PRICE PRICE 4 47,170 S.F. Construct 4" thick concrete sidewalk complete in place, including welded wire fabric rein- forcing, for the price of o Dollars $ ,1. $ a o and 5,, Z %w Cents per square toot 5 5,500 S.F., Construct 4" thick asphalt concrete for basketball court, including 4" thick imported aggregate base and striping for the price of .Z z Pao Dollars. and �na�s Sb ✓f..✓ Cents per square toot 6 7,736 L.F. Construct concrete mow strips complete in place for the price of \ Dollars ✓ vx` and ° : o Cents per linear toot 7 270 L.F." 6" wide concrete curb, complete in place, in basketball area, for price of w y Dollars and 6v, Cents 1� $�_ ,a \ $ S 9 \ \\ per linear toot 8 52 L.F. Construct 2' wide concrete wall, complete in place in tot lot area, for the price of Dollars V and Si Cents per inear oot 9 39 L.F. Construct concrete steps'canplete in place - for the price of Dollars and 7w� F. ✓f Cents $ 3 s per linear toot PR3of6 fiat NO. quANI-n'Y AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 10 1 Each Construct 12" wide catch basin, complete. in place, for the price of and Cents eacii 11 1 Each Construct.8" wide catch basin, complete place, for the price of .in Dollars . and Cents $ 50 '' $ Sv each 12 18 L.F. Construct 4" cast iron pipe, complete in place, for the price of ?yam �E Dollars J: V and F, "F 7r oNe Nk "�ilzf;NS Cents $ 3 $ G3 per linear f6ot 13 112 L.F. Construct 4" diameter A.C.P. drain line, complete in place, for the price of Dollars. �✓ n ✓ / and r.fi v 0 �l,A�n�sTNS Cents per linear oot 14 34 L.F. Construct 4" diameter perforated A.C.P. drain line, complete in place, for the price of �i D Dollars and ✓ 9 i $ 'S Cents. ) $_S per linear toot. is 3 Each Furnish and install drinking fountain, complete in place including foundation and all connections and appurtenances, for the Price of Sa awdprr s a Fi`F761 ✓ Dollars and o 9 /no Cents. $G /5-``$ ea PR4of6 1TTM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16 1 Each Furnish and install chinner, complete in place, for the price of Dollars and Cents each 17 ' 1 Each 18 6 Each •19 _ 2 Each 20. 40 C.Y. 21 . 71 L.F Furnish and install single climbing net, complete in place, for the price of -11_•x! ,l r t s_'•t - -- lkd1d19 -- -- -' - -- . and - - - Cents Furnish and install picnic tables, for the price of 49 ,dk f/u Jor.E lb -;✓CN % V Dollars and Cents ea Furnish and install basketball backstop and post, complete in place, for the price of Tf/2cE f/w„��2Fn Fn2`Tb Dollars and Cents ea Furnish and place dry beach sand, for the price of 51 t Dollars and Cents per Cubic yard Construct wall of railroad ties at tot lot, complete in place for the price of Twf..�27Y -s- / Dollars and Cents per linear toot $/Zo —,o $ 7120 e� $ 31io '�_o $ G 40 $ G i $,Z7;° $2917 PR 5 of 6 ITBI QUANTITY ITDN DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22 88 Each Furnish and install, telephone poles of varying lengths at tot lot, for the price of Dollars / and VVV c� Cents _o $ i ` �✓ $ 13-Z O each 23 Lump Sum Construct restroom building complete in place, including all permits and utility . connections, for the price of. 7N. a7EF ✓ THo s A i ., t 6/K ✓n Dollars and Cents lump sum 24 • 5,768 S.F. Plant Zoysia matrella, including soil preparation and fertilizer, complete in place for the price of -7— 5 a, p Dollars and ✓ .' Cents $ 7 $ i5S7 =` per square t 0 oot 25 36 Each Furnish and plant 15 gallon Cupaniopsis anacardioides, including soil preparation, . fertilizing and staking, for the price of 7w zT S, X Dollars �! -T and p Cents. ° —° each 26 10 Each. Furnish and plant 15 gallon Pittosporum rhombifoliun, including soil preparation, fertilizing and staking, for the price of t Dollars `. and �. %° p Cents $� J $ 5d D each • r PR6of6 ITEM QUANTITY IT31 DESCRIPTION UNIT TOTAL 1\10. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27 384 Each Furnish and plant 5 gallon Eucalyptus citrio- dora, including soil preparation and fertiliz- ing, for the price of , f Dollars V and S F,'vF_ oaf N ,n.ze7 / s Cents $� % $ sSS.Z ea 28 19 Each Furnish and plant 5 gallon Bougainvillea "San Diego Red" including soil preparation and fertilizing, for the price of`- $, .X Dollars " and s�✓sN;� F;�e ortJE HNN, ». ;NS Cents $ �'— $1 :? ea 29 161 Each Furnish and plant 1 gallon Parthenocissus tricuspidata, including soil preparation and fertilizing, for the price of \ F� v 2 Dollars and V , Cents each 30 Lump Sum Perform maintenance on all plantings and and improvements for 90 calendar days for the price of " Dollars and o Cents $ $ 5,900 -as tunp sum TOTAL PRICE WRITTEN IN WORDS: OiJf iJN"N�2�D �OH.�T(i fD.a.2 THo�n. ✓a fi /(*, c Dollars / and 3 o.✓ f. Cents $ /�/�/� S ✓// CONWRACTOR'S LICENSE NO. DATE LV 11� 22� ICk l 1 BIDDER'S ADDRESS lJ—\ )VIA. 4-kVS l .AL1P � Autnorized`Signature TELEPHONE NUGER (1I4) CITY OF NEWPORT BEACH CALIFORNIA December 9, 1971 Wr. Loe Prichard, Vice President Industrial Turf, Inc. P.O. Box 2247 Laguna Hills, California 92363 bear Let: At the City. Council emoting of Novwkw 21nd the Council authorized the relocation of this restxoan in Buffalo Hills Park as previously discussed between the City of Newport Beach and Industrial Turf, Inc. Pt Ws for this relocation were authorized at this point and the City approved Change Order No. 1, authorizing this aoendment. The City of Newport Beach has approved the expenditu" of one -half of the total cost and the Bran Company, through its representative Harry Morrill. Vice President, has approved the other half of the expendi- ture. 'Therefore, this letter will authorize you to relocate the rest - room in accordance with the items outlined in my memo to the City Msnayer dated Novewher 22, 19710 copy attached. We appreciate your cooperation in this matter and hope that you will expedite the relocation of the restroom now that final approval has been acquired. Very truly yours, CALVIN C. 4' WART, Director Parks, Beaches 8 Recreation Department CCS:h Attacbmennt cc: Narry Merrill, Vice President Bob Wm, City Manager, Newport Beach Joe Devlin, Director of Public Works / • CITY OF NEWPORT BEACH • PARKS, BEACHES $ RECREATION DEPARTMENT November 22, 1971 F -1 TO: ROBERT WYNN, CITY MANAGER FROM: PB $ R Director SUBJECT: BUFFALO HILLS PARK, PHASE II - RESTROOM RELOCATION RECOMMENDATION: We have received some cost projections from Industrial Turf, Inc. to relocate the restroom in Buffalo Hills Park. In order to accomplish this relocation, I would like to recommend that the City Council take the following action: 1. Approve a budget amendment transferring $3,508 from capital improvement account 22- 2397 -029, Santa Ana Heights fire station site acquisition, to account 27- 7797 -028, Buffalo Hills Park Development, Phase II. 2. Receive $3,508 from the Bren Company as a 50% share of the relocation cost and deposit that in capital improvement account 27- 7797 -028. 3. Authorize Industrial Turf to proceed with the restroom relocation. 4. Extend the development contract time limit an additional 30 days from the date of notification to proceed with the change order. DISCUSSION: Industrial Turf, Inc. has indicated that relocating the restroom from its present site to a new site will be $5,988, excluding the provision of utilities to the site. We have received additional cost projections for utility provision and they are as follows: sewer, $655; Edison $ telephone, $328; water line, $4S. This makes a total,of $7,016. The City Council had previously indicated that it is their desire to have the Bren Company share in the cost of this relocation, and even though the Bren Company has not specified that they would share a 50% cost, it has been generally indicated that they would be receptive to this portion. Therefore, a total of $7,016 would be involved in.the moving of the restroom, including all utilities and hookups, which would be split equally between the City and the Bren Company. Since the other construction at the Park has now been finalized, I believe that it would be in order to-expedite this relocation project. CALVIN/ . STEWART CCS:h 1 CITY 9 NEWPORT BEACH - PUBLIC WORKS DEPARTMENT - PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING November 30, 1971 PROJECT: BUFFALO HILLS PARK, PHASE II BUDGET N0. 27- 7797 -028 CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Grading $16,441.00 LS 100% $16,441.00 2. Irrigation System 34,000.00 LS 100% 34,000.00 3. Lawn 0.073 /SF 253,000 SF 18,469.00 4. P.C.C. Sidewalk 0.64 /SF 47,140 SF 30,188.80 5. Basketball Court 0.47 /SF 5,500 SF 2,585.00 6. Mow Strip 1.00 /LF 2,736 LF 2,736.00 7. 6" wide Curb 2.20 /LF 270 LF 594.00 8. 2` Wide Wall 9.70 %LF 50 LF 485.00 9. P.C.C. Steps 3.25/LF 37 LF 120.25 10. 12" C.B. 75.00 EA 1 EA 75.00 11. 8" C.B. 50.00 EA 1 EA 50.00 12. 4" C.I.P. 3.50 /LF 18 LF 63.00 13. 4" A.C.P. 2.50 /LF 110 LF 275.00 14. 4" Perf. A.C.P. 2.50 /LF 34 LF 85.00 15. Drinking Fountain 615.00 EA 2 EA 1,230.00 16. Chinner 114.00 EA 17. Climbing Net 395.00 EA 18. Picnic Table 120.00 EA 19. Basketball Backstop 340.00 EA 2 EA 680.00 20. Beach Sand 6.00 /CY 40 CY 240.00 21. Railroad ,Tie Wall 27.00 /LF 71 LF 1,917.00 22. Variable Length Poles 15.00 EA 88 EA 1,320.00 23. Restroom Building 13,500.00 L.S. 60% 8,100.00 4 Zoysia 0.27 SF 5,700 SF 1,539.00 -t CITY q*EWPORT BEACH - PUBLIC WORKS DISRTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING PROJECT BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 _ .. 10/70 November 30, 1971" CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 25. 15 Gal. Cupaniopsis 35.00 EA 36 EA 1,296.00 26. 15 Gal. Pittosporum 36.00 EA 10 EA 360.00 27. 5 Gal. Euc. Cit. 9.25 EA 384 EA 3,552.00 28. 5 Gal. Bougainvillea 6.75 EA 19 EA 128.25 29. 1 Gal. Parthenoci-ssus 4.00 EA 161 EA 644.00 30. Maintenance 5,000.00 LS 20% 1,000.00 $128,173.30 Original Contract 144,541.31 Extras to Date Contract to Date = - --� Amount Earned �� 128,173. �� Less 10% Retention 7,227, 7 Less Previous Payments 87,774, 3 Amount Due this Request 33,170.9 Send payment to: Industrial Turf P. 0. Box 2247 Laguna Hills, California 92653 I hereby certify that the above amounts and values are correct. SIGNED /1 SIGNED INDUSTRIAL TURF, INC. Field En neer Con r or BY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Industrial Turf P. 0. Box 2247 Laguna Hills, California 92653 ATTENTION: SUBJECT: Buffalo li Park, Phase II Contra We are transmitting the following: No. Conies DescriDti 3 Progress Payment Request No. 3 Remarks: Please sign and return the original and one copy of the attached progress payment request. The third copy is for your files. By: G. P. Dunigan, Jr. Field Engineer Copies to: GPD /bg Encl. a � R November 30, 1971 T0: P.B. & R. DEPARTMENT FROM: Public Works Director =. SUBJECT: BUFFALO HILLS PARK, PHASE II tract 1339) Attached is Change Order Ro. 1 for relocation of the restroom building at Buffalo Hills Park, Phase II. Please have the Donald L. Bren Company sign in the space indicated; then have an authorized representative of the P.t. & R. Department sign in the space indicated; and then return same to this office for trans- mittal to Industrial Turf, Inc. Your memo to the City Manager-of November 23, 1971 indicated that utilities would be provided by others. As vie understand it, either the P.B. A R. Department or the Donald L. Bren Company will provide the utilities. lie will leave it to you to provide utilities outside of the contract with Industrial Turf, Inc. Your memo states that tho Bren Company has not agreed to pay 50% of the cost of the relocation. The reimbursement agreement provides that any increases in the cost of the project is subject to the written approval of the city and the developer. The total amount of funds available to the city is $3,508. It is suggested that you secure the written approval of the Bren Company to pay $3,508 before you approve expenditures in excess of $3,508. Joseph T. Devlin Public Works Director KLP /bg Att. �y .•_ CITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION DEPARTN.NT November 22, 1971 C -i 33� F -1 TO: FROM: SUBJECT ROBERT WYNN, CITY MANAGER PB $ R Director BUFFALO HILLS PARK, PHASE II - RESTROOM RELOCATION RECOMMENDATION: We have received some cost projections from Industrial Turf, Inc. to relocate the restroom in Buffalo Hills Park. In order to accomplish this relocation, I would like to recommend that the City Council take the following action: 1. Approve a budget amendment transferring $3,508 from capital improvement account 22- 2397 -029, Santa Ana Heights fire station site acquisition, to account 27- 7797 -028, Buffalo Hills Park Development, Phase II. 2. Receive $3,508 from the Bren Company as a 50% share of the relocation cost and deposit that in capital improvement account 27- 7797 -028. 3. Authorize Industrial Turf to proceed with the restroom relocation. 4. Extend the development contract time limit an additional 30 days from the date of notification to proceed with the change order. DISCUSSION: Industrial Turf, Inc. has indicated that relocating the restroom from its present site to a new site will be $5,988, excluding the provision of utilities to the site. We have received additional cost projections for utility provision and they are as follows: sewer, $655; Edison & telephone, $328; water line, $45. This makes a total. of $7,016. The City Council had previously indicated that it is their desire to have the Bren Company share in the cost of this relocation, and even though the Bren Company has not specified that they would share a 50% cost, it has been generally indicated that they would be receptive to this portion. Therefore, a total of $7,016 would be involved in the moving of the restroom, including all utilities and hookups, which would be split equally between the City and the Bren Company. Since the other construction at the Park has now been finalized, I believe that it would be in order to expedite this relocation project. AF's`' k, `' ;— � i U . , n 'l-, +nfn DATE NOV 2 2 1971 CALVIN C. STEW.ART CCS:h "14ACTOR'! NAME t•ITY OF NEWPORT' Q ',,RDEP N0._ &VALET KIYE AND r , ,. '— •mss. >– - :..... f� :.__ .. .. ON; a. t a . _ - � tt`-<;-: �- ';.�.q'- #T_Y3',�r:l+, ?iLt.'.t @'El''?'$Sf.r(��Tpt fr•Cj ^x .i1? _r1: -,nt S�tC3. -...,' � _ ` ..'Ct ey retrepch :tub tof the (3mp.sum grice u 4r" 'iD d thIt +his Pre.ce is ip addition to the -conftaCt 'pri,e i !: ::..Tlrl np ph,Q,t4 rpid Q-te the Pestroom building does not 0clod° m 0. c, - ! ,.r' rho,baI dari�, Utilities w"' be prpylded , �� t s•,��; r �•e Cr „�Id � ; Brea ';Qmpary - _ � _ os taalpietionJor':the and lopent kIse will be Wended 30 cyiedw 'if 'this change Wer at no add3tionY COS«. - it is d'iy -ma;i: tecrart.g .heried .w414, canynerce November 10. 1971. -�a 'q.Yit rt-_t; 4!•r • td y]'='.1yh_ a �' �” i ' r CONTRACTOR: CITY OF NEWPORT BEACH • PARKS, BEACHES $ RECREATION DEPARTMENT November 22, 1971 TO: ROBERT WYNN, CITY MANAGER FROM: PB $ R Director SUBJECT: BUFFALO HILLS PARK, PHASE II - RESTROOM RELOCATION RECOMMENDATION: We have received some cost projections from Industrial Turf, Inc. to relocate the restroom in Buffalo Hills Park. In order to accomplish this relocation, I would like to recommend that the City Council take the following action: 1. Approve a budget amendment transferring $3,508 from capital improvement account 22- 2397 -029, Santa Ana Heights fire station site acquisition, to account 27- 7797 -028, Buffalo Hills Park Development, Phase II. 2. Receive $3,508 from the Bren Company as a 50% share of the relocation cost and deposit that in capital improvement account 27- 7797 -028. 3. Authorize Industrial Turf to proceed with the restroom relocation. 4. Extend the development contract time limit an additional 30 days from the date of notification to proceed with the change order. DISCUSSION: Industrial Turf, Inc. has indicated that relocating the restroom from its present site to a new site will be $5,988, excluding the provision of utilities to the site. We have received additional cost projections for utility provision and they are as follows: sewer, $655; Edison $ telephone, $328; water line, $45. This makes a total of $7,016. The City Council had previously indicated that it is their desire to have the Bren Company share in the cost of this relocation, and even though the Bren Company has not specified that they would share a 50% cost, it has been generally indicated that they would be.receptive to this portion. Therefore, a total of $7,016 would be involved in.the moving of the restroom, including all utilities and hookups, which would be split equally between the City and the Bren Company. Since the other construction at the Park has now been finalized, I believe that it would be in order to.expedite this relocation project. APPROVED D'r �� DATE NOV 2 2 9711' UUNCIL CALVIN STEWART CCS:h F -1 r' CITY OF NEWPORT BEACH ' PARKS, BEACHES AND RECREATION DEPARTMENT November 18, 1971 TO: JOE DEVLIN, PUBLIC WORKS DIRECTOR FROM: PB $ R Director SUBJECT: DEVELOPMENT OF BUFFALO HILLS PARK, PHASE II The contractor, Industrial Turf, Inc., has completed the development of Buffalo Hills Park., Phase II to the satisfaction of the PB $ R Department. Evan Graves and Rich Harrison have made inspections along with the architect and I have been up to the site to walk from one end to the other to inspect the park installations. We recommend that the 90 -day maintenance period for which the contractor is responsible, begin on Wednesday, November 10, 1971. If you need any additional 'information, we will be happy to supply it. CCS:h:dm cc: Rich Harrison C CITY OF NEWPORT BEACH CALIFORNIA Adermatt Electric 400 W. Foothill Glendora, CA 91740 C -)339 October 28, 1971 Subject: Surety: Pacific Employers Insurance Company Bonds No.: M -138, 960 Project: Lighting at Lae Arenas Tennis Courts Contract No.: 1340 The City Council on October 19, 1971 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on October 19, 1971 in Book 9853, Page 395. Please notify your surety company that bonds may be released 35 days after recording date. dg cc: Public Works Department —' Laura Lagios City Clerk ❑ to Pre ro sls awli mi no ard o1 ry ccntra ct. prior Control tests on IK-T` materials actually • entering into works. COUNTY OF ORANGE ROAD DEPARTMENT %I Material Testing Section 41 PEST NO. C- FIELD NO. RE ATIV COMPACTION w ?�R P.OROR AHFPIy DATE REPTD. i �� '2--7 If contract, use contract item PROJECT {7Y 4AV�AWK RESIDENT ENGINEER (INSPECTOR) SEND REPORT TO: CONSTRUCTION ❑ LOCATION '-AL4.'1« T— 1FaA .G. GGti7 REPRESENTING LIMITS—�1--;�- TYPE MATERIAL DEPTH DATE Jd '7-9 -71 TESTED BY:--& _ - AGENCYL/17y cP- /1,JF.(t/wK/ Amp�'°�'"' CONTRACTOR- rAJb/SP72ML- 7'UY�. MAINTENANCE ❑ SUED. ❑ PERMITS ❑ RT LT OF CL STA IN PLACE DENSITY A W INITIAL T. TEST SAND !� B WT. SAND RETAINED C d I M C WT. SAND USED SP. GR. ROCK D TEST SAND DENSITY WET WT. ROCK E FIVOLUME VOLUME SAND USED CONE + RING DRY WT. ROCK G VOLUME TEST HOLE 3271 H!WT. EXC. SAMPLE + TARE I TARE WEIGHT - Kt20 J WET WT. EXC. SAMPLE K L WET DENSITY IN PLACE DRY DENSITY IN PLACE -t1 ' 31Z METHOD A MOISTURE SAMPLE WET WT. FIELD 00 - LAS -. ..._. DRY WT. 'r MOIST. C d I M 4 01 SP. GR. ROCK WET WT. ROCK 3r A DRY WT. ROCK WIWET WT. - < . 00 DRY WT. - n TOTAL DRY WT. R ROCK CORR.MAX.DENSI TY REMARKS: Test Method Calif. 216 -F 130 1 B— LOW FINISHED GRADE METHOD A CR B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 1 MOISTURE T RC 67--% TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY f�LS�MATERIALS ENGINEER RESIDENT ENGINEER (CITY ENGR.) RELATIVE COMPACTION (SC) F 3011 -83.2 MAXIMUM DENSITY RATHOLE DATA • _ MOLD NO. 1 2 3 4 01 INITIAL WT. SPECIMEN P WET WT. AT COMPACTION Q1 DRY WT. COMP. SPEC. R % MOISTURE I CONDITION OF MOLD_____ _ S1 HT. COMPACTED SPECIMEN T WET DENSITY I VI DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C s D UNIT CONE +UNIT G =E — F K = J =G CONE — L= K_(I DO - +N) Q= 0_(100`X. +N) SM. RING _.1667 .0143 .1810 R = (P —Q) - Q V = FACTOR x Q� 5 -LIS. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F 130 1 B— LOW FINISHED GRADE METHOD A CR B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY 1 MOISTURE T RC 67--% TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY f�LS�MATERIALS ENGINEER RESIDENT ENGINEER (CITY ENGR.) RELATIVE COMPACTION (SC) F 3011 -83.2 El Pliminary tests prior COUNTY OF ORANGE to reaward of contract. ROAD DEPARTMENT `� I C79' _ . 1 Material Testing Section \TEST NO. C— 54 _ FIELD NO. RELATIVE COMPACTION ON. NO.OR Control tests on IW.O. OR P.O.O. OR�IiF� moteria is actually � entering into works. DATE REPT I{ contract con , use tract item dd PROJECTr- J�taLD �ili. t �.4/LAG AGENCY C �` N>ff� A::5 pc-od RESIDENT ENGINEER (INSPECTOR) I-A "cl!L -�-' CONTRACTOR l5u*7� M AKX SEND REPORT TO: C _ TRUC TION ❑ AGENCY S MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ -q� AGENCY LOCATION I'-aA�Fl�:s�y 42 r m RT LT OF (� STA REPRESENTING LIMITS TYPE MATERIAL A 135 DE DATE 10- 7 / TESTED BY:_ _ IN PLACE DENSITY_ A INITIAL WT. TEST SAND BI C WT. SAND RETAINED WT. SAND USED DRY WT. ST D _ - -� TEST SAN D_DENSITY SP. GR. ROCK E VOLUME SAND USED % 9 (&9 FIVOLUME CONE + RING G VOLUME TEST HOLE =_2q_ H WT. EX C. SAMPLE + TARE .t I TARE WEIGHT J WET WT. EXC. SAMPLE io MOISTURE K WET DENSITY IN PLACE L DRY DENSITY IN PLACE - T METHOD A MOISTURE SAMPLE I FIELD WET WT. LAB —_-- -- DRY WT. ST N MOIST.I MM�Q _ SP. GR. ROCK O INITIAL WT. SPECIMEN WET WT. ROCK DENSITY p DRY WT. ROCK WET WT. AT COMPACTION 1 =_2q_ WET WT. - 4' _RC TENT. RC = _ Q , A DRY WT. - e /0109 TOTAL DRY WT. / io MOISTURE ROCK CORR.MAX.DENSITY CONDITION OF MOLD______ REMARKS: Test Method Calif. 216 -F 11 RESIDENT ENGINEER (CITY ENGR.) F 3011.83.2 140 ffZ.: l[] 1 8- FINISHED GRADE METHOD A (Sr B MAXIMUM DENSITY RATHOLE DATA • _ __ MOLD N0. 1 2 3 4 O INITIAL WT. SPECIMEN 3 DENSITY P WET WT. AT COMPACTION 1 =_2q_ % _RC TENT. RC = Q DRY WT. COMP. SPEC. % R io MOISTURE CONDITION OF MOLD______ Sl HT. COMPACTED SPECIMEN T WET DENSITY i VI DRY.DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C s D UNIT CONE +UNIT G =E -F K =G BONE - L = K - (100% +N) Q = 0 _ (1007• + N) SM. RING _.1667 .014_3 .1610 R = (P -Q) - Q V = FACTOR x Q- S _G. RING .0302 1 .1969 REMARKS: Test Method Calif. 216 -F 11 RESIDENT ENGINEER (CITY ENGR.) F 3011.83.2 140 ffZ.: l[] 1 8- FINISHED GRADE METHOD A (Sr B ❑ SUMMARY RECORD WHOLE NUMBERS IN PLACE OPT. /So 3 DENSITY MOISTURE) =_2q_ % _RC TENT. RC = % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH v Ely ;/ MATERIALS ENGINEER RELATIVE COMPACTION (SC) Pretiminory tests prior COUNTY OF ORANGE r ❑ to award of contract. • ROAD DEPARTMENT , %' ,t 7 �+ Material Testing Section TEST NO. C— S4 FIELD NO. q RELATIVE COMPACTION CON T. NO. OR /I�� Control tests on /�� w O. OR P.O. OR AHFPI aterio is actually t ���/ a • entering into works. DATE KEPT D. �' 2,� -71 �((���!!�� ��]j �� ((�� ' If contract, use contract item PROJECT'rQ�61,�i 1 w`O GENCY 1 RESIDENT ENGINEER (INSPECTOR) cy CONTRACTOR '�. 'NN' '. SEND REP TO: O+41 'T�R��U^TION ❑ t AG'E' GENCY t�1 MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION $��`4" �.-_6 � .A RT LT OF CL, STA REPRESENTING LIMITS TYPE MATERIAL DEPTH C! TO I BELOW FINISHED GRADE DATE /0- TESTED BY: (_&} 00. 'J IN PLACE DENSITY A I INITIAL WT. TEST SAND b b B W WT. SAND RETAINED 0� METHOD A MOISTURE SAMPLE FIELD LAB WET WT. --�- - -- -- - - --- DRY" WT. '= MOIST_ N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK WET WT. - a DRY WT. TOTAL DRY WT. ; ROCK CORR. MAX. DENSITY • _ __ MAXIMUM DENSITY RATHOLE DATA MOLD N07 3 1 4 O INITIAL WT. SPECIMEN 24o P WET WT. AT COMPACTION - :Z Q DRY WT. COMP. SPEC. R %MOISTURE CONDITION OF MOLD__ S I HT. COMPACTED SPECIMEN T WET DENSITY 3 ? VI DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E C+ D UNIT CONE +UNIT G =E - F K _ G CONE .1667 - L= K_(I Do -, +N) Q= 0_(1001, +N) SM. RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q+ S LG. RING. .0302 .1969 REMARKS: Test Method Calif. 216 -F 140 120 L 110 1 6. METHOD A ❑ B (tI SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY //13 MOISTURE RC = % TENT. RC % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH J7✓/7�� �//1 _ BY RESIDENT ENGINEER (CITY ENGR.) I— MATERIALS ENGINEER F 3011 -83.2 RELATIVE COMPACTION (SC) • _ __ MAXIMUM DENSITY RATHOLE DATA MOLD N07 3 1 4 O INITIAL WT. SPECIMEN 24o P WET WT. AT COMPACTION - :Z Q DRY WT. COMP. SPEC. R %MOISTURE CONDITION OF MOLD__ S I HT. COMPACTED SPECIMEN T WET DENSITY 3 ? VI DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A— B E C+ D UNIT CONE +UNIT G =E - F K _ G CONE .1667 - L= K_(I Do -, +N) Q= 0_(1001, +N) SM. RING .0143 .1810 R = (P -Q) + Q V = FACTOR x Q+ S LG. RING. .0302 .1969 REMARKS: Test Method Calif. 216 -F 140 120 L 110 1 6. METHOD A ❑ B (tI SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY //13 MOISTURE RC = % TENT. RC % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH J7✓/7�� �//1 _ BY RESIDENT ENGINEER (CITY ENGR.) I— MATERIALS ENGINEER F 3011 -83.2 RELATIVE COMPACTION (SC) REMARKS: Test Method Calif. 216 -F 140 120 L 110 1 6. METHOD A ❑ B (tI SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY //13 MOISTURE RC = % TENT. RC % SPECIFICATION: NL % ❑ BILLING WILL BE MADE AT END OF MONTH J7✓/7�� �//1 _ BY RESIDENT ENGINEER (CITY ENGR.) I— MATERIALS ENGINEER F 3011 -83.2 RELATIVE COMPACTION (SC) ❑Preliminor y� tests prior COUNTY OF ORANGE to award of contract. ROAD DEPARTMENT -71 Material Testing Section *-TEST NO. C— 1549 FIELD NO. RELATIVE COMPACTION CONT NO.OR Control tests on IW.O. OR P,O. - AHF PI materials actually entering into works. `oi • DATE REPTD. ,r_ /' If contract, use contract item PROJECT- f�'[f%DM5k ��`0�, AGENC � GAl RESIDENT ENGINEER (INSPECTOR) _-..K� CONTRACTOR SEND RE POE TO: CON 3� 0 ISIDE RUCTION "E"y �, MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION �>� ,real:. ?1°... 'r` RT LT OF (L STA REPRESENTING LIMITS , 1 TYPE MATERIAL Ne�A -DEPTH TO A pp BELOW FINISHED GRADE DATE 16 - '3�- ,�'o"�! TESTED BY: " ic[- 4="M-A Ai IN PLACE DENSITY Al _ INITIAL WT. TEST SAND _ 0 61 WT. SAND RETAINED �t C WT. SAND USED D TEST SANG DENSITY � , El FIVOLUME -'��- VOLUME SAND USED CONE + RING 1 - �LIZ �j �Z,. � G VOLUME TEST HOLE AM t 7 HIWT. I J EXC. SAMPLE + TARE TARE WEIGHT WET WT. EXC. SAMPLE A-.- '7 . K WET DENSITY IN PLACE 1 7, S L DRY DENSITY IN PLACE - I METHOD A MOISTURE SAMPLE FIELD WET WT. - _ LAB_ DRY 'WT MOLD NO. " MOIST M G,$ 2 SP. GR. ROCK 4 WET WT. ROCK INITIAL WT. SPECIMEN DRY WT. ROCK 2Q OC WET WT. - 1 DRY WT. - i WET WT. AT COMPACTION _ _I TOTAL DRY WT. Z3 T2. '7, ROCK CORR.MAX.DENSITY DRY WT. COMP. SPEC. REMARKS Test Method Calif. 216 -F 1 B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY I X33 MOISTURE VEx- RC =_ -Q % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • n 1 BY ' I ; sC-7 MATERIALS ENGINEER RESIDENT ENGINEER (CITY ENGR.) RELATIVE COMPACTION (SC) F 3011 -83.2 MAXIMUM DENSITY RATHOLE DATA MOLD NO. G S 1 G,$ 2 3 4 O INITIAL WT. SPECIMEN 2 b U 2Q OC P WET WT. AT COMPACTION _ _I Z40 U Z3 T2. Q DRY WT. COMP. SPEC. �_ I R % MOISTURE I=( t=t-10 -2 0 CONDITION OF MOLD___ "`pyF1L f 1.O S HT. COMPACTED SPECIMEN 10,71 T WET DENSITY I Z-8r7 I 2, VI DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E E C+ D UNIT CONE +UNIT G =E — F K =J =G CONE .1667 — L = K _ (100",;, +N) Q = 0 _ (1002. + N) SM. RING .014_3 .1810 R = (P —Q) ' Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS Test Method Calif. 216 -F 1 B- METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY I X33 MOISTURE VEx- RC =_ -Q % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • n 1 BY ' I ; sC-7 MATERIALS ENGINEER RESIDENT ENGINEER (CITY ENGR.) RELATIVE COMPACTION (SC) F 3011 -83.2 ❑ Preliminary tests prior to sword ,ent,oct. COUNTY OF ORANGE _ INITIAL WT. fE ­ST SAND WET WT. o ROAD DEPARTMENT 1 C D WT. SAND USED TEST SAND__DEN Si TY __— Material Testing Section TEST NO. C— 5498 I GI FIELD NO. WET WT. - i fYl Control rests on V� RELATIVE COMPACTION W OTOR P OROR AMF PI -- _ mate Nally TARE WEIGHT % ROCK K ng t entering into works. ! W r ' • DATE REPTD. T 11-2-71 • If contract, use contract item _ PROJECT ff e-d —., .��' ,�1 ,�{ q 'R <{.J f- 3..f' . AGENCY C /A-&7C 0020P-r- 6-A C- H RESIDENT ENGINEER (INSPECTOR) SAG 15— CONTRA TOR =NDUS7-,2tAC TUR OUTSIDE SEND REPO�TjTO: COrN�S TRUCTI ON ❑ AGENCY ® MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION ,O LI�K<'T' 6.4Z �e)oAT' RT LT OF(� STA REPRESENTING LIMITS T WET DENSITY I TYPE MATERIAL ka, DEPTH TO BELOW FINISHED GRADE DA T /G -z9 `7I TESTED BY: �, .�cK� 13(g.L 128-41 IN PLACE DENSITY A _ INITIAL WT. fE ­ST SAND WET WT. B WT. SAND RETAINED 3 C D WT. SAND USED TEST SAND__DEN Si TY __— SP. GR. ROCK E F VOLUME SAND USED VOLUME CONE + RING I GI VOLUME TEST HOLE WET WT. - i HIWT. EXC. SAMPLE I TARE WEIGHT % ROCK T WET WT. EXC. SAMPLE K L WET DENSITY IN PLACE DRY DENSITY IN PLACE % MOISTURE METHOD A MOISTURE SAMPLE FIELD LAB WET WT. 1 DRY" WT. 3 MOIST. LM .77 N SP. GR. ROCK WET WT. ROCK DRY WT. ROCK P WET WT. - i ti DRY WT. - u TOTAL DRY WT. Q % ROCK CORR.MAX.DENSITY REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) F 3011 -83.2 METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY �3�0 MOISTURE RC – % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 11" J-- MATERIALS ENGINEER RELATIVE COMPACTION (SC) MAXIMUM DENSITY RATHOLE DATA MOLD N0. 1 2 3 4 O INITIAL WT. SPECIMEN gyp& P WET WT. AT COMPACTION ti Q DRY WT. COMP. SPEC. R % MOISTURE (p _ CONDITION OF MOLD___ �• �pP %� _ S HT. COMPACTED SPECIMEN /6-:5 a T WET DENSITY I V DRY DENSITY 13(g.L 128-41 CONV. FACTOR 0.592 FACTOR x Q = 1412-,,:; 12 VOLUMES, C.F. C= A- B E= C+ D I UNIT CONE +UNIT G =E –F K = J +G CONE 1 .1667 – L =K +(100 % +N) Q =0. (100 1%, +N) SM. RING .0143 .1810 R = (P –Q) + Q V = FACTOR x Q . S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) F 3011 -83.2 METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY �3�0 MOISTURE RC – % TENT. RC = % SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 11" J-- MATERIALS ENGINEER RELATIVE COMPACTION (SC) , C -(33q CITY OF NEWPORT BEACH CALIFORNIA November 4, 1971 W. Lee Prichard, Vice President trAmtrial Turf, Inc. P.O. Box 2247 Laguna Itills, California 92653 Dear Lee: This Utter is to confirm our csmmrsatim ''p *a- City ?taa n al s cf us on Mboday afternoon, reptding the reloswU4a of *e'res%voft 6vlildi4 !s► " A "ii Fulls Park: We would like the contractor to give us a coat estimate for the following Items: 1. Construct a new slab in the relocation site in ac;cordence with a plan that aaa� by maze Graves of the Bea Recreation Departmant. anew sl would contain the utilities s out to a position two to five feat from the,existing slab. 2. Relocate the existing restrow building to the new slab. S. Amend the existing sprinkler system in the relocation site in acoc©r4ance with a plan prepared by Even Gram. 4. Camel the change order, number three, which sails for additional trees in the existing restsoom site. Exclude the new site and the old site from the final l�actica►s add i maintenaace p riods • ) _ ° : { S ,b - •� ` +s. • rh aecosdance with our conversation, the City agsies to, the 1o116M1tgt' ° 1. To provide water, serer and electrical utili'lies to the new site. This will be done sometime after the 90 -day naintenance period. 2. The City will demolish the existing site and cap any utilities where capping is necessary. a. 'fie City will repair the sprinkler system and the landscaping in the original site. 4. The City will be responsible for any phases of this program that must be dealt with by the Building Aepanment. We wish to express our appreciation for your consideration in this project and we kww you, too, are anxious to bring it to a final completion. .Y. We hope that you will amtime to work with us until this scatter is finally resolved. v0sy tsa y :ymmi % t CALVIN C. SiiRBA v Dir*Mr Parks, Beaches .8 Recreation Di"rtmaast ccS.h eC4 itobert v/M, City ftus w ens Flare+ Merrill, vim Pre I&Mt Donald L. Brass Co qwy cat an FMr y *:,t&lia tfoft O"Wrowt . ?I C-i33� October 29, 1971 Industrial Turf, Inc. P. O. Box 2247 Laguna Hills, California 92652 Subject: buffalo dills Park, Nase II (Contract 13M) Gentlemen: :,ttacbeu is a si:e'ci: siloong a proposed nesi location for the public restroQm currently under cons ruction at buffalo hills Park. The sketch is captioned "Kestroom Relocation, Buffalo Hills Park, vLase IF. dutLd October 15, 19-71 and was prepared by the city. You are reyuesteu to submit a proposal to relocate the building to tl,e location shown on the sketch and to complete the other iteitis of work shown on the sketch. If there are «ily questions, please call. Very �truully yours, C" " � Kenneth L. Perry Assistant City Engineer KLP /bg Att. 339 ADUSTRIAL -$�RF inc. P.O. Box 2247 / Laguna Hills, California 92653 / Phone: (71 October 29, 1971 City of Newport Beach City Hall 3300 Newport Boulevard Newport Beach, California 92660 Attention: Kenneth L. Perry � \� � n vn ._i5� _ Re: Construction of Buffalo Hills Park Phase II Contract 1339 Gentlemen: As per your request, we are confirming our bid for the Restroom relocation at the above job as per schematic drawing #1 dated 10 -15 -71 drawn by Evan Graves. Our bid includes moving exist- ing building, new utility lines, adding of new,concrete walk, irrigation and landscaping, demolition of old slab, capping of unused utility lines, necessary grade, etc. to restore existing building area to a new landscape area. Building at new location will confirm to original plans and specifications. Total bid price excluding unit price items of concrete, soil preparation and lawn and landscape items is $9,798.00. Note: the following items are to be made a part of our bid price. 1. Time limit extention to our contract of 30 days from notifi- cation to proceed with change order plus interim time that has been lost since notice to stop on building construction. 2. All permits, fees, plan checks, etc. for utility and build- ing to be paid for by the City of Newport Beach. 3. New 1 -1/2" water line to be PVC set 40 in lieu of type K copper. 4. Connection to new sewer stub out at point of connection inside of city walk in lieu of manhole in sheet. This was dis- cussed at job meeting October 12, 1971. INDUSTRIAL/ C O M M E R C I A L L A N D S C A P I N G A N D I R R I G A T I O N City of Newport Beach Mr. Kenneth L. Perry -2- October 29, 1971 5. Omit 90 calendar day maintenApce period for construction areas of old and new building site and areas affected. End of maintenance period for these areas will be at same time as balance of project. 6. New construction items which are covered by our contract unit price will be measured or counted and added to our bid price at existing unit price schedules. Respectfully submitted, I DU74" ALTURF, ANC. Je Lee Prichard Vice President LP:saa 4 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 2 PROJECT: BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 FOR PERIOD ENDING October 20, 1971 CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Grading $16,441.00 LS 95% $ 15,618.95 2. Irrigation System 34,000.00 LS 90% 30,600.00 3. Lawn 0.073 /SF 25,400 SF 1,854.20 4. P.C.C. Sidewalk 0.64 /SF 47,000 SF 30;080.00 5. Basketball Court 0.47 /SF 6. Mow Strip 1.00 /LF 2,500 LF 2,500.00 7. 6" wide Curb 2.20 /LF 300 LF 660.00 8. 2' Wide Wall 9.70 /LF 50 LF 485.00 9. P.C.C. Steps 3.25/LF 37 LF 120.25 10. 12" C.B. 75.00 EA 11. 8" C.B. 50.00 EA 12. 4" C.I.P. 3.50 /LF 18 LF 63.00 13. 4" A.C.P. 2.50 /LF 74 LF 185.00 14. 4" Perf. A.C.P. 2.50 /LF 15. Drinking Fountain 615.00 EA 2 - -90% 1,107.00 16. Chinner 114.00 EA 17. Climbing Net 395.00 EA 18. Picnic Table 120.00 EA 19. Basketball Backstop 340.00 EA 2 EA 680.00 20. Beach Sand 6.00 /CY 21. Railroad Tie Wall 27.00 /LF 67 LF 1,809.00 22. Variable Length Poles 15.00 EA 76 EA 1,140.00 23. Restroom Building 13,500.00 L.S. 60% 8,100.00 4 Zoysia 0.27 SF CITftNEWPORT BEACH - PUBLIC WORKSftRTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 2 FOR PERIOD ENDING October 20, 1971 PROJECT BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 25. 15 Gal. Cupaniopsis 35.00 EA 26. 15 Gal. Pittosporum 36.00 EA 27. 5 Gal. EUc. Cit. 9.25 EA 28. 5 Gal. Bougainvillea 6.75 EA 29. 1 Gal. Parthenocissus 4.00 EA 30. Maintenance 5,000.00 LS $95,002.40 Original Contract Extras to Date Contract to Date Amount Earned Less,)" Retention Less Previous Payments Amount Due this Request 144,541.31 95,002.40 , 7,227. 57,,-,, 24,663.33- 63 ,111.50 I hereby certify that the above a; SIGNED Field ERdineer Send payment to: o✓ 11-2-?l }%=- 401 / � ; %Industrial Turf PV 0. Box 2247 W :�, aguna Hills, California 92653 #Ed .v §:Pa correct. , ,JNDUSTRIAL TURF, :ING. BY`� _ L; ntrapto U� ✓/" CITY OF NEWPORT BEACH MEMORANDUM: Flom Administrative Assistant to the City Manager GENERAL SERVICES DIRECTOR Tp PARKS, BEACHES & RECREATION DIRECTOR October 13 71 ............_....... . FINANCE DIRECTOR PUBLIC WORKS DIRECTOR V/ At the meeting last evening, touncil approved the request of the Upper Harbor View Homes Association to relocate the public restroom facility from its present location to the upper right -hand corner of the pool area. The limit set by Council for this relocation was $3500 which would come from the Building Excise Tax Fund. Further, Council requested that the staff work with the Bren Company to see if they can contribute to this project. Reply wanted 0 Reply not necessary 0 Mt A sy.:.... JudY.... Ke1.seY._.._.._.._............. i .• / �I -1 a I 'tioul d !L—:D abm� a UAR10 wastronn A apw of tW Vz; ) WAt by ft W-Ad A ran Mparativa. it W to W MCA within ton feet A a proyaka wKwana A tto foot 02 AM WOW Ram Even ?cugh tlnzvE.- t into too plumannnt OX thu Sallity X th1r'-; th:) Q'I is U-Jzy It 3.0 !-;r that thn xacility Chould be locat3j c�,t qf tho S----La clv,';, conawhat in the ti:_it J.'u 11as lc-aZ.it3d in liha.:"!) 10 L"Y roa:o''(; So:, this mqueat carp w 9011V=2 10 1 Awl a PULAC rest row Spnilily LOW ANAMY hn Evc3n r'�"—Laty t:) any P:Pirvato 'Z ol-don';oo TAS one 10 vo-qY Clow to ion, private OWSManwe2 and X "A R0 cth::a.) 11M, fool t00% it is C10301 Q �-;f C, facility is 10000 out fln t!:e ca p::-n crca it cf.ton'-1 m') vy:Dvo sansibilitiese 20 In Lq agivionp tho Wation of this AWAY CaNd yrownt a Met Wroat -to V-'-, Qafc"t. of YC-.-- T�j 'ry rsa n that the lacatloa tan chocia 003 to put it in an OWNUAVU £. 0% In dloinS lb'�Jz tho facility is an0natinnVy ans-"- Eurvaillmone t11z;t �'S i',i c-a (,�ioa cat�oi. It vill ba parviuMml-Ir danprow aftax, 0ho•n Uv; boon placud CrOUS NO L-11 2113 -L;U-Ad it--:*d -iould to Ono wwwArmle outWOVIT, to cons in to the wen and you T':Suld nave a 6WHAto anatinnal C0 phy.'A.cA t-'npon":i :o Lnj cll>*'LtiXan by, 1 Co -'AE';' to thall 01 wont Q3 cmtrma traynoy C0024 Op but 1 thln� M of p.7'i-t h0vo read wono! nwUnDlyers to 1-norj Y am rWVrSncQ* on n.:?t 1000015 E p 1 1971 .....:. .........y {..:.,..,..,......._. CaNwhey 15P 1271 Di'cdnz G a I rV': e ni -1 a I 'tioul d !L—:D abm� a UAR10 wastronn A apw of tW Vz; ) WAt by ft W-Ad A ran Mparativa. it W to W MCA within ton feet A a proyaka wKwana A tto foot 02 AM WOW Ram Even ?cugh tlnzvE.- t into too plumannnt OX thu Sallity X th1r'-; th:) Q'I is U-Jzy It 3.0 !-;r that thn xacility Chould be locat3j c�,t qf tho S----La clv,';, conawhat in the ti:_it J.'u 11as lc-aZ.it3d in liha.:"!) 10 L"Y roa:o''(; So:, this mqueat carp w 9011V=2 10 1 Awl a PULAC rest row Spnilily LOW ANAMY hn Evc3n r'�"—Laty t:) any P:Pirvato 'Z ol-don';oo TAS one 10 vo-qY Clow to ion, private OWSManwe2 and X "A R0 cth::a.) 11M, fool t00% it is C10301 Q �-;f C, facility is 10000 out fln t!:e ca p::-n crca it cf.ton'-1 m') vy:Dvo sansibilitiese 20 In Lq agivionp tho Wation of this AWAY CaNd yrownt a Met Wroat -to V-'-, Qafc"t. of YC-.-- T�j 'ry rsa n that the lacatloa tan chocia 003 to put it in an OWNUAVU £. 0% In dloinS lb'�Jz tho facility is an0natinnVy ans-"- Eurvaillmone t11z;t �'S i',i c-a (,�ioa cat�oi. It vill ba parviuMml-Ir danprow aftax, 0ho•n Uv; boon placud CrOUS NO L-11 2113 -L;U-Ad it--:*d -iould to Ono wwwArmle outWOVIT, to cons in to the wen and you T':Suld nave a 6WHAto anatinnal C0 phy.'A.cA t-'npon":i :o Lnj cll>*'LtiXan by, 1 Co -'AE';' to thall 01 wont Q3 cmtrma traynoy C0024 Op but 1 thln� M of p.7'i-t h0vo read wono! nwUnDlyers to 1-norj Y am rWVrSncQ* on n.:?t 1000015 oil On acod Avactiono A cvvrWcnII3 6CAVICyl iss I t, t•n MY Q -, - ,-..,.._.:,J Los facilly-I SQU211 CJ Io, to,V.Q ,2;'aa czil Lixo 030.) ca•alo-na, ma tin CI VA to thlo C:x:-yZzzlazp UMCOW010 yyl 0 st, w.an Cos 2."r. C:1�7.ey. 2633 Ca, COO council 3313 1935 Part Edward Neyport Washp NO 60-5275 ­X11 INDUSTRIAL -rPURF inc. P.O. Box 2247 / Laguna Hills, California 92653 / Phone: (714) 837.1231 October 1 �95rY City of Newport Beach City Hall Lo 3300 Newport Boulevard '� \ Newport Beach, California 92660 Attention: Kenneth L. Perry Re: Construction of Buffalo Hills Park Phase II Contract 1339 Gentlemen: We are writing this letter regarding the concrete construc- tion on the above project. Item #6 in the bid forms and contract calls for 7736 Lin. Ft. of concrete mow strips. Due to an error by somebody this quantity has been reduced approximately 65% to roughly plus or minus 2700 Lin. Ft. In bidding this job, our concrete subcontractor, Robert E. Lars@n Concrete Construction Company, based his bid on Item #6 on a large quantity item only to find out after the job was awarded that the quantity had been reduced by about 65 %. We are enclosing a copy of his letter which we feel is more than fair to everyone and justifies asking for an increase on the bid item. We do hereby request that the bid Item #6 unit price of $1.00 per Lin. Ft. be increased in the amount of $.20 per Lin. Ft. to make a total bid Item unit of $1.20 per Lin. Ft. This increase will help our subcontractor regain some of his costs that will be incurred in doing the reduced quantity of mow strip lineal footage. Your immediate attention to this matter will be greatly appreciated. Respectfully submitted, II)IDUST�2IAL TURF INC. �7` (�el�lhardK '� Lee Vice Presid ent cc: Robert E. Larson Concrete Construction Courtland Paul /Arthur Beggs & Associates No. 5625 Sold To Shipped Address of 7A.. DATE 4PSTOMER S ORDER SALESMAN TERMS F. O. B. VIA 17 4; J Zv X. 7H 736 R.difp,. Fr\,, f no, P C, Fi=- e�j�6F Ni 33bD 1V" NF , Pvlj_ FROM C- W q INI *TRIAL TURF; INC. 7 �/C / P. . BOX 2247 ' ( Y �G LAGUNA LI�GUNA HILLS, CALIF. 92653 i SUBJECT �u Af�J ►T( �j5 ' ICI GL l� !" /�d}S % + u 3 % SATE MESSAe.E �� p.�G 5p�- Fidr- LIE1l`� Fi�or� A. Ucil'sZk+ U�A'��- M 5t-NJ i, /q l D w A- 06(4 Su hwN% 2 9"&a(4, N Speur*t e, tr]N CAt-L 2 j 1 wp-T� me7 - b- 19" vi Ad h7 �S ,yo (4/� L iw l�s MRS wrL�- RESILr pe 4e,/ <i 1� ©p lx 101 -7 � Cq��FdFgCy SIGNED Rldif rin • 45 471 SEND PARTS I AND 3 WITH CARBON INTACT - PART 3 WILL BE RETURNED WITH REPLY VaJ DATE E) IMMEDIATE REPLY PLEASE 0 NOTE ENCLOSURES 0'REPIIW LATER THAN TO Industrial Turf Inc. _P. 6. Box 2247 Laguna Hills, Calif 92653 Attn; Lee Prhtchard R F_ VET'-fT - u 197f' I A. DEUTSCH & CO. 10317 WHITTIER BLVD. WHITTIER, CALIFORNIA 90606 692 -0231 OR 723 -8275 Water Service Fee Buffalo Hills Park. SUBJECT L J DATE 1/ 10 -1 -71 on September 80 we Paid $350.00 to the City of fe'a w15ort Beach for Water Service and Me n ticket 278. Its a mystery to me why we must pay a connection fee and a meter fee when the owner is the City of Newport Beach-- - anyway, today we received a check from the city entitled: "Refund portion of water meter connection charge" in the amount of $170.00. Are we to assume that in effect they are only charging us $180.00 for the connection fee - --- -and really, is this right that we are paying the city to connect their water lines to their water meter???? us. SENT DATE Send whir. and pink copra w06 urban INam. Pmk copy i, r -wr..d weh revH ANSWERED BY form 9PK -1 O Booine.. Envelope Mfrs. Inc. Pearl River, New Yerk - Melrooe P.A, M. Paul /Arthur Beggs &Ass • Associa ciates "2 Landscape ArcAitecture /Planning 359 South Rosemead Boulevard Pasadena, California 91107 Telephone 213:793 -7181 3800 East Coast Avenue Corona del Mar,California 92625 Telephone 714'.673 -8761 ❑o October 7, 1971 City of Newport Beach 3300 Newport Boulevard Newport Beach, California Attention: Mr. Ken Perry Re: Buffalo Hills Park Phase II Dear Mr. Perry: Enclosed is a letter requesting a change from seeded to hydromulched lawn by the contractor. We see no objection to making this change since the contractor feels a better stand of grass may result. Please call if you should have any questions regarding this matter. Sincerely, Shin ' akagawa Landscape Architect SN:nh C r, / °� v a p ,lam Co r �\ R` U J MDUSTRIAL =tURF inc. P.O. Box 2247 / Laguna Hills, California 92653 / Phone: (714) 837 -1231 October 5, 1971 City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Attention: Mr. Kenneth L. Perry Regarding: Buffalo Hills Park, Phase 11 Contract No. 1339 -- Project No. M 469 Gentlemen: In regard to the seeding of the Buffalo Hills Park, Phase 11, we wish to make the following recommendations for an alternate method. Because of the present time of year we have lost the best germinating season for grasses. Also, due to our experience in Phase I of the Park with slow germinating, heavy erosion from watering, and the type of seed mexture specified, we feel that a hydro-mulch application of seed would eliminate some of these problems. Thusly the City would be provided with a far better stand of grass at the end of our maintenance period. Ck p 6P All items of the Specification will be followed. J l p hydro -mulch application of seed APA using 1,500 pounds of Silva Fibre per acre; and deletion only of top dress mulch as indicated in the Specifications. The change in seeding operation is a request that we feel is necessary because of the time of year, and although we will be spending an additional $500.00 for this type of seeding we feel that at the end of our maintenance period we will be able to turn over the turf area that the City of Newport Beach is expecting. We propose all the above changes at no additional cost to the City. Sincerely, INDUSTRIAL TURF- I V Wendell L. Prichard Vice President - -,r WIPaIh —% d�' - -- -- -- iHe`s si I N D U S T R I A L / C O M M E R C I A L LA N D S C A P I N G A N D I R R I G A T I O N CAL ; _RNIA PRELIMINARY. N -1_ Section '1193, Code of Civil' Proce u nd Section 4210, Government Code YOUR ATTENTION IS DIRECTED TOrSECLION 1193(c) FORNIA CODE 1bF. CIVIL PROCEDURE WHICH REQUIRES US TO NOTIFY YOU "THAT IF BILLS ARE NOT PAID IN FULUR01 LABOR, SERVICES, EQUIPMENT OR MATERIAj h RjISHED, -- OR TO BE FURNISHED, THE IMPROVED PROPERTY (WHICH IS DESCRTIllED-HEREON) MAY BESUBJECT TO MECHANICS.`LItS ". (THIS - STATEMENT IS APPLICABLE TO PRIVATE WORK ONLY.) TO: -� OWNER OR {'.I{.$i Newport BC ::Ch REPUTED OWNER 1JeP1;Z :Yi21 3G works OR PYBLIC 3300 �rirport Blvd. AGENCY °iew ort Beam Calif. lawn ua garden sgrin';ler i'r d • ; -tion saipimn o1 labor, Services. Equipment or Materials Furnished or to be Fm. YOU ARE HEREBY NOTIFIED THAT THE UNDER - SIGNED HAS FURNISHED OR WILL FURNISH: IL teri+ l ; n+ c: ui,ment __)., FOLD n0AWL FOR THE BUILDING, STRUCTURE OR OTHER WORK OF IMPROVEMENT LOCATED AT: BaMlo FLaneh Park -- ;h.se Il Newport leech, Californi.." (Address or Description of the Jobsile Sufficient for Idernificotlon) THE NAME AND ADDRESS OF THE PERSON WHO CONTRACTED FOR THE PURCHASE OF SUCH LABOR, SERVICES, EQUIPMENT OR MATERIAL IS: __ a TO: F ORIGINAL CONTRACTOR OR REPUTED CONTRACTOR --)* FOLD or Lftz:A TO: F CONSTRUCTION LENDER OR REPUTED CONSTRUCTION LENDER L i ` Induati`i�l Turf P.O. 2247 liiguta Hill,, C:lif. 92653 -1 or DATED September 30, 1971 I'ECEIVED C. !IT .i 197: CITY OF r0iPORT BU-A CALIF: � NOTICE TO COI`TSi &LJCTIbN'Sil<DER ONLY: Estimated total price of the labor, services, equip- ment or materials described hereon: $� —; NOTICE to Own *r Reputed Owner, to the Originalwractor and to Construction Lender (if any) in accordance with: ❑ (Private—:Work of Construction) section 3097 of the California Civil Code; ❑ ( Public Work of Construction) section 3098 of the California Civil Code,, TO: City of Newport Bead _ (Name of owner, reputed owner or public agency) Address: 3300 Newport Blvd„ Newport Beach (Address as shown on budding permit; If not shown, address of job site) AND TO: J A Deutsch & Co. (Name of original contractor) Address: 10317 W. Whittier B1vd.,Whittier 90606 (Address of original contractor; If unknown, address of job site) AND TO: Purchaser advises that no lender is involved. (Name of construction lender if any) Address: (Address of construction lender; If unknown, address of job site) Livingston-Graham Inc. 5500 NO. PECK RD. You are hereby notified that EL MONTE. CALIF. 91732 (Name of person or firm furnishing labor, service, material or equipment) located at (Address of person or firm furnishing labor, service, materials or equipment) has /will furnish(ed) labor, service, materials or equipment of the following general description Ready mix concrete with the estimated total value of $ (Construction lenders copy only) for the building, structure or other work of improvement located at 1927 Port Edwards, Newp. Bch. The name of the person who contracted for the purchase of such labor, service, materials or equipment is J A Deutsch 7 Co. Livingston -hra am Inc. 5500 NO. PECK RD. EL MONTE, CALIF. 91732 Dated 9/20/71 By (Data delivered or mailed) NOTICE TO PAYOR: "Under the Mechanics' Lien Law (Section 7018, California Business and Profes- sion Code) any contractor, subcontractor, laborer, supplier or other person who helps to improve your property but is not paid for his work or supplies, has a right to enforce a claim against your property. This means that, after a court hearing, your property could be sold by a court officer and the proceeds of the sale used to satisfy the indebtedness. This can happen even if you have paid your own con- tractor in full, if the subcontractor, laborer, or supplier remains unpaid." See Pink Sheef of back of this pad for Instructions in the use of this farm. l CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. I PROJECT: BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 --- 1?) l;. FOR PERIOD ENDING- m r 20 1971 CONTRACT NO. 1339 t ITEM NO. CONTRACT ITEM CONTiCT PRICE- PERCENT -- "COMPLETE AMOUNT EARNED 1. Grading $16,441.00 LS 90% 14,796.90 2. Irrigation System 34,000.00 LS 15% 5,100.00 3. Lawn 0.073 /SF 4. P.C.C. Sidewalk 0.64 /SF 9,620 SF 6,156.80 5. Basketball Court 0.47 /SF 6. Mow Strip 1.00 /LF 7. 6" wide Curb 2.20 /LF 8. 2` Wide Wall 9.70 /LF 9. P.C.C. Steps 3.25/LF 10. 12" C.B. 75.00 EA 11. 8" C.B. 50.00 EA 12. 4" C.I.P. 3.50 /LF 13. 4" A.C.P. 2.50 /LF 14. 4" Perf. A.C.P. 2.50 /LF 15. Drinking Fountain 615.00 EA 16. Chinner 114.00 EA 17. Climbing Net 395.00 EA 18. Picnic Table 120:00 EA 19. Basketball Backstop 340.00 EA 20. Beach Sand 6.00 /CY 21. Railroad Tie Wall 27.00 /LF 22. Variable Length Poles 15.00 EA 23. Restroom Building 13,500.00 L.S. 10% 1,350.00 Zoysia 0.27 SF CITY OftPORT BEACH - PUBLIC WORKS DAMENT 10/70 PROGRESS PAYMENT REQUEST NO. I FOR PERIOD ENDING September 20, 1971 PROJECT BUFFALO HILLS PARK, PHASE II BUDGET NO. 27- 7797 -028 CONTRACT NO. 1339 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 25. 15 Gal. Cupaniopsis 35.00 EA 26. 15 Gal. Pittosporum 36.00 EA 27. 5 Gal. Euc. Cit. 9.25 EA 28. 5 Gal. Bougainvillea 6.75 EA 29. 1 Gal. Parthenocissus 4.00 EA 30. Maintenance 5,000.00 LS $ 27,403.70 Original Contract 144.541.31 Extras to Date Contract to Date D Send payment to: �/ 9 -2� Amount Earned 27,403.70 Industrial Turf Less 10% Retention 2,740.37 (/� P. 0. Box 2247 Less Previous Payments - Laguna Hills, California 92653 Amount Due this Request 24,663.33 , I hereby certify that the above amounts and values are correct. SIGNED SIGNE UNDUSTRIAL TURF, INC. Field Ey4lneer an ra or n v B 'I :.i•� IVUSTRIAL- F P.O. Box 2247 / Laguna Hills, California 92653 / Phone: (714) 837.1231 September 8, 1971 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California Attn: Kenneth L. Perry Gentlemen: C' -133q inc. Re: Construction of Buffalo Hills Park Phase 11 Contract #1339. We request that the amount of $300.00 that was paid by our sub- contractor J. A. Deutsch for the County Sanitation District Fee he refunded to them. This fee is to be paid for by the City of Newport Beach as per section 10 of the Special Provisions. Please make the check payable to: J. A. Deutsch & Company 10317 West Whitter Blvd. Whitter, California Respectfully Submitted; Z D USTRIAL TURF, INC. Pric and Vice - President Courtland Paul /Arthur Beggs &Associates C ^ Landscape Architecture/Planning 359 South Rosemead Boulevard Pasadena,Calitornia 91107 Telephone 213:793 -7181 3800 East Coast Avenue Corona del Mar,Calitornia 92625 Telephone 714:673 -8761 August 26, 1971 Mr. Richard Bemol Industrial Turf Box 2247 Laguna Hills, California Dear Mr. Bemol: Enclosed is Change Order No. 1 for Buffalo Hills Park, You should submit an estimate of cost to Mr. Harry Merrill of the ® Donald L. Bren Company and upon their written authorization, you are instructed to proceed. Sincerely, Cal Olson Landscape Architect COO:nlh cc: Mr. Harry Merrill fit 6^ 7'8 F Courtland Paul /Arthur Beggs • & Associates Lands r' liVhitecture /Planning ._ 1 359 South Rosemead Boulevard Pasadena, California 91107 Telephone 213:793 -7181 3800 East Coast Avenue Corona del Mar,California 92625 Telephone 714:673 -8761 August 13, 1971 City of Newport Beach; 3330 Newport Boulevard Newport Beach, California . ■ Attention: Mr. Ken Perry ■ Dear Mr. Perry: hi answer to your inquiry about a substitution for the drinking fountain at Buffalo Hills Park Phase II, we have found that the "Pedestal Mounted" drinking fountain manufactured by Western Drinking Fountains, Inc. is identical to the Haws drinking fountain. Enclosed is a copy of their specifications. Please feel free to call if there are any further questions. Sincerely yours, DENNIS ANDERSON Landscape Architect DA /sh Enclosure P� AUGln1971� CITY of 'QV✓VORT BEACN, f 'AUr. .1 _ t PEDESTAL MOUNTED I7)esir ;nod for heauty —desi ned to last. This pedestal mounted, sin ;y(c bubbler drinkin fountain is lust the answer for your exterior drinking fountain in entr. nce ways, court yards, and recreation areas. Vandal proof bubhlcr and receptor u) withstand tho most dcicnnuu:d vandal. Made from pre cast concrete to vnlhMUi ul weather conditions or the hardest use. Pedestal: ''Vihracast' precast stone with galvanized welded steel rr :m(nrt.in }; cogs;. Receptor 20 Err.ugo stainless steel —satin finish. Bubbler: Weslem s Model "S" anti squirt head —satin chrome plated — locked to receptor. Valve: Two types: 1. Self closing cross arm valve rype. 2. Fush button. patented Model TV 10001 valve (cross_ arm type vnll be furnished if not s}ieafierl). Stream Control: Autornn,ti :: pressure volume control. Waste: Crisf brass stainer with vandal proof lock nut. Concealed struner In bowl holder to p,,;vent of waste line. lt, FIP ouflet— special bowl clamp when usme plastic pipe. (Specify.) Supply: I l screwrinvnr stop :nth inlet •vale! stainer. Mounting: Surface mounted :vilh nwuntmg bolts or unit can be. huried 0' in cuncrefe tied. (Specify.) Shipping Weight: 193 Ibs_ ::ppro;. Options: Ireo:e proof mils ,rrnlable. Snerial criers (ce,.'.ea znd PEDESTAL COLOR AND FINISH INFORMATION: Firish Stond.ird finish is tight or heavy sandblast lSpe =,'y A. I i;•,lit snndbfnsl slightly revpals the a. grEa2[P Hca sa,nrfblai.J nvpnses Ihn ag:reearc. J COLORS: SC:ndord is nauiral cement color with aepreeate exposed. Stieual r,olo(s and aggregates can be provided nn siihmittd of samples or complete description from ;:, r,h ilnr i ,r ;gmdur }; color of cement and color and size (if dosit'id, !v, ii .iwr .i i„ (jinn,.( m Anv nrar /1 PEDESTAL HEIGHT ". 30 AT Surface mounted / \\ height from ground 36 6", 30 ", or r 24" may be ordered with 6" bury in concrete pad. Specify 36" plus 6" bury, 30" plus 6" bury, or 24" plus 6" bury. ii P.WE,STIL HEIGHT INFORMATION: Surface mounted height from ground 36", 30", or 24" may be ordered with 6" bury in,concrete pad. Specify 36" plus 6" bury, 30" plus 6' - ­Cury. or 24" plus 6" bury. 12 57 II � r_n ARCHITECTURAL SPECIFICATIONS: Western Model 30 in pre-cast stone—vandal proofed—valve to be (see valves). Height 36" surface mounted—standard color with heavy sandblast finish. u 7-� C) M C AIZ F-A M " JIGHING-111 011AENPIMIS f,! f VrP. PLUS Oil UM!; z-i WASTE It" IPS IN CENTER OF FOUNTAIN ISLARVA'r—C MOLASrMNG 2 120'A'PA'R7 ON 10 3- " 8 BOLT CrPC.LL 'DIA. WESTERN DRINKING FOUNTAINS, INC. A subsidiary of Sunroc Corporation 14487 GRIFFITH STREET - SAN LEANDRO, CALIFORNIA 94577 Fj CERTIFICATE OF INSURANCE RECEj FCBE6 ~efJRCI {d AU_ -( d 1971 ClT OF NE1yCALj B�Ch, ` Form 4244 -H 35M 12 -69 This is to Certify, that policies in the norne of - NAMED INDUSTRIAL TURF INC: INSURED P.O. BOX 2247 and ADDRESS LAGUNA HILLS, CALIF; L_ J ore in force at the date hereof, as follows:'" THIS CERTIFICATE OF I � C-ET7 ITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN. KIND OF POLICY POLICY LIMITS OF LIABILITY BODILY INJURY PROPERTY DAMAGE INSURANCE. NUMBER PERIOD Provided by Workmen's WORKMEN'S Eff. Compensation law -State of NIL COMPENSATION Exp. COMPREHENSIVE GENERAL Eff. 1- 14 -71 250 000 Each person $ 250 000 Each occurrence LIABILITY 30GLA 3606 3 Exp. I -14 -72 5OO ,000 Each occurrence S 5I- ,000 Aggregate OO EXCL. PRODUCTS ❑COMPLE ED OPERATIONS 000 Aggregate MANUFACTURERS' AND Eff. :: $ ,000 Each person $ ,000 Each occurrence CONTRACTORS' LIABILITY Exp. g ,000 Each occurrence S ,000 Aggregate OWNERS', LANDLORDS' Eff. $ ,000 Each person $ ,000 Eochoccurrence AND TENANTS' LIABILITY Exp. g ,000 Each occurrence $ ,000 Aggregate CONTRACTUAL Eft - 14- 71 $ t�fO 000 Each person S 250 000 Each occurrence LIABILITY 30GLA 36063 E �, _ $ ,000 Each occurrence $500 ,000 Aggregate AUTOMOBILE LIABILITY ® Owned AVlomobiles 30GLA 36063 Eff, I -14 -71 $ 250 ,000 Each person $250 ,000 Each accident IN Hired Automobiles Exp.l - 1 4 -72 $ 500 ,000 Each accident ® Non Owned Aalomobiles PHYSICAL DAMAGE: - ❑ COMPREHENSIVE Eff. ACV or $ Less $ DEDUCTIBLE ❑ COLLISION Exp. ACV or $ Less$ DEDUCTIBLE ❑ ACV or $ Less $ DEDUCTIBLE OTHER: Eff., Exp. oeeRan'ef Operations Description of Operations or Automobiles to which the policy applies CONSTRUCTION OF BUFFALO HILLS,PARK ALL OPERATIONS OF THE NAMED INSURED RASE II- CONTRACT NO. 1339 In the event of any material change in, or cancellation of, said policies, the undersigned company will endeo-+er to give written notice to the party to whom this certificate is Issued, brcn"arer to -gne Fueh- rre,tice cite l�i+npose rsoobligafien- `n�lie6ilitrWer^IFIeKernperry� Dated: CERTIFICATE ISSUED TO: NATIONAL AUTOMOBILE AND CASUALTY INSURANCE CO.. rCITY OF NEWPORT BEACH NAME CITY HALL - '-------- "r " - -" �1116 - - J ---AUTH REPRESENTATIVE �� ADDRESS 3300 We NEWPORT BLVD. /„ LNEWPORT BEACH, CALIF. J CITY OF NEWPORT BEACH CALIFORNIA quw City Hall 3300 Newport Blvd. (714) 673 -2110 August 30, 1971 Industrial Turf, Inc. Post Office Box 2247 Laguna Hills, California 92653 Attention: Mr. Lee Prichard Subject: Buffalo Hills Park, Phase II Contract 1339 Gentlemen: Please consider this letter a notice to proceed on construction of Phase II of the Buffalo Hills Park. As provided in Section 6 -1 of the Standard Specifications, the con- tract time commences with issuance of this letter. The construction phase must be completed within 90 calendar days from August 10, 1971. This letter confirms a verbal agreement reached at a pre- construction conference held at the City Hall at 9:OO P.M. on August 3, 1971. Very truly yours, Kenneth L. Perry Assistant City Engineer KLP /bg cc: Field Engineer P.B. & R. Department Bren Company Courtland Paul and Associates Courtland Paul /Arthur Beggs & Associates Landscape Architecture /Planning 359 South Rosemead Boulevard Pasadena, California 91107 Telephone 213:79 37181 3600 East Coast Avenue Corona del Mar,Californfa 92625 Telephone 714:673.8761 ADDENDA No. 3 ISSUED: Tune 15, 1971 This Addendum is applicable to work designated herein and shall be under- stood to be an Addendum, and as such shall be part of and included in the Contract. TO ALL BIDDERS FOR FURNISHING ALL LABOR AND MATERIALS NECESSARY AND REQUIRED FOR: Company's Name: City of Newport Reach Reference: Special Provisions Page SP 2 of 19, Section XII, Bid Items of Work *;:, n. yf- 1. Grading - Omit the sentence under this heading t�`�♦ • '� r•, -(Bagins The site has :.. ") and insert in its place the following sentence: r "Existing grades are indicated on the plans; the contractor shall include in his bid all grading required to establish the finish grade as shown on the grading plans, " LANDSCAPE ARCHITECT of ` Al - i 1 ' cc: Cal Stewart Ken Perry Harry Merrill Courtland Paul /Arthur Beggs - &Associates Landsca Arch tecture /Planning 359 South Rosemead Boulevard Pasadena,California 91107 Telephone 213:793 -7181 3800 East Coast Avenue - Corona del Mar,California 92625 Telephone 714:673 -8761 MIMI ADDENDA No. 1 ISSUED: June 10, 1971 I This Addendum is applicable to work designated herein and shall be under- stood to be an Addendum, and as such shall be part of and included in the Contract. TO ALL BIDDERS FOR FURNISHING ALL LABOR AND MATERIALS NECESSARY AND REQUIRED FOR.: Name: City of Newport Beach Address: 3300 Newport Blvd, Newport Beach, California Job Name: Buffalo Hills Park, Phase II 1. Prior to installation of planting, all areas shall receive twelve (12) sprinkler irrigations of 1" of water at each application. 2. All seeded areas shall be mulched using one (1) cubic yard of redwood shavings in lieu of steer manure per 1,000 square feet following seeding operation. 3. Zoysia matrella shall be 2" x 2" plugs planted 8" on center. 4. All telephone poles shall be clear treated per Koppers Company, Inc„ 210 South Avalon Boulevard, Wilmington, California or equal.. By '`,`w 2 LANDSCAPE ARCHITECT Courtland Paul /Arthur Beggs -& Associates Lands4e ArchRecture /Planning 359 South Rosemead Boulevard Pasadena,California 91107 Telephone 213:793 -7181 3800 East Coast Avenue Corona del Mar,California 92625 Telephone 714:673 -8761 ADDENDA No. 2 ISSUED: June 4 1971 This Addendum is applicable to work designated herein and shall be under- stood to be an Addendum, and as such shall be part of and included in the Contract. 0 TO ALL BIDDERS FOR FURNISHING ALL LABOR AND MATERIALS NECESSARY AND REQUIRED FOR: Company's Name: City of Newport Beach Address: 330n Newport Beach Boulevard - Newport Reach Ca- lob FBName: Ruffalo Hills PPrk - P rose IT (#50300) 1. All drainlines except those between the property line and curb easement shall be Orangeburg in lieu of A. C. P. 2. The irrigation pump required on.plan will be Pacific Pumping Company pump #1270 -5, 3/4 h, p, single phase. This pump will be capable of producing 70 g. p. m. ' at 30 head feet. By 454, a. /C GL a&.V .,/ LANDSCAPE ARCHITECT cc: Cal Stewart Ken Perry Harry Merrill DONALD L. BREN COMPANY* 15233 VENTURA BOULEVARD / SHERMAN OAKS, CALIFORNIA 91403 / (213)783.5950 May 27, 1971 Mr. Cal Stewart, Director Department of Parks, Beaches & Recreation CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92660 Re: Buffalo Hills Park - Phase II Dear Cal: Enclosed herewith you will find two Easements recently granted to the Pacific Telephone and Telegraph Company which indicate the locations of their underground services within Phase II of the Park. You may wish to pass this on to your Public Works Department in order that they can put the ultimate contractor on notice. Yours very truly, j Har 0. Merrill' Vice President HOM:cf Enc. CC: Les Morrow C CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening June 22, 10: Am PROJECT Construction of Buffalo HIlls Working Daysfrom notice to C Deposit Require 8.50 zPnondproceed Park, Phase II, C -1339 Engineer's Estimate cat $132,560 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS 3 Walcar Industries, Inc. P.O.Box 417 - Baldwin Park 91706 443 -8158 of e P IZA yj 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening June 22, 10: AM PROJECT CONSTRUCTION OF BUFFALO HILLS PARr4orking Days to Deposit Require 9.50 2nd set- proceed Phase II. C -1339 Engineer's Estimate X132.560 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS OlnEC.A LA�jptCAP6 CoMPA,�I.! crc tl� /71 (L,4 6a1 • E6" G62 542 -442 SA ,— A ARIA CAL, PQ Q.nLi A 9 G7 1 STVTi2•r C- CvMA..�NGS Ca��r -.�sc a�.�F. gZ3� -o '195 -t 1,33 (,•. �i- 1 i ` %739 ��Sv y 3 lei Pof Z 71, MOULDER BROS CONTRACTORS yV P.O. BOX 3306 213 245 -77 5 e %l7ctiL �? P9 Ca 3S / 'J \ a -7 - Plan Room, Inc. 1417 Georgia / do0or /d75z Coec..us Z?4Al; 9% 49%ooevo -71 slf- vc -mil f, 2vl Coa�sT� �p6 -4Co �b 2 � q Z w. OvL�,cxc °7r•r a /CP[= 9 Z� 3 o�A-�� <.�. (%%(�_ 3 oL -P- aN- �Q %J1 sw�c 9/ Ca 1,3 Y& I ,($ 1NID N.5 n,QL �KRF Ra. (fo-r XsY7 �p /, -• 8.3 �• %73/ � — fi°"�.�R.< —�-�.Q �t2 33o Lvc.¢.�cr ?sl fl�irMU� w i a/ 6- s Banner Construction 3005 Pinewood Oranae. CA 92667 - 3 I a w r � i i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST June 22, 10: AM Construction of Buffalo HIlls Park, Bid Opening PROJECT ,moo TT Working Days ay from notice to Rhh r 6 -1339 Deposit Require cso — proceed Engineer's Estimate , NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS Johhson's Landscaping S _ -7 / 2320 Newport Blvd t' Valley Crest Landscape 1920 Sant S. Yale Street � Ana- CA q27n4 Roy C. Barnett 3 2908 Jefferson St Riverside, CA WSU Bob's Landscaping Service 1.1891 Loara Streeet Garden Grove. 92640 G.T.S. Co. 1867 Petaluma NE. Long Beach. CA 90815 BuccolaO and Carlos, Inc. 825 W. La Jolla Placentia CA q267n Darrel's Landscape P.O.Box 446 _Ytiraina CA 92399 Ca - de Landscape -� d -128-Bra lacpn 9 Daily Construction Room213 448 S. Hill Or.Co. Builder's 1540 E. Edinger Santa Ana CA q27nS F. W. Dodge 1535 E. Edinger Santa Goodman Peloquin 7 #A ' O 505 S. Cypress Street o i La Habra 9063 '/ 3 �drQy {arc /�cc r ca / a 7v vIl /a m�Va aa9 h c-u % 71i o h 1-3 i nJS 1-Y _ 93 1i Sr. y6 Earth Enginee ng, Inc. 1503 No. Tustin 547 -6395 Suite G. CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 10 /70 PROGRESS PAYMENT REQUEST NO. Retention FOR PERIOD ENDING June 15. 1972 ..� BUDGET NO. 27- 7797 -028 CONTRACT NO. 1 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED Q.� Industrial Turf P. 0. Box 2247 Less Previous Payments 137.984.8 , Original Contract Extras to Date Contract to Date Send payment to: Amount Earned Less 10% Retention 1450212. 1 - -- Q.� Industrial Turf P. 0. Box 2247 Less Previous Payments 137.984.8 , Laguna Hills, California 92653 Amount.Due this Request 79227.57 I hereby certify that the above amounts and values are correct. SIGNED'- SIGNED Field En neer Contractor BY CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT C-1339 PROGRESS PAYMENT REQUEST NO. 5 N FOR PERIOD ENDING April 27, 1972 PROJECT: BUFFALO HILLS PARK, PHASE II BUDGET N0. 27- 7797 -028 CONTRACT NO. 1339 TEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. Grading $16,441.00 LS 100% $ 16,441.00 2. Irrigation System 34,000.00 LS 100% 34,000.00 3. Lawn 0.073 /SF 254.024 18,543.75 4. P.C.C. Sidewalk 0.64 /SF 570 30,444.80 5. Basketball Court 0.47 /SF 5,500 2,585.00 6. Mow Strip 1.00 /LF 2,796 2,796.00 7. 6" wide Curb 2.20 /LF 270 LF 594.00 8. 2' Wide Wall 9.70 /LF 50 LF 485.00 9. P.C.C. Steps 3.25/LF 41 LF 133.25 10. 12" C.B. 75.00 EA 1 EA 75.00 11. 8" C.B. 50.00 EA 1 EA 50.00 12. 4" C.I.P. 3.50 /LF 18 LF 63.00 13. 4" A.C.P. 2.50 /LF 110 LF 275.00 14. 4" Perf. A.C.P. 2.50 /LF 34 LF 85.00 15.. Drinking Fountain 615.00 EA 2 EA 1,230.00 16. Chinner 114.00 EA 1 EA 114.00 17. Climbing Net 395.00 EA 1 EA 395.00 18. Picnic Table 120.00 EA 6 EA 720.00 19. Basketball Backstop 340.00 EA 2 EA 680.00 20. Beach Sand 6.00 /CY 40 CY 240.00 21. Railroad Tie Wall 27.00 /LF 71 LF 1,917.00 22. Variable Length Poles 15.00 EA 88 EA 1,320.00 23. Restroom Building 13,500.00 L.S. 100% 13,500.00 Zoysia 0.27 SF Y CITY # NEWPORT BEACH - PUBLIC WORKS 41ARTMENT 10/70 PROGRESS PAYMENT REQUEST NO. 5 (F) FOR PERIOD ENDING 'April 27 1972 PROJECT BUFFALO HILLS PARK, PHASE II BUDGET NO. 27-7797-028 CONTRACT NO. 1339 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM " PRICE COMPLETE EARNED 25. 15 Gal. Cupaniopsis 35.00 EA 36 EA $ 1,296.00 26. 15 Gal. Pittosporum 36.00 EA 10 EA 360.00 27. 5 Gal. Euc. Cit. 9.25 EA 384 EA .3,552.00 28. 5 Gal. Bougainvillea- 6.75 EA 19 EA 128.25 29. 1 Gal. Parthenocissus 4.00 EA 161 EA 644.00 30. Maintenance 5,000.00 LS 100% 5,000.00 139.224.41 Change Order No. 1 5,988.00 100% 5,988.00 145,212.41 , d d Original Contract 144,541.31 Extras to Date 5,988.00 Contract to Date 150,529.3 Send payment to: Amount Earned 145, 212.4 �L Industrial Turf Less 10% Retention 7,227. 7 @ P. 0. Box 2247 Less Previous Payments 128,643. Laguna Hills, California 92653 Amount Due this Request 9,340.9 I hereby certify that the above amounts and values are correct. SIGNED SIGNED INDUSTRIAL TURF, INC. Field E ineer BY o trac or CONTRACT NO. 1339 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II APPROVED BY THE PARKS, BEACHES AND RECREATION DEPARTMENT ON THIS 24th day of May, 1971 caivin C. Stewart Parks, Beaches and Recrea ion Di APPROVED BY THE CITY COUNCIL ON THIS 24th day of May, 1971 6leC, LJ0Ci SUBMITTED BY: Contractor Address Logm mills. Calif. !lam City Zip (714) "1401 Phone Total Bid Price T El f CITY OF NEWPORT BEACH 'j PUBLIC WORKS DEPARTMENT CONTRACT-Q000MENTS [leis CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 ADDENDUM NO. 1 NOTICE TO BIDDERS: June 15, 1971 Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: 1. Prior to planting, all areas shall receive twelve (12) sprinkler irrigations of 1 -inch of water at each application. 2. All seeded areas shall be mulched following seeding, using one (1) cubic yard of redwood shavings per 1000 square feet in lieu of steer manure. 3. Zoysia Matrella shall be 2" x 2" plugs planted 8 inches on centers in each direction. 4. Telephone poles shall be clear treated per Koppers Company, Inc., or equal. 5. All drain lines except between property line and curb shall be Orangeburg, or equal,in lieu of asbestos cement pipe. 6. The irrigation pump shall be Pacific Pumping Company #1270 -5, 3/4 horsepower, single phase, or equal, capable of pumping 70 g.p.m, at 30 feet head. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. 1140 TRIAL TURF. INC, A/4adeii L. Prichard, Vice Pmsident Signature Jan* ib, 1971 Befijamin/B. Nolan" Assistant Public Works Director a 4 X- M 1-'V I /z, Befijamin/B. Nolan" Assistant Public Works Director t :5. NOTICE TO BIDDERS: June 17, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF BUFFAFiILLS PARK PHASE II CONT CT "NO. 1339 ADDENDUM NO. 2 Please be advised that the following changes shall be made to the contract documents, and shall be included and made a part of the Proposal: Reference: Special Provisions Page SP 2 of 19, Section XII, Bid Items of Work 1. Grading - Omit the sentence under this heading which rea s, "The site has been rough graded and the general drainage pattern has been established," Insert in its place the following sentence: "Existing grades are indicated on the plans; the contractor shall include in his bid all grading required to establish the finish grade as shown on the grading plans," Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal, IMMSTRIAL TURF, INC. ;gin �iandoll L. Pridurd, Vice Prasidut siature Jun Is. 1971 Date KLP /ldg Ass F i i ;. CITY OF NEWPORT BEACH, CALIFORNIA Page 1 r� 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 22nd day of June 1971 , at which time they wi1T-6e opened and read, oporming wor as o ows: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 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 `lice President and Secretary or Assistant Secretary are required and the�orprate S�a_ shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from 'a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. 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. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public'Works Department at a cost of $2.00 per set. -City of Newport Beach, California °"Notice Inviting Bids Page la In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 69829 adopted May 12, 1969. 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). Revised 9- 1540.. r 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-:% discrepancy between words and figures, the works 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. 204M Classification A Accompanying this proposal is asn, certitied Cneck, Cashier's Check or in an amount not less than 10 percent of the total bid. price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or:to undertake self - insurance in accordance with. the provisions of that code, and agrees to, comply with such provisions before commencing the performance of the work of this contract. U1A} U7 -1231 la" trial Turf. Inc. Phone Number Bidders Name Jwi! 22. 1971 VwAoll L. PrichaNI. vice trssi/astSEAL) Date Authorized Signature $Ibi'"iillii J. iii. Tresatmr Authorized gignature Corporatism Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President,.Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Norte" W. iierr .nA Mort" J. harm" NoWeli L. trisaard Norris I. Nailer omid"t Tratarrer Viel- presidsmt �ie�.traidss>i i f DESIGNATION OF SUB - CONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address T . i`r�in9 !t. YE. 1kCiitliaA CacSe 4�ess 2• Larson C061Ei Nee 3. AspMlt Nor* & Nannaer Tustin 4. Itstron J. P4 0/4 Ch i CO. Mittitr 5. 6. 7. 8. 9. 10. 11. 12. Inrdutrial 'I�Tt Inc. Bidder's Name I Mil L. ►ricUrt,, Vito Ores. Authorized Signature Corperatien Type of rgan zation (Individual, Co- partnership or Corp) Post Office Box 7147 Lam►%tills. Celifer04 Address FOR iiitlClM `, CITY CLEWS FILE COPY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, Industrial JVM Inc. , as Principal, and Traas~ica Insu'aaaa Coo" , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TM iarcaat of Total AmAt Bid Dollars ($ 1% of Sid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City 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 ?tad day of ,ioaa , 19 71 - Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Ruth E. Leo" Comission Expires DwAmhar 30, 1973 lndoatrioi Tsrf, Ins; Principal /s/ ftnftlI t. Prichard Trans wriea iaoorana Cas*ay Surety By herald R. Ulth NON- COLLUSION AFFIDAVIT Page 5 . The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or 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 thi s z2ed 1471 day of atm My commission expires: 6/26/71 Industrial Tarf, Int. /s/ Kwdel: L. Prirhsrd, .Yiae Pmi**% *401fe G"Z6145 Notary Public FOR O RIGIIRAL E CITY C, IS FILE i 'X 'STATEMENT OF FINANCIAL RESPONSIBILITY E Page b The undersigned submits herewith a statement of his financial responsibility. Olt FILE WITH CITY CURK /$1 #40611 L. Mfi d ard. Via FrOidrst Signed IM ATRIAL TVV, INC. FOR t18Ii"v AW SEE CITY CURK'S FILE COPY 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. C04PL €iE LIST ON FILE WITH CETY CURK 1971 etard 80"1otaaatt Co WOW, $raaae CMty 1471 Caast cam"itr C0110". tl"" Counts 1971 Abarthm Cmosthatioa Co.. Loa AwIts, California 1471 Pacific Shill ttoasitals Paiaoa. califoraia 1471 Leadership ttoraiev Ustaaa, Osage Counter 1971 Alvarado luilders Corporatla6 ilraaao Cowty City Maaseramtt emeratia. 1hM4e CeNty 1971 Aveo Cmaeumity tieveleparso loc., Araa9t Ceuety 1971 Aecidestal Fletrolom Land A Devel"wdt Cm*o#tt- i mm" l;tweeAy %s/ Mombil L. Pria"rd, Woo Proti"ftt INONTRiAL TURVgrfk. Page 8 LABOR AND MATERIAL BOND BOND No. 5249-33 -71 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted is" Is* 1271 has awarded to INGWIU& TURF, INC. hereinafter designated as the "Principal ", a contract for C -1939 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a.bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay.the same to the extent hereinafter set forth: NOW, THEREFORE, We INDUSTRIAL TURF* INC. as Principal, hereinafter designated as the Contractor and TRANSAMERICA INSURANCE COMPANY .... .. as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of SEVENTY TWO THOUSAND TWO HUNDRED SEVENTY AND 66/100 - - - - Dollars ($ 72,270.66 ) said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. • • Page 9 (Labor' and Material Bond — Continued) This bond shall inure to the benefit of any _:and all persons, companies, and corporation entitled to file claims under Section 1192.1 of -the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 131H day of JULY 19 71 Approved as 4g�4 m: City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest- Date City ty er INDUSTRIAL TURF, INC. :: .(Seal BY: contractor -V/( e PAez, TRANSAMERICA INSURANCE COWANY (Seal) {3Ys HAROLD R. SMITH, ATTORNEY- -4$i4ACT ;.. (Seal) EXECUTED IN FOUR COUNTERPARTS _cf 2 � a -A § \ ) )\B ) � / «� § § � § ■ $§ A \ § 7 rj LJ « 2 _] ae} |\■ / B \ \ |) /(A i e Z I«w& i § %)k § f} �))0 )5 }k or§/. Z7� ) b ± / \ 32j z ( \ § §\ k\]) § 2 � a -A Page 10 PERFORMANCE BOND BOND NO. _ PRii t uM X973 — KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City -of Newport Beach, State of California, by motion adopted jo" is an has awarded to 11iMISTRUAL TURN iI1C. hereinafter designated as the "Principal ", a contract for C- 'm C&UTRUM011 Of HMO IULU PARK, i' WI 11 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, INDUSTRIAL TURF, INC. as Principal, hereinafter designated as the "Contractor ", and TRANSAMERICA INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE 31/100 HUNDRED FORTY —FOUR THOUSAND FIVE HUNDRED FORTY ONE AND Dollars ($ 144,541231 ), 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 . Performance E Bond - Continued) 9 Page 11 And said Surety, for value received, h&-eby 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 speci=fications 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 13TH day of JULY , 197_. 7 V Approved as to form: City Attorney 4 INDUSTRIAL TURF, INC_ BYs (Seal ontractor TRANSAPoERICA INSURANCE COMPANY (Seal) BY: �Hau.� _ -- (.Seal ) HAR0LD R. SMITH, ATTORNEY- IN- �A4`f' -- . Surety EXECUTED IN FOUR COUNf:ERPARTS I% a b c 0 T q O m m m 'L O� Q w .q U� LL m } �pp W Z O O O J W od x od �a is M O It! w d$ � � d m a O N O 6i Lu w O m V ova T.d N b y Z m g W tttddtl � qa %Z �'A H �a a q M � U m � b m Z .m V iy V q T W V a. ii 2 m C Z a m _ s m <b e V m q m v �5ao Z o � � .2 m W 's 3 M P z K � O 4, u O ON i Op QJ V��o UW �n pie ai 00 ri0E � � E O U i 0 Page 12 CONTRACT THIS AGREEMENT, made and entered into this 13"` day of J �1 19 -71 , by and between the CITY OF NEWPORT BEACH., California, hereinafter designated.as the City, party of the first part, and INDUSTRIAL TURF, INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH. That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of E NST€tUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT Not 1334 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and'Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to•be borne by the City;-and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5: Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing-rates of per diem wages for each craft or type of workman needed to execute the contr-act.and-.a schedule containing such information is included in the Notice Inviting Bids arid :=s. incorporated by reference herein. 6, The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: CITY OF NEWPO T BEACH, CALIFORN By: CJ`s ► or INDUSTRIAL TURF jm Contractor (SEAL: Approved as to form: S , INDEX TO SPECIAL PROVISIONS PAGE I. SPECIFICATIONS ---------------------------------------- -- - - - - -- 1 II. PLANS --------------------------------- --------- --------- - - - - -- 1 III: SCOPE OF WORK IV. TIME OF COMPLETION -------------------------------------- - -- - -- 1 V. PAYMENT --------------- ------- - - - - - -- ---------- ------- - - - - --- 1 VI. CONSTRUCTION SURVEY STAKING ----------------------------- - - - - -- 2 VII. PROTECTION OF EXISTING UTILITIES ----------------=------- - - - - -- 2 VIII. UNFORESEEN DIFFICULTIES --------------------------------- - - - - -- 2 IX. CONNECTION TO EXISTING UTILITIES ------------------------ - - - = -- 2 X. PERMITS AND LICENSES ------------------------------------ - - -- -- 2 XI. CLEANING OF STREETS ------------------------------------- - - - - -- 2 XII. BID ITEMS OF WORK _ - 1. Grading --------------------- ------- - - - - -= --------- - - - - -- 2 2. Mowstrip -------------------- -- -- ---- -----------=- -- - - - - -- 3 3. Asphalt Concrete ----------------------------------- - - - - -- 3 4. Play Equipment, Picnic Tables and Basketball Backstops - -- 3 5. Beach Sand -------------------------------------=--- - - - - -- 3 6. Railroad Ties and Telephone Poles.------------------ - - - - -- 3 7. Restroom Facility ----------- ----------------------------- 3 8. Irrigation System ---------------------------------- - - = - -- 4 9. Landscaping (Planting) ----------------------------- - - - =-- 11 10. Maintenance ------------------------------ --------------- 18 11. Drain Lines -------------------------- -------- ------ - - - --- 19 I. SPECIFICATIONS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 SP 1 of 19 The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan, and the City's Standard Drawings and Specifications. The City'-s Standard Specifications are the Standard Specifications for Public Works.Construction, 1970 Edition. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00. II. PLANS The complete set of plans for bidding and construction consists of drawings prepared by Courtland Paul /Arthur Beggs, Landscape Architects and Richard Davis, Architect. III. SCOPE OF WORK The work to be done under this contract is the improvement of Phase II of Buffalo Hills Park, approximately 6.6 acres, located south of Port Seabourne Way in the City of Newport Beach. The work to be done consists of clearing and grubbing, demolition, grading; construction of an irrigation system, concrete curbs, mow strips, and sidewalks; asphalt concrete paving and base; catch basins, drain lines, drinking fountains; installation of play equipment, picnic tables, baseball backstops; landscaping and planting, landscape maintenance; construction of a public restroom, and other appurtenant work.as necessary to complete the work as shown on the plans and included in the specifications. IV. TIME OF COMPLETION All items of work shown on the plans, described in these special provisions, and listed as items in the bid proposal shall be completed in 90 CONSECUTIVE CALENDAR DAYS from the date of the notice to proceed; excepting only landscape maintenance. V. PAYMENT The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals neces- sary to the completaiwork. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. M � r i SP 2 of 19 VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of the Contractor. Construction staking shall be under the supervision of a California Licensed Surveyor or Civil Engineer. Staking shall be performed for all items ordinarily staked at intervals normally accepted by the agencies and trades involved, Payment for construction and survey staking shall be included in the.prices bid for the various items of work, and no additional allowance will be made therefor, VII. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. The Contractor shall request each utility company to locate . their facilities prior to performing work. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction. VIII. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the pro- gress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing. IX. CONNECTION TO EXISTING UTILITIES It shall be the responsibility.of the Contractor to determine the existing condi- tions at the proposed connection points with existing utilities prior to beginning construction and to notify the engineer of any differences between the existing conditions and those shown on the plans. It shall be the Contractor's responsi- bility to provide all labor and materials necessary to connect the new Restroom sewer to the existing sewer main. X. PERMITS AND LICENSES The Contractor shall procure all licenses and permits and give all notices necessary and incidental to the due and lawful prosecution of the work. Fees owing to the County Sanitation District for the public restroom will be paid by the City. XI. CLEANING OF STREETS The Contractor shall be responsible for immediately cleaning any streets upon which dirt or debris may be spilled or placed during the work. XII. BID ITEMS OF WORK Grading The site has been rough graded and the general drainage pattern has been established. Contractor shall assure that this drainage is maintained and that no ponding is permitted. Where grading occurs adjacent to walks, curbs or other paved surfaces, grade shall be maintained at 1 inch below said surfaces. Any debris that must be removed from the site prior to grading shall be included in the price bid for grading. SP 3 of 19 2. Mowstrip i iThis item of work consists of constructing concrete mowstrips. No extra payment will be made for the steel frame around planting pockets. For the purpose of computing payments, the length of planting strips will be added to the length of concrete mowstrips, and compensation will be paid for at the unit price bid. 3. Asphalt Concrete The price paid per square foot of asphalt concrete shall include the cost of furnishing and constructing 4 -inch thick imported aggregate base, and striping of the basketball court. 4. Play equipment, :Picnic Tables, and Basketball Backstops a. Chinner shall be Northwest Design Products #14, or equal. b. Single climbing net shall be Northwest Design Products #8, or equal. c. Picnic tables shall be Jamison #434 -600, or equal. d. Basketball Backstops, poles (including nylon nets), shall be L. A. Steelcraft Products Model SRZE61B54, or equal. Contractor shall supply and install play equipment, picnic tables, and basketball backstops; at locations shown on the drawings. Units numbered above shall be installed with concrete footings. The picnic tables shall be prefinished by the manufacturer in a beige color. 5. Beach Sand The material used shall be free of deleterious coatings, roots, bark, stick, rags and other extraneous materials. 6. Railroad Ties and Telephone Poles The materials to be used shall be new. 7. Restroom Facili The work to be done under this Bid Item consists of constructing a new 14'6" x 20'0" Restroom Building, complete in place, including all utility connections as shown on Sheets 11 and 12 of the Plans, and in accordance with the 1967 edition of the Uniform Building Code, and these Special Provisions. The Contractor shall guarantee for a period of one year after acceptance of the building by the City, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately corrected at the Contractor's expense. The Contractor shall connect the electrical system of the building to an existing electrical distribution pedestal near the easterly lines of Lots 31 and 32 of Tract 7030; furnish, install, and connect a 4" cast iron sewer line including all appurtenances and fittings from building to an existing sewer stubout; provide a new water supply system to a 1" water meter to be provided by others; and provide all appurtenances and fittings needed for construction of a water supply for the building. The Contractor shall install heavy duty door closers and ventilation louvers on the restroom building. 8. 1 , Irrigation - System Drawings The intent of the Drawings and operable sprinkler irrigation manufacturer's recommendations 6 SP 4 of 19 Specifications is to specify a complete and system ready for use in accordance with the without further cost to the owner. All dimensions shown are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and shall report any variations to the Engineer. Because of the scale of the Drawings it is not possible to indicate all offsets, fittings, etc., which may be required. The Contractor shall carefully investigate the conditions affecting all his work, and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are 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 sprinkler systems, planting and architectural features will be avoided. Service Manuals The Contractor shall furnish two service manuals to the Owner. Manuals may be loose leaf and shall contain complete exploded drawings of all equip- ment installed showing components and catalog numbers together with the manufacturer's name and address. Additional sheets shall cover operation instructions simple enough to be understood without specialized knowledge. Record Drawings Contractor shall procure from the Owner a sepia transparency or transparencies of the piping layout and mark on them the exact "as built" arrangement includ- ing locations of all irrigation equipment. Locations of valves shall be shown by the triangular system of measurements from easily identified permanent features. "As Built" drawings shall be submitted to the Engineer for review prior to planting lawn. After final inspection and before final payment, the transparency or transparencies shall be delivered to the Owner. d. Loose Equipment Loose sprinkling equipment, operating keys and spare parts will be furnished by the Contractor in quantities shown on the Plans. e. Guarantee The entire sprinkler system shall be unconditionally guaranteed by the Contractor as to material and workmanshi , including settling of backfilled areas below grade for a period of one (1� year following the date of final acceptance of the work by the City Council. 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 Owner, including the complete restoration of all damaged planting, paving, or other improvements of any kind. ��x t � • SP 5 of 19 Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the Owner may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the Contractor to the satisfaction of the Owner at no additional cost to Owner, including any and all other damage caused by such defects. f. Materials Pipe and Fittings . Copper: Copper tubing shall be seamless annealed copper tube and shall conform to the requirements of the standard Specifications.for Copper Water Tube, ASTM Designation B -88 -58 of the American Society for Testing Materials, and shall be Type K. Fittings for copper pipe shall be standard wrought copper fittings as manufactured by Phelps Dodge Copper Products, NIBCO, Inc., or approved equal. Brass: Brass pipe shall,be IPS standard weight 85% Red Brass. Fittings s�ial'f be with standard 125 -pound cast bronze threaded fittings. P.V.C. Pipe: as called for on Plans. P.V.C. High Impact Pipe - Type 2110 (PVC Schedule 40 and 80) Type II Grade I High Impact Pipe. Outside diameter of pipe shall be the same size as iron pipe. Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal pipe size, P.V.C. type and grade (e.g. 2110), N.S.F. approval and commercial standard designation CS- 207 -60. P.V.C. pipe shall comply with standards set forth in CS- 207 -60. Fittings shall be P.V.C. Schedule 40 Type II, N.S.F. approved. All threaded P.V.C. pipe shall be Schedule 80, Type 2110. Solvent shall be #715 Gray, N.S.F. approved as manufactured by Industrial Polychemical Service, Gardena, California, or equal. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II, or equal. Pipe that is used for control wires shall be P.V.C. conduit Schedule A, Type 2110., P.V.C. Pressure Rated Pipe Type 1220 (PVC Class 200 and 315) Type I Grade II - Pressure Rated Pipe. Materials shall meet requirements set forth in ASTM D1784 60T. SP 6 of 19 Outside diameter of pipe shall be the same size as iron pipe. Pipe shall be marked at intervals not to exceed 5' with the following information: Manufacturer's name, nominal, pipe size P.V.C. type and grade (e.g. P.V.C. 1220) S.D.R. rating class, NSF approval and commercial standard designation CS 256 -63. P.V.C. Type I shall not be threaded. P.V.C. fittings shall be P.V.C. Type II Schedule 40 NSF approved. Solvent shall be #715 Gray NSF approved as manufactured by Industrial Polychemical Service, Gardena, California. Caution shall be utilized in handling Type I pipe due to the possibility of cracking, of splitting when dropped or handled carelessly. When connection is plastic to metal, male adaptors shall be used. The male adaptor shall be,hand tightened, plus one turn with a strap wrench. Joint compound shall be Permatex Type II. Ring -Tite P.V.C. Pipe All pipe indicated on the working drawings shall be Class 160 P.S.I. Johns - Manville P.V.C. pipe with ring -tite joints. All ring -tite joints shall be sealed with rubber rings as provided by the manufacturer. All pipe joints shall provide for expansion and contraction. Thrust blocks shall be provided as required for proper anchorage and durability of the ring -tite pipe. Sprinkler Heads All sprinklers and swing . joints for sprinklers shall be installed as shown in irrigation details. Valves Remote Control Valves Electric Solenoid Type - The remote control valve shall e volt 3. 5 watt, normally closed spring loaded and diaphragm actuated. It shall have a mechanical self - cleaning internal control system. The valve shall be slow closing with no adjustments or settings required. A manual flow stem to throttle or close shall be provided. The solenoid is to be corrosion proof and molded in epoxy resin to form one integral unit. Valve shall have two inlet tappings (furnished with one plugged) and capable of being installed as either a globe or angle valve. It must have a removable seat and be completely serviceable in the field without removing.valve body from the system. Valve shall be capable of operating in the field manually without electricity. Valves shall be as manufactured by Griswold Controls, or equal. a_ Gate Valves Approved gate valves shall be as follows: Manufacturer Nibco /Scott Crane Kennedy Powell Stockham 2" and Less T -23 438 427 507 B -110 SP 7 of 19 2 - 2 -1/2" and Over TorF619 461 or 460 058 1787 G -612 Underground valves 3 inches and smaller may be furnished with either operating nuts or handwheels. Check Valves Spring Loaded Check Valves for installation of sprinkler systems on slopes shall be "GEE" #415, or equal, spring loaded check valve set at 10 PSI on same size as pipe in which installed. Additional swing check valves shall be as follows: Manufacturer Nibco Kennedy Stockham Quick Coupling Valves 3" and Less T -413 -W 440 8320 4" and Over F918 -W 106 -A G932 Quick Coupling. Valves shall be as indicated on Plan. Each quick coupling valve shall give a molded vinyl cover, yellow in color. All risers shall be as shown in details on detail sheet, unless otherwise designated on the drawings. All quick coupling valve keys and hose swivels shall be of the same manu- facturer as the quick coupling valve. Upon completion of .contract and prior to final inspection, Contractor shalt supply the Owner with two coupler keys and hose ells.. Automatic Controller (24 Station) The Controller shall have: three (3) completely independent Watering Schedules; a Minutes -of- Operation and Schedule Selector with variable timing of OFF - 60 minutes; a Station Numbered Terminal Strip for valve and pump starter relay connections; plug -in removable Control Panel Assembly; heavy duty steel, zinc plated, gold iridited, epoxy primed, acrylic enameled steel, weather proof, key lockable Housing and optional pedestal; fused input (120 volts) and output (voltage as specified) circuits; valve stations capable of handling more than one valve as required (to a maximum of 60 V.A.) SP8of 19 Controller shall be of the same manufacturer as the Remote Control Valves. All Controllers to be as manufactured by Griswold Controls, or equal. Control Wire for R.C.V.'S All wiring to be used for connecting the automatic controller to the electric solenoid actuated by remote control valve shall be Type OF -60OV, 7 strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Each pilot or "hot" wire shall be color coded. Control wires shall be color coded using the eight colors. available for easy identification. Valve Boxes All remote control valves and gate valves shall be installed in Plymouth's Superflexon 1203 #10- 130 -001 meter boxes with #10- 130 -041 green locking cover..or round meter pit #10- 131 -001 with #10 -131 -007 round green cover. Irrigation control stations or "G.V." shall be stenciled on cover in white lettering by Contractor. Valve boxes shall be as manufactured by AMETEK/ Plymouth Plastics, Wisconsin, or equal. Valve boxes are available at local suppliers. Backflow Prevention Units The pressure type backflow.preventer shall be a Surgical Mechanical Research P711 2 -inch backflow preventer, Febco 770, or equal, placed twelve inches above the highest sprinkler head. Installation Trenching_ - Excavation shall be open vertical construction sufficiently wide to provide free working space around the work installed and to provide ample space for backfilling and compacting. Trenches for pipe shall be cut to required grade lines, and trench bottom shall be compacted to provide an accurate grade and uniform bearing for the full length of the line. When two pipes are to be placed in the same trench, a 6" space will be maintained between pipes. Backfillin - Backfill material shall be approved soil. Unsuitable material, inc uding c ods and rocks over 2 -1/2 inches in size, shall be removed from the premises and disposed of legally at no cost to Owner. All backfilling shall be done carefully and shall be properly compacted. Depth of trenches shall be sufficient to provide a minimum cover above the top of the pipe as follows: 12 -inch cover over non - pressure laterals w /spray heads 16 -inch cover over non - pressure lateral lines-(rotor) 18 -inch cover over ring -tite main line, under pressure 24 -inch cover over copper main line, under pressure 24 -inch cover over PVC Cl. 315 main, under pressure SP 9 of 19 1 Surplus earth remaining after backfilling may be disposed of on the premises as directed by the Owner's representative. P.V.C. Pipe P.V.C. pipe shall be.insta:lled in a manner so as to provide for expansion and contraction as recommended by the pipe manufacturer. All plastic to metal joints shall be made with plastic male adaptors. The joints shall be allowed to set at least twenty -four (24) hours before pressure is applied.to the system on P.V.C. pipe. After all new sprinkler piping and risers are in place.and connected, all necessary work has been completed, and prior to the installation of sprinkler heads, control valves shall be opened and a full head of water used to flush out the system. After the system is thoroughly flushed, riser shall be capped off and the system pressure tested. Sprinkler lines less than 2 -1/2" in diameter shall be tested in place before backfilling for a period of not less than one hour, and shall show no leakage or loss. of pressure. During the test period, minimum test pressure at the highest point of the section being tested, shall be 100 pounds per square inch. At the conclusion of the pressure test, the heads shall be installed and tested for operation in accordance with design requirements under normal operating pressure. Installation of Copper Pipe Cut ends of pipes clean and square. Remove all burrs. Clean outside end of copper pipe longer than the end of fittings to a bright finish. Clean outside of fitting to a bright finish. Coat pipe and fitting with solder flux properly applied with brush. Solder pipes according to the best standard practices of the trade. Installation of Ring -Tite Pipe Except as may be noted in other parts of these Specifications or on the Drawings, installation of Ring -Tite pipe and connecting fittings shall be as outlined in manual as furnished by the pipe manufacturer, or as set forth by the Johns- Manville Co., Manual #772 -62A. This shall include but not limit it to, the installation of the pipe at the proper depth and the correct location of concrete thrust blocks of adequate sizes. Contractor shall make available the services of the manufacturer's representative at the start of installation and as may be required from time to time during construction. Each line shall be tested at a pressure 50 PSI greater than the manufacturer's working pressure for a period of two (2) hours, with the couplings and connect- ions exposed and with the center of the pipe sections backfilled sufficiently to hold pipe in place.. 9 40 Sprinklers SP 10 of 19 One -half cubic foot of 3/4" to 1" aggregate shall be placed around every rotor pop -up sprinkler when it is set to grade. All nozzles on stationary pop -up sprinklers shall be tightened after installa- tion. All sprinklers having an adjustment stem shall be adjusted on a lateral line for the proper radius, diameter and /or gallonage. All sprinkler heads and quick coupling valves shall be set perpendicular to finished grades unless otherwise designated on the Plans. Sprinkler heads shall be set according to detail sheet. Valves Piping systems shall be supplied with valves at all points shown on the Drawings or specified herein, arranged to give complete regulating control throughout. Valves shall be adjusted using pilot tube in rotor nozzle to insure proper pressure at the rotor. Remote control valves shall be adjusted so that most remote sprinkler heads operate at the pressure recommended by the head manufacturer. Remote control valves shall be adjusted so a uniform distribution of water is applied by the spinkler heads to the planting areas for each individual valve system. Quick coupling valves shall be set within three inches of walks, curbs, headerboards, or paved areas where applicable. Vertical positioning of quick coupling valves,shall be such that top will be flush with the settled finish grade as determined after the turf is established. Vertical positioning shall be accomplished by first setting equipment on high risers and later after the turf is established, adjusting to exact elevations. All valves shall be installed as shown in details and in accordance with manufacturer's recommendations. Valve Boxes Concrete valve boxes shall be set three quarters (3/4) inch above the designated finish grade in lawn areas. Valve boxes installed near walks, curbs, headerboards and paving shall abut those items. The top surfaces shall be flush with items listed above. Automatic Controller Location and Installation Automatic controllers shall be installed at locations shown on the Plans. All pedestal mounted controllers shall be mounted on a suitable concrete base. All controller locations are essentially diagrammatic, and shall be speci- fically located, by the Owner, or his representative. SP 11 of 19 All local and applicable codes shall take precedence in connecting the 110 volt electrical service to the Controller. Adequate coverage of earth (18" min.) over the 24 volt service wire leading from the bottom of the controller shall be installed as shown on detailed Drawings. Control Wire All electrical equipment and wiring shall comply with local and state codes and be installed by those skilled and licensed in the trade. Connecting and splicing of wire at the valves or in the field shall be made using Rain Bird pen -tite connectors, or equal. Backflow Prevention Units Unless otherwise specified, the backflow prevention shall be of size and type as specified on the Plans and shall be installed in accordance with detailed Drawings shown and /or as recommended by the manufacturer at the locations shown on the Drawings in accordance with local code. 9. Landscaping (Planting) All work of this section shall be installed as shown on plans, and details, and in conformance with the standard specifications and following special provisions, Approvals All sprinkler work shall be inspected and approved before start of any work of this section. Quantities and Types Plant materials shall be furnished in the quantities and /or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symboled, and /or described in the "List of Plant Materials ", all as indicated on the drawings. The Landscape Architect has prepared this list only as a conven- ience to the Contractor and assumes no responsibility for its accuracy. The Landscape Contractor is to verify all sizes and quantities. The Drawings take precedence over the Plant List. Verification of Dimensions and Quantities 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 Architect and Engineer of any discrepancy between the drawings and /or 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 Architect and Engineer. Inspection All inspections herein specified, shall be made by the Landscape Architect, and Engineer. The Contractor shall request inspection at least two days in advance of the following occurrences. SP 12 of 19 Inspection will be required for the following parts of the work: When finish grading and soil preparation are completed. When irrigation lines are capped and tested prior to backfilling. For plants, after delivery to site. When vines and trees are spotted for planting, but planting holes are not excavated. An irrigation coverage test shall be conducted at this time. When lawn areas are ready for seeding. When all landscaping is completed, prior to the start of the 90 calendar day maintenance period. ( "Final Inspection ") At completion of 90 calendar day maintenance period (Final Maintenance Inspection) Inspection reports shall be made for each inspection by the Landscape Architect and one copy each shall be submitted to Vef ngineer and the Contractor. Certification Prior to job acceptance, written certifications shall be submitted to the Landscape Architect and Engineer, for the following items used on the site: A. Quantity of commercial fertilizer and organic fertilizer B. Quantity of seed Materials Plant material shall be subject to insppection and approved at the nursery by the Landscape Architect and P.B. & R. Director prior to being shipped to job. Plant materials indicated on the drawings. and herein specified, shall conform to the following: Nomenclature: Plant names indicated or listed in the "List of Plant Materials" on t e rawings, conform to "Standard Plant Names" established by the American Joint Committee on Horticulture, except for names not covered therein, the established custom of the nursery is followed. Condition: Plants shall be symmetrical, typical for variety and species, sound, eallthy, vigorous, free from plant disease, insect pests, or their eggs, and shall have healthy, normal root systems, well filling their containers, but not to the point of being root bound. Plants shall not be pruned prior to delivery, except as authorized by the Landscape Architect, or his representative. In no case shall trees be topped before delivery. Dimensions: The height and spread of all plant material shall be measured with bran` ches in their normal position,'and shall be as indicated on the drawings, The caliper of all trees shall be measure 4' -0" above the surface of the ground. Where caliper or other dimensions of any plant materials are omitted from the "List of Plant Materials ", it shall be understood that these plant materials shall be normal stock for type listed. Inspection: All Blue Tag plant material must have been previously inspected at the nursery by the Orange County Agricultural Department and shall be subject to the inspection and approval of the Landscape Architect and Engineer before planting. s SP 13 of 19 Plant List:. Is indicated on drawings. Sizes of Plants: Container stock (1 gallon, 5 gallon, and 15 gallon), shall have been grown in containers for at least one (1) year, but not over two (2) years. Substitutions for the indicated plant materials will be permitted, provided the substitute materials are approved in advance by the Landscape Architect and the Engineer, and the substitutions are made at no additional cost to the Owner. Except for the variations so authorized, all substitute plant materials shall conform to the requirements.of these specifications. If accepted substitute materials are of less value than those indicated or specified, the Contract price will be adjusted in accordance with the provisions of the Contracts. Plants Not Approved are to be removed from site immediately and replaced with suitable plants. The Landscape Architect and /or Engineer may reject entire lots of plants represented by defective samples. Fertilizers and Soil Conditioners Fertilizer, mulch, seed and plants shall be submitted for inspection and stored on the site until furnishing of materials is completed. Delivery may begin upon approval of samples or as directed by the Landscape Architect and the Engineer. Top Dressing shall be nitrohumus or equal. Organic Fertilizer shall be processed sewage sludge with a minimum content of 1% Nitrogen and 2 Phosphoric Acid, similar to "Nitrohumus ". Method of process- ing shall not destroy normal bacterial content. Commercial Fertilizer shall consist of the following guaranteed percentages, delivered in sacks .with manufacturer's label showing weight and analysis attached to each sack: 10(N)- 10(P)- lO(K). Nitrolized Redwood Shavings shall be bulk, 1% N., 5% Nitrohumus by volume, as manufactured by Wood-By-Products Company, 7125 Telegraph Road, Los Angeles, California, or Johnson Sawdust Company, 2436 -A Del Amo Boulevard, Compton, California,or an approved equal. Lawn Seeded turf shall be fresh clean, new crop -seed, composed of the following varieties mixed in proportions and testing minimum percentages of purity and germination as indicated below: Proportion Name By Weight Purity Germination Newport Kentucky Bluegrass Windsor Kentucky Bluegrass 50% 85% 75% 50% 85% 75% Seed shall be sown at a rate of four (4) pounds per 1000 square feet. Soil Preparation SP 14 of 19 Moisture Content: The soil shall not be worked when the moisture content 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. Water shall be applied, if necessary, to provide ideal moisture content for tilling and for planting herein specified. Grading All grading occurring prior to "soil preparation" shall be done in such a manner as to anticipate the finish grades. Excess soil shall be removed or redistributed before application of fertilizer and mulch. Where soil is to be replaced by plants and mulch, allowance shall be made so that when finish grading has been completed there shall be no deficiency in the specified grade of lawn areas. Where lawn occurs adjacent to paved surfaces, the finish grade of the lawn area shall be 1" below these surfaces. Weed' : Before and during preliminary and finish grading, all weeds and grasses s ah 11 be dug out by the roots and disposed of off the site, except those weeds and grasses that are not of the perennial type, are less than 2 -1/2" high, and are not bearing seeds. Oats more than 2 -1/2" high, if not bearing seeds, may be turned under. Perennial weeds and grasses to be removed include, but are not limited to the following: Nut Grass Alfalfa St. Augustine Grass Puncture Vine Dallas Grass Wire Weed Mustard Plant Morning Glory Johnson Grass All planting areas shall be scarified to a depth of six inches (6 ") below grade prior to placing conditioners an fertilizers. Trenches: If sprinkler system is installed after grading and fertilizing is completed, the upper portion of the backfill shall be retitled and fertilized to the depth specified for the area as required, to conform to the specifications. Soil Conditioning In all lantin areasthat are to be planted with lawn or Zo sia, the following application shall a ma a per sq. ft. of area an sha Be thoroughly cultivated in two directions into the top 6" of soil, and the area watered down: 4.5 cubic yards of sawdust (nitrogen fortified) 1.0 cubic yards digested sewage sludge Nitrohumus or equivalent 35 pounds of complete N.P.K. fertilizer Prepared soil mix for backfill in pits for trees, and vines shall consist of the following: 70% excavated soil 25% sawdust (nitrogen fortified) 5% digested sewage sludge Nitrohumus or equivalent 2 pounds complete N.P.K. fertilizer SP 15 of 19 the Pre ared Soil shall.be mixed in an area adjacent to the planting work and s all be accurately proportioned using a suitable measuring container. Unused excavated soil shall be cleaned up and disposed of off the site. Protect the mix from water until it has been placed in backfill around plants. Finish Grading When preliminary grading, including weeding and fertilizing, 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 eleva- tions are given. Minor adjustments of finish grades shall be made at the direction of the Landscape Architect and Engineer, if required. Finish grade shall be smooth, even, and uniform plane without abrupt change of surface. Soil areas adjacent to buildings shall slope away from the buildings to allow a natural run- off of water, and surface drainage shall be directed as indicated on the drawings by remodeling surfaces to facilitate the natural run -off of water. Low spots and pockets shall be graded to drain properly. Finish grade of all planting and lawn areas shall be one inch below grade of adjacent pavement of any kind. Grading shall be done when soil is at optimum moisture content for working. Method of Planting and Work Procedure No planting shall be done until all operations in conjunction with the installation of the sprinkler system have been completed, final grades have been established, the planting areas have been properly graded and prepared as herein specified, and the work approved by the Landscape Architect and Engineer. Relative position of all trees and plants is subject to approval by the Landscape Architect and Engineer, and they shall, if-necessary, be relocated as directed, as part of the Contract. All plants shall be set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Each plant shall be.planted in the center of the pit and backfilled unless other- wise specified, with the prepared soil. No soil in muddy condition shall be used for backfill.ing. No filling shall be permitted around trunks or stems. All broken or frayed roots.shall be properly cut off. The Landscape Architect and /or Engineer shall supervise the placing and plant- ing of all plant materials. In the event that underground construction work or obstructions are encountered in the planting, alternate locations will be selected by the Landscape Architect and Engineer, and planting operation shall be done at no extra cost to the Owner. Plantino of Trees: Plants shall be positioned in plant locations indicated on drawings and approval of positioning shall be obtained from the Landscape Architect and Engineer prior to excavating pits. Necessary adjustments shall be made as directed. All pits for trees shall be dug square with bottoms level, the length of sides shall be equal to two times the diameter of the plant ball and the bottom shall be 6" below the base.of the ball. SP 16 of 19 Compacted soil at sides and bottoms shall be loosened by scarifying or other approved method. Pits shall be backfilled with compacted "prepared soil" to the bottom of the tree ball, the tree set to the required grade, and the balance of the pit filled with "prepared soil ", thoroughly . settled by water application. Set plants in center of pit in vertical position, so that crown of ball will be level with finish grade after allowing for watering and settling and shall bear the same relation to finish grade that it did to soil surface in place of growth. Prepare a water basin as wide as plant balls at each plant. Water thoroughly, backfilling any voids with additional prepared planting mix. Trees and vines occurring in lawn shall be planted before final preparation of those areas. Planting of Vines: Vines shall be planted in pits at least 12" greater in diameter than their ball of earth and at least 6" below the bottom of the ball. Compacted soil at bottom of pit shall be loosened and pit filled with "prepared soil" to the bottom of the ball. When the plant has been properly set, the pit shall be filled to the required grade with "prepared soil ", thoroughly settled by tamping and watering. All vines shall be removed from stakes, untied, and securely fastened in an approved manner to wall, fence, or other surface next to which they are planted. Prepare depressed water basin as wide as plant balls at each plant. Water thoroughly, backfilling, any voids with additional prepared planting mix. Plants shall not be allowed to dry out before or while being planted. Keep exposed roots moist by means.of wet sawdust, peat moss, or burlap at all times during planting operations, do not expose to the air except while being placed in the ground, Wilted plants, whether in place or not, will not be accepted and shall -be replaced at the Contractor's expense. Watering Basins: Construct a mound of firmly compacted soil around each tree and plant to form a watering basin, placed at the edge and following the shape of the planting pit area. Mounds for trees and for vines from five gallon or larger containers, shall be at least 4" high. Mounds for all other trees, vines, or plants not otherwise specified shall be at least 2" high. Excavated earth, if capable of retaining water, may be used. After watering, any settlement within the basins shall be refilled to the required grade with "prepared soil", and additional peat moss worked into the surface as required to restore t e mulched condition. Lawn: Cultivate all lawn areas to a depth of 6 ". Rocks and debris larger than one inch in diameter, which are brought to the surface by cultivation shall be removed from site. If cultivation does not break lumps, a spike tooth harrow shall be pulled behind a mechanical seeder or tractor. SP 17 of 19 Areas to be planted in lawn shall be finished smooth to present a neat and uniform ` grade prior to installation of seed. The lawn bed shall be inspected by the Landscape Architect and Engineer to determine suitability for planting prior to seeding. The Contractor shall obtain such approval before seeding. Pre - planting treatment to control sod web worm: Apply 5% Dieldrin or equal in granular form at the rate of 3 -1/2 pounds per 1000 URNfeet on areas that are to be seeded to lawn or turf. This material rote' nded to control sod web worm may be applied by a spreader during the applica- tion of soil amendments. Sprinkle lightly after application to settle the insecticide. Heavier sprinkling may be resumed after 24 hours. All seeded areas shall be mulched using 1 cubic yard of steer manure per 1,000 square feet following seeding operation. All seeded areas shall be thoroughly watered. Lawns are to be kept continuously moist by watering as often as required. Watering: Immediately after planting, water shall be applied to each tree, and vine by means of a hose. The water shall be applied in a moderate stream in the planting holes and until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. Plants which cannot be watered efficiently with the existing water system, shall be watered by means of a hose. Apply water in sufficient quantities, and as often as seasonal conditions require, to keep the ground wet well below the root system of grass and planting at all times. Tree Staki Stake all 5 gallon trees at time of planting, by placing stake in the prepared hole and driving stake three feet into firm ground. Plant the tree as close to the stake as possible, without crowding the roots. Fasten the tree to the upper end of stake in at least three places using cinch -ties to protect the trunk. Stakes shall be cut down below the heads of 5- gallon trees. For staking of 15 gallon trees conform to detail on sheet 10, of the Landscape Plans. Espaliering of Vines: All vines shall be fastened and trained against fences or walls as directed by the Engineer. Certificates: In addition to any other certificates specified, the Contractor shall furnish a certificate with each delivery of bulk material, stating the source, quantity, any type of material and that the material conforms to the specification require- ments. For bulk delivered organic fertilizer, the certificate shall also state the volume, net weight, percent of Nitrogen, percent of Phosphoric acid. For each fertilizer and soil conditioner, in container, a similar certificate or invoice shall be furnished stating total quantities by weight and volume for each material. These certificates shall be submitted to the Engineer prior to the start of the maintenance period. , Protection: w � SP 18 of 19 The Contractor shall carefully and continuously protect all areas included in the Contract, including plant materials, fences, supports, etc., until final acceptance of the work by the Engineer. Guarantee and Replacements 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. All plants that show signs of failure to grow, at any time, during the life of the Contract, 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 Engineer 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 planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. 10. Maintenance Plant maintenance work shall consist of applying water (except initial watering of plants), weeding, caring for plants, edging and mowing of lawns and perform- ing the following final plant establishment work: The entire project shall be maintained for a period of 90 calendar days, commenc- ing from the time all items of work have been accepted by the City Council. The Contractor will provide a qualified maintenance gardener on the site 8 hours daily during the entire maintenance period. During the 90 calendar day period, all plants and planted areas shall be kept well watered and weed free. All weeds, including Dallas and Johnson grass and Bermuda grass, shall be removed. Grass shall be mowed with a reel type mower, equipped with rollers, before it exceeds 2" in height. Grass shall not be cut to less than 1 -1/2 inches in height. Grass clippings shall be collected during mowing operations and removed from the site. The entire project shall be so cared for, that a neat and clean condition will be presented at all times, to the satisfaction of the Landscape Architect. After each cutting, the edge of the grass shall be trimmed to a neat and uniform line. Workmen shall not be allowed to walk on lawn areas unnecessarily before, during or after planting. Damaged or compacted lawn areas shall be re- cultivated and re- planted, at the Contractor's expense. Ten (10) days prior to end of maintenance, Agriform 21 -8 -8 shall be applied at the rate of 7 pounds per 1,000 square feet, uniformly, over all planting areas. t. SP 19 of 19 If maintenance period occurs between May 1st and October 31st, all lawn areas - shall receive Dursban, 3 ounces per 1,000 square feet. This application shall be sprayed evenly in one application, before the end of the maintenance period, In order to expedite the plant establishment work, the Contractor shall maintain sufficient men and equipment to perform the work from the time any planting is done until the end of the maintenance period. The Contractor shall be relieved from maintenance work only when the plant establishment work has been satisfactorily completed and accepted by the City Council. Damage to planting areas shall be replaced immediately. (1) Depressions caused by vehicles, bicycles or foot traffic, shall be filled with topsoil, leveled and replanted. (2) Gophers and moles shall be exterminated. Damage shall be repaired by filling depressions with topsoil, levelling, and replanting. 11. Drain Lines The unit price paid for drain pipe shall include the cost of furnishing and installing asbestos cement pipe and cast iron pipe, and shall also include the cost of excavating, backfilling and compacting the trenches, furnishing and installing all couplings and fittings necessary. PR 1--of: 6- CITY OF NEWPORT BEACH CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II CONTRACT NO. 1339 PROPOSAL To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1339 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN .WORDS PRICE PRICE 1 Lump Sum Grade site for the price of Stswu U*W&A fee Hadrad Dollars > irf ad and pi! Cents $ $ 14.1441,* lump sum 2 Lump Sum Construct irrigation system complete in place for the price of MOW ft ow Thee"" Dollars and Cents $ $ SSsS. lump sum 3 254,024 S.F. Furnish materials and plant bluegrass lawn complete in place, including soil preparation and fertilization, for the price of 3 Dollars and SWM Md TkM TOOK Cents $ +073 $ 190MViS per square foot t PR2of.6- C ITEM -_- TOTAL QUANTITY ITEM DESGRITTIO UNIT NO. AND UNIT UNIT PRICE` M `WORDS PRICE PRICE 4 47,170 S.F. Construct 4" thick-colflerete sidewalk complete in place, including welded wire fabric rein- forcing, for the price of zM Dollars $ _ $= Qs1M :* and S1X*FOrtT Cents per square toot 5 5,500 S.F., Construct 4" thick asphalt concrete for basketball court, including 4" thick imported aggregate base and striping for the price of Z*M Dollars and Fbrq*%. ire Cents 10A MA per square foot 6 7,736 L.F. Construct concrete mow strips complete in place for the price of on Dollars and no Cents $ 1�M $ � :��•� per linear toot 7 270 L.F. Construct 6" wide concrete curb, complete in place, in basketball area, for price of TWO Dollars and�MyM Cents $ $ per linear toot 8 52 L.F. Construct 2' wide concrete wall, complete in place in tot lot area, for the price of N1Ai Dollars and 5!Y#Rd Cents $ 9,8 $ iM`'10 per linear foot 9 39 L.F. Construct concrete steps complete in place for the price of Dollars t and Ln Wit Cents $ $ _per linear . foot Two Dollars. and F{ffisy0e ft Cents $ lilt $ ii 40 per linear foot 14 34 L.F. Construct 4" diameter perforated A.C.P. drain line, complete in place, for the price of TV* Dollars and r1fth am Cents $ 'lose $ RA8 per linear foot 15 3 Each Furnish and install drinking fountain, complete in place including foundation and all connections and appurtenances, for the price of SiX *A&f MUM Dollars and Ali Cents $ M#•4$$ j #WA* each PR3of6 ITEM TOTAL QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 1 Each Construct 12" wide catch basin, complete. in place, for the price of y�{p{ Dollars and Mp Cents each 11 1 Each Construct 8" wide catch basin, complete in place, for the price of Dollars and Cents $ i@F6Y $ "At each 12 18 L.F. Construct 4" cast iron pipe, complete in place, for the price of TAer! Dollars and Cents $ 9:',iS! $ 0.00 per linear oot 13 112 L.F. Construct 4" diameter A.C.P. drain line, complete in place, for the price of Two Dollars. and F{ffisy0e ft Cents $ lilt $ ii 40 per linear foot 14 34 L.F. Construct 4" diameter perforated A.C.P. drain line, complete in place, for the price of TV* Dollars and r1fth am Cents $ 'lose $ RA8 per linear foot 15 3 Each Furnish and install drinking fountain, complete in place including foundation and all connections and appurtenances, for the price of SiX *A&f MUM Dollars and Ali Cents $ M#•4$$ j #WA* each 1 _W:4 of--6 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 16 1 Each Furnish and install chinner, complete in place, for the price of OM FewtM Dollars and No Cents $114.00 $ 114 -A each -. . 17 1 Each Furnish and install single climbing net, complete in place, for the price of TWW &mdrw3 164"ty4i" Dollars $ ..10 $' z [... and so Cents each 18 6 Each Furnish and install picnic tables, for the price of me BUD&d qtr Dollars and go Cents $ 12040 MX each- 19 2 Each Furnish and install basketball backstop and post, complete in place, for the price of Yb"w i14"d ftr' Dollars and so Cents $ i� AD $ M.6O each 20 40 C.Y. Furnish and place dry beach sand, for the price of Six Dollars and ils Cents $ ;: $.#0 per cubic yard 21 71 L.F. Construct wall of railroad ties at tot lot, complete in place for the price of •� Dollars and SI•.4S 1'� Cents $ $ per linear oot i PR 5 of .6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE - 22 88 Each Furnish and install, telephone poles of varying lengths at tot lot, for the price of fit"" Dollars and Cents $ IS140 $1amA each 23 Lump Sum Construct restroom building complete in place, including all permits and utility connections, for the price of Mi" SM ThMu! fivo MwdMW Dollars and No. Cents $ lump sun 24 5,768 S.F. Plant Zoysia matrella, including soil preparation and fertilizer, complete in place for the price of Zero Dollars and Tracy -SOUK Cents $ .m $ 1tw7ax per square foot 25 36 Each Furnish and plant 15 gallon Cupaniopsis anacardioides, including soil preparation, fertilizing and staking, for the price of Tk1rV41x Dollars and Cents $ t.BB $ 1MA each. 26 10 Each Furnish and plant 15 gallon Pittosporun rhombifolium, including soil preparation, fertilizing and staking, for the price of TbIry -Six Dollars and Cents $ WOOD $ 1 -- ea ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 27 384 Each Furnish and plant 5 gallon Eucalyptus citrio- dora, including soil preparation and fertiliz- ing, for the price of Milli Dollars and '#1 x*, -Five Cents $ $ each 28 19 Each Furnish and plant 5 gallon Bougainvillea "San Diego Red" including soil preparation - and fertilizing, for the price of Six Dollars and ter fire Cents $ 4 =73 $ IWO ea 29 161 Each Furnish and plant 1 gallon Parthenocissus tricuspidata, including soil preparation and fertilizing, for the price of h41iP Dollars and �fe Cents $ *.0 $ 60 - #40. . each 30 Lump Sum Perform maintenance on all plantings and and improvements for 90 calendar days for the price of fire Thaw&W Dollars and i� Cents lump sum Sire x"Wed peov the Dollars A Thirty 000 Cents $ I44s #41•11 CONTRACTOR'S LICENSE NO. IMATRIAL TW• INC. DATE JuMt Us 1971 1 i 'e. jkMr'40, rifle pMi t t orize Signature BIDDER'S ADDRESS P• 0• Oft 2947 Ili it�y. psi# TELEPHONE -NUGER jW ,�I June 28, 1971 TO: CITY COUNCIL /1 FROM: Public Works Department (� P.B. & R. Department SUBJECT: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II (CuA(Z2Avi (3i� RECOMMENDATIONS: 3 Adopt a resolution awarding the contract to-Industrial Turf, Inc. in the amount of $144,541.31 and.authorizing.the Mayor and City Clerk to execute the contract;.subject _ to receipt of.a letter of credit from the Donald L. Bren Company in the amount of $145,000. DISCUSSION: At 10:00 A.M. on June 27, 1971, seven bids were opened in the office of the City Clerk. One additional bid turned in late was not opened. Bid Total as Bidder Amount Submitted 1. Industrial Turf, Inc. $144,541.31 $1446541.31 Laguna Hills 2. Silveri and Ruiz $145,136.82* $144,363.22 Fullerton 3. Moulder Brothers $146,334.70* $146,348.20 Glendale 4. Valley Crest Landscaping $947,602.19* $147,802.19 Santa Ana 5. R. 0. Boyette Company $149,588.81* $149,552.87 Diamond Bar 6. G.T.S. Company $164,771.60* $163,771.60 Long Beach 7. Goodman & Peloquin $1,959,283.50* $144,5661.86 La Habra Landscape Architect's Estimate $932,560.00 * Corrected total based on extensions of unit prices. The low bid is 9% over the landscape architect's estimate. Of the seven bids turned in, six contained arithmetical errors. Industrial Turf's bid was the only bid free from arithmetical error. APPROVED BY CITY COUNCIL DATE JUN 2 8 1971 June 28, Page Two Subject: 1971 Construction of Buffalo Hills Park, Phase II 9, The project provides for the construction of improvements to Phase II of Buffalo Hills Park, located southerly of the existing park in the Upper Harbor View Hills development. Phase II of the park is 6.645 acres-. Improvements to be constructed consist of landscaping, play apparatus, sidewalks, and a public restroom. The total project cost, excluding land, is estimated to be: Construction $144,541.31 Landscape Architect 11,500.00 Printing Plans 700.00 Water Acreage Fee 49295.00 Subtotal $161,036.31 On April 13, 1970 the Council approved a financing program whereby the Donald L. Bren Company would advance the entire construction cost and-would-then-be reimbursed by the city in the maximum amount of $50,000.. This--amount.-was determined-based on the estimated cost differential between a.pub-lic.park.and -a private. park. Funds for reim- bursement will come from the Building Excise Tax Fund and will be paid over a 5 -year period. The plans were prepared by Courtland Paul /Arthur Beggs, landscape architects retained by the Bren Company. The,-contractor-is-well-qualified-for.-the-project; he has performed a great deal of similar work, including construction of Phase I of the Buffalo Hills Park. The estimated date of completion is-September 30, 1971. seph T. Devlin /SN Public Works Director KLP /bg Calvin C. Stewart Parks, Beaches, and Recreation Director r r L:T ww 0 TO: CITY COUNCIL FROM: Public Works Department P.B. & R. Department SUBJECT: CONSTRUCTION OF BUFFALO H'I'LLS PARK, PHASE II June 28, 1971 RECOMMENDATIONS: Adopt a resolution aWarding"the contract to Industrial Turf; Inc. in the amount of $144,541.39-and.authorizing: the Mayor and City Clerk to execute the contract;.subject.to. receipt of-.a letter of credit from the Donald L. Bren Company-in the amount of $145,000. DISCUSSION: At 10:00 A.M. on June 27, 1971, seven bids were opened in the office of the City Clerk. One additional- bid turned in late was"not opened. Bid Total as Bidder Amount Submitted 1. Industrial Turf, Inc. $144,541.31 $144,541.31 * Corrected total based on extensions of unit prices. $144,363.22 $146,348.20 $147,802.19 $149,552.87 $163,771.60 $144,561.86 The low bid is 9% over the landscape architect's estimate. Of the seven bids turned in, six contained arithmetical errors." Industrial Turf's bid was the only bid free from arithmetical "error. Laguna Hills 2. Silveri and Ruiz $145,136.82* Fullerton 3. Moulder Brothers $946,334.70* Glendale 4. Valley. Crest Landscaping $"147,602.19* Santa Ana 5. R. 0. Boyette Company $149,588.81* Diamond Bar 6. G.T.S. Company $164,771.60* Long Beach 7. Goodman & Peloquin $1,959,283.50* La Habra Landscape Architect's Estimate $132,560.00 * Corrected total based on extensions of unit prices. $144,363.22 $146,348.20 $147,802.19 $149,552.87 $163,771.60 $144,561.86 The low bid is 9% over the landscape architect's estimate. Of the seven bids turned in, six contained arithmetical errors." Industrial Turf's bid was the only bid free from arithmetical "error. June 28, 1971 Page Two Subject: Construction of Buffalo Hills Park, Phase II The project provides for the construction of improvements to Phase II of Buffalo Hills Park, located southerly of the existing park in the.Upper Harbor View Hills development. Phase II of the park is 6.645 acres. Improvements to be constructed consist of landscaping, play apparatus, sidewalks, and a public restroom. The total project cost, excluding land, is estimated to be: Construction Landscape Architect Printing Plans Water Acreage Fee Subtotal $144,541.31 11,500.00 700.00 4;295:00 $161,036.31 On April 13, 1970 the Council approved a financing program whereby the Donald L. Bren Company would advance the entire construction cost and - would- then.be reimbursed by the city in the maximum amount of $50,000.. This.amount..was determined-based on the estimated cost differential between a. public. park.and.a.private.park._.Funds for reim- bursement will come from the Building Excise Tax Fund and will be paid over a 5 -year period. The plans were prepared by Courtland Paul/Arthur-Beggs.-landscape architects retained by the Bren Company. The. contractor: is: well_qualified_for._the.project; he has performed a great deal of similar work, including-construction of Phase I of the Buffalo Hills Park. The estimated date of completion is-September 30, 1971. is ph T. Devlin /i3N Public Works Director KLP /bg Calvin C. Stewart Parks, Beaches, and Recreation Director L: 'J i yOy,, U Z .1 in m } a z N O CD P W zz U) L'Uw aw �cr z F-0 —oz z W 4 O F W W S Bill 11 i LM 00 4 O F W W S f 0 m V r 7, �J J J F Q m 0 R 10 r W W 2 N �Z(f) O U W Q W W K Z � 0 - O Z z F U W R 10 r W W 2 N ■O,�IIII�IIY�III I��YINIII��1 gill IN, A Hill i11ii�IS�1lli ,enoome'6v - - I ISM R 10 r W W 2 N r a f s N a V Q O - F- UQ O J F- NZ: (n U W La ~1 O Z F- U W 4 O F- W W S N IN �II�IYIYIIIIA lad I�YI�IpY�NgINIIY�pI� � la6�����pi�G���e�s��i�G c flizilk,1111112 MINE m2b 11111i 1: 61 ki:li �r�ae`eC ess _ __ ffee�l 4 O F- W W S N k TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CONSTRUCTION OF BUFFALO HILLS PARK, PHASE II (C -1339) RECOMMENDATIONS: 1. Approve the plans, specifications, and estimate. G -1331 May 24, 1971 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on June 22, 1971. DISCUSSION: r7 — This project provides for the construction of improvements to Phase II of the Buffalo Hills Park, located southerly of the existing park in the Upper Harbor View Hills development. The area of Phase II of the park is 6.646 acres. Improvements to be constructed under the contract consist of landscaping, play apparatus, sidewalks, and a public restroom. A sketch showing the location of the park and a construction estimate dated May 10, 1971 are attached for reference. The estimated construction cost is $132,560. Additional costs are the Landscape Architect's fee of $12,000, printing costs of $700, and the water acreage fee of $4,295. On April 13, 1971 the Council approved a financing program whereby the Donald L. Bren Company would advance the entire cost, and would then be reimbursed by the city in the maximum amount of $50,000. This amount was developed on the basis of the estimated cost differential between a public park and a private park. Funds for reimbursement would come from the Building Excise Tax Fund, and would be repaid to the Bren Company over a 5 year period. A reimbursement agreement providing for financing of the project will be presented to the Council prior to award of the contract. The plans were prepared by a private landscape architect retained by the Bren Company. The estimated date of completion is September 30, 1971. eph T.�.gevl i n lic Works Director ldg Atts. APPROVED BY I r CDLi v II -N l DATE MAY 2 4 1971 Calvin C. Stewart Parks, Beaches, and creation Director ►1 ('l _ Css TT6PP_ • .. a v c_�ci u r J L7 �� �� • y_.. Y'p v V PAl SHEET_L 0' 1 SHEETS fz, A R �f� N l�+nPl RE-505.N9 Z53 SCALE 1" =80'. 1 �D Cu ijf`" 114a CITY OF NEWPORT BEACH, ORANGE COUNTY, CALIFORNIA f Wl. A 'bRl 10V OF ULOLK 9L OF IRVIUG'v SUL'DIVi$IOY A] VCR Mr.P TYERLOF. RF(pRDLV 1u W0.(l a FALL p0 OF AAi ILLA4E..$ RU.R Mdfi. CG[0z01 OFORAU:C COLWTY, CALIF "'A. COUNTY SURVEYORS CfRT/F/CATE C/Tr ENGINEERS CERTIFICATE SUP.V£YORS CERTIFICATE FKAM�N4D ANO 41'IaQOV eo. -Bls MAC LAS CL-r Lx AAUUCD Tuts_ V. Tuw MnP ^ps P4 uPnmcV oY leo oR.,oRR MV OnTCD THI'i� OdV OF 19T1. OG— ______19TI• FOR COAIFORMnNCC WITH OIRILTIVa: NV 1' As LO VCOW AcIC LD 0,,i'Y T1: F: RCOUIRGMCWT•i OF SCCTIOIJ IIST5 OF TML IN COUFORMAWCG W TU TIIG KLOV.NTS OF SUUOIV tSIOU MAP p[T. TII�. 'i11IJDIV ISIOU Nnv nCT AT T111 11C W V.[Ot1::ST .,, •x.1(9_4= OY: Of= D[.NnLO L. IiK1 =N COM YANV IW :.:41vn2Y JUNTY VILV 6YOZ1 OCPUTY 1911. 1 N( ^,rf�I [LL:TI{'Y Tu AT T P COU CRY ENLINCGR -CITV OF 46W WKT 1]{:ACH 4 -OAMS TV T11C n:'f'liovcD T ul'i ✓n 1-4 TI.1_ COI- �D.TIOI..90G nuv ROVgt T4fi'RL 0=: TunT n L PROVISIOMS OF ApPUCA9LE M1TI`_ roll I..c O4.G.FaAMCC'i YAVa MTa. —v -NT NOTES m J n•-y co PLIr�% rouun rr iuoW Plrc lfcoiu alo-r nr uLG PoIITJ 9NDNN TAUS; MR TP.'102 -1 wILLInM J.`�i✓r - ^�.5.'4TJT^� WAY (•) PCR TR 7,,w .y X PCA TK. 019 SEABOUPNE o PCR T0. T0t9 IApORT __ ro fAS BASIS OF BEAR /NOS -- -7�� PORT _ Tuc nun2uvn suovn: ou nllo Mev ARC enev !C-2'f I RNLY PI. TRACT CT uo c-uwrs:16 . uuc of'Tl zz. T IIP 1 NSC TRp<T N_ IOLT P,CII.IG Iv •i 0.' 00•C AACR (� 1 L[•IAI3V J I -J (/� OW A NAV KUCOFOGD UJ Ii00K YL6a O.RA"4 9 "Cf2.aC[( I V I TIIRDUGU lO IuCLVSIV G.uc[OROS OF •:LH 4B couuTV ,cnLlFOeulA.. vo I Y _L - -'�_ - ExisnuA I '° +il z I ID7 J I �� Od MONUMENT NOTES (ser) eesEMEWTI /��J _ I 3 %%% 11 SCT 2 IRON PI c T luowu TWUS uV E •L..a. 3100• eT eLL wE [L2 CTxicALI �I tJ0 POIVTS ��- f voOpO•CO de,eMSUT „• 1 ( r� -T ReT 1-IRON VIPe TALLCCI S.voa TKL —i F ¢SCW CR WRiD,CS ynTCU j.LYE 'R � I -� OINT4 SYOW4 TOYS ��� A prpRi CLARIDGE PI.s' -ox!✓ 44 v^ I I I 7 I f/' 9 "�!a1.� PRp.MED m�EUCUr I ae / r - -r- r°a wdrER LseweR I1 "PORT /8\0_JNDAR %ANDD -ASEM NT DATA oJRVOSes BISHOP0 i ° °.' o % Pg.f CO RA,CMLNT FOR �Fl. L C }N•: S' A'm•W cT.c00' y IRViva AdNCU wATpR mzt TFP' CIRCLE (�( }iar^i',i2Ln °• 1h al p. r.__._ o ,c.a os >Ar ( }sin- oz'JO -w oro rt \cJ I ✓:,ti4.� ZN i pi LL �S I��[_ :, "•;''.,:. L.A,.eI• D[R `.!1 `4 ` m I d' -- �"_ ;1O i'vo'W •.Y..6• °(V hdlu I /P `-Q ,�.___ .A Al I U ° .: ,N PV4rOY, M RT. W_ l _ �nN32,4 POAT NEL501 PL. n w 0' ire : -- ne,- ..ash- r�oa "-z r II. ! 19 I O(:� -e. n.,,aawW Lavo +' EdsCUEWT GC --T �_ .U� •.)-. cniO VOO'w lan6) r I.!1 ;' "\ �. Fo4 {WGZ PVRPOSES r _ l I / . % �� Ua`: nIl: °l•:w .� ,`JCL }SictiC'IX - PO i I1 �51 Ro ny uI:` O9e v' {, -f R +-�f 1 v I I Q• v: a ; t (�(i"�-.; c`.��a:.o�' -� I(IMO -RLY Pl ^J' /�: �. -r. cxlpTlua eds-- ueJCrR �Ow"'R'Ir i[ Iq I J- 'J'-,..°........ .q wR EL[LraL,t ,I,,,,..m' °e -.,. LLCII m.C'CV?L pURPOfES C C }ua�e:'Oro0-C _ <a.RT / //� `•, `i= /URr %ES RQ ....... ASi I1 Y�5)'`J -A�-I SZ I 'i. I 54 L.zbGC• PROrQ]cO FUEMEUT ��' I I r Ip I -I— Cl:��<-.1'�c *c FOR siORM ORAI.Y „^ I' 31 PUft POryES I�l' 4' �=� _ F•N '' I <I c - v� ivnop at it cr y •: PORT V aLOLRSEEIGH P 'L. OA °a'�s%ro R'i iw L e,.x IT o �4 ,R 1 „ FFI l�a-'Gi I� ^� EI,iI W. CdSEUEUI 34 II I PORT WHEc'L-EUR 91\ al O- —L 11 I FoORR oCwLCGp /fRsIzLe A I PROPew][O C45CN � I LL aa N^:, F[a 4O,(`� _Nn. AC .e EM C �� TV01EA PLR FOR IRVIWC RAW," .TC2 mST. r °? >�s:' n'ro -T- -�� I a. mu P i. O�- u4•�''. °Oa. i'°': ..iR.o . i� 11V'�bli "li I Jy ..o ; d l s L) --L- WR G •L_� Fe' " CUCTFICAL � p W•_ . Q � b EWARD -NNA• ° .-' . •• �• - l: I ,''1 n rmi TOKIA DRnIW PURro%'S (�1) „ f o A. L , .%F vaoNSC0 / tI C7 Cll�-� -u >; I 9'L iyN EdgCMCUT I `)_'N In' ": "•',' L•ta.Op' _ I f°I(,iLCLT ®M1-1 -. \!I. l : 14 4)ry II �r L .:,iA PURPOie,� S ! ( - -n. e:'�.•,n-C e. �7 �niY n- La.:.]r L•evx' PL O .F/o l!. / i(•: }_ „r;...i _: no ` .. sa.c>' hl 'a'• llL�.fp I'f- ,(�('��. -- �I\L�RRRJJJI /4V ]I i % l'•'iCaJ_•, •••i'•:: IO w .:..eo` L•12.•. v' FOR Lill ARAL iq'4y` n'. ti..V' L. I:: JC' POSCO Id,CY(yil. /,�l) >C' 1 :. "V' L•?1CJ' ^FTI WATC[IINC rVRfP)tal \__ \.•/ ' +•31'OJ• R•Tit11' L•5.0q' 1J X ii .L B A i' 1 .1 �Comunim! Pnui/ Arthur f3oos 5 A;r;aln::y Grading 1-ndscapo Architecture /Plammnp $ 10,000.00L- 359 South Rosemead Boulevard 8" concrete and steel mow strip, Pasadena, Caiilornia 91107 Telephone 213:793 -7181 3800 East Coast Avenue in place Corona del Mar,California 92625 1, f. Telephone 714:673 -8761 6,840.00- May 10, 1971 COST ESTIMATE #2 FOR HARBOR VIEW HOMES PARK - PHASE II, PREPARED FOR DONALD L. BREN COMPANY Unit Item Quantity Unit Price Total Grading Allow $ 10,000.00L- 8" concrete and steel mow strip, in place 2,736 1, f. 2.50 6,840.00- 6" wide concrete curb (basket- ball area) in place 270 1. f. 2.50 670.00✓ �! Concrete sidewalks, in place 47,170 sq. ft, .52 24,530.00- Concrete wall (tot lot) in place (2' -0" wide) 52 1. f. 5.00 260.00 Concrete step in place 39 1, f. 3.30 130.00- Woven wire mesh, in place 47,274 sq. ft. .10 4,730.00- 4" asphalt concrete paving, (including striping), in place 4,233 sq. ft, . 30' 1,270.00- 12" catch basins, in place 1 60.00 60.00 8" catch basin, in place 1 40.00 40.00 4" cast iron pipe, in place 18 1. f. 4.00 70.00` 4" drain line, in place 1,12 1, f. 2.50 280.00 4" perforated drain line, in place 34 1, f. 2.50 90.00 Drinking fountain, including brick paving, in place 2, 425.00 850.00 Play equipment, Northwest Design Products, Inc. , Model #14 chinner, in place 1 150.00 150.00 Play equipment, Northwest Design Products, Inc. , Model #8 (single climbing net) in place 1 400.00 400.00 Picnic table, Jamison 4434 -600, in place 6 450.00 2,700.00 Basketball backstop and post, Jamison #360 -440 (including nylon nets) in place 2 380,00 760.00 Sand, in place 1,256 sq. ft. Allow 350.00 Railroad tie, in place 71 1, f. 5.00 360.00 12" telephone poles, in place 88 15.00 1,320.00 Cost Estimate 42 for Harbor View Homes Park - Phase II, Prepared for the Donald L. Bren Company. May 10, 1971 Page 2 Unit Item Quantity Unit Price Total Construction of restroom facility complete, in place, including architect's fee of $750.00 1 Allow $ 10, 750.00 Irrigation, in place Allow 33,020.00- Bluegrass lawn, including soil preparation, complete 254,024 sq. ft. .05 12,700.00- Zoysia marrella, including soil preparation, complete 5,768 sq. ft. .35 2,020.00 15- gallon Cupaniopsis anacardiodes (including staking) in place 36 40.00 1,440.00 15- gallon Pittosporum rhombifolium (including staking) in place 10 .40.00 400.00 5- gallon Eucalyptus citriodora, in place 384 10.00 3,840.00 5- gallon Bougainvillea "San Diego Red," in place 19 13.00 250.00 1- gallon Parthenocissus tricuspidats, in place 161 6.00 970.00 90 -day maintenance Allow 5,000.00 Sub -Total $126,250.00 557c, Contingency 6,310.00 Landscape Architect's fees, including $500, 00 for additional supervision and inspections 12, 000.00 Printing costs 700.00 TOTAL $145,260.00 Note: All figures have been rounded off to the nearest $10.00 and are based on current prices. Not Included: 1. Recreation Center 2, Lighting � % 0 CITY OF NEWPORT BEACH Office of CITY ATTORNEY May 24, 1971. To: The Honorable Mayor and Members of the City Council From: City Attorney Subject: Buffalo Hills Park, Phase 2 -- Reimbursement Agreement. This office has prepared the attached Reimbursement Agreement in connection with the extension of Buffalo Hills Park. Under the terms of the agreement, the Donald L. Bren Company will dedicate 6.60 +- acres to the City of Newport Beach for public park purposes at no cost or expense to the City. In addition, the Donald L. Bren Company will provide the funds necessary to design and improve the park extension to City standards, up to a cost not to exceed $140,000. The City of Newport Beach will reimburse the Donald L. Bren Company up to an amount not to exceed $50,000 for those improvements over and above those required for the development of a private park. The reimburs- able costs shall include, but are not limited to, the following requirements of the City: 1. Public rest room facilities, including utilities and design costs; 2. Sidewalks over 6' in widthf 3. Hard surface basket ball court; 4. Picnic facilities; 5. Tiny tot play apparatus; 6. Those additional costs resulting from the City's Public Works standards for construction of side- walks and drainage systems; and the Park Department's standards for irrigation systems, mow strips, landscaping and tree and shrub planting and staking. -1- I, 3 (�) To: The Honorable Mayor and Members of the City Council May 24, 1971 Subject: Buffalo Hills Park, Phase 2 -- Reimbursement Agreement The aforementioned reimbursement proposal will be paid as follows: $10,000 will be paid to Donald L. Bren Company upon completion and acceptance of the work. Thereafter, the sum of $40,000 will be paid in ten equal semi - annual installments over a period of five years, payable on February 1 and August 1, commencing in 1972. The final payments will be reduced if the total construction cost is less than the $50,000 amount. The agreement has been executed by The Irvine Company as the owner in fee of the real property in question, as well as the Donald L. Bren Company as the developer. Adoption of the resolution on the agenda would authorize the Mayor to execute the agreement on behalf of the City. DO'N :adw TULLY H. SEYMOUR City Attorney 45" � By: Dennis O'Neil Assistant City Attorney -2- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 REIMBURSEMENT AGREEMENT (Buffalo Hills Park No. 2) iB `p THIS AGREEMENT made and entered into this ._5 ?� day of 1971, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "City ", THE. IRVINE COMPANY, a West Virginia corporation, and DONALD L. BREN (COMPANY, a corporation, hereinafter referred to as "Developer "; WITNESS WHEREAS, the City Council of the City of Newport Beach Ihas determined that a need exists to extend the development of 32 11. Buffalo Hills Park to provide increased recreational facilities for the citizens of the City; and WHEREAS, The Irvine Company is the sole owner in fee of that certain real property situated in the City of Newport Beach, County of Orange, State of California, adjacent to and contiguous with the existing Buffalo Hills.Park, and more particularly described as: That certain land.situated in the State of California, County of Orange, City of Newport Beach, being a portion of Block 92, Irvine's Subdivision, as shown on a Map thereof, Recorded in Book 1, page 88 of Miscellaneous Record Maps, Records of Orange County, California, more particularly described as follows: BEGINNING at the most Northerly corner of Lot 22 in Tract No. 7027, as shown on a Map thereof, Recorded in Book 264, pages 9 -15, inclusive, of Miscellaneous Maps, Records of said Orange County; thence South 34° 04' 00" West along the Northwesterly line of said Lot 22 a distance of 93.00 feet to the most Easterly corner of Lot 1 in Tract No. 7028, as shown on a Map thereof, Recorded in Book 266, Pages 43 -47, inclusive, of Miscellaneous Maps, Records of said Orange County; thence North 55° 56' 00" West along the Northeasterly line of said Lot 1 a distance of 67.00 feet; thence South 34° 04' 00" West along the Northwesterly line of said Lot 1 a distance of 85.00 feet; thence South 80 37' 58" East along the Westerly line of Lot 1 a distance of 49.48 feet to the Southwesterly corner of said Lot 1, said Southwesterly corner being in a curve, concave Southeasterly, and having a radius of 56.00 feet, a radial line from said corner bears South 170 43' 38" East; thence Southwesterly along said curve, through a central angle of 340 14' 22. ", an arc distance of 33.47 feet to a line tangent; thence South 38° 02' 00" West along said line tangent and along the Northwesterly boundary line of said Tract No. 7028, a distance of 191.07 feet to the beginning of a tangent curve, concave Southeasterly, and I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I 29 it 30 31 I 32 i i • having a radius of 56.00 feet; thence Southwesterly along said curve, through a central angle of 25° 31' 01 ", an arc distance of 24.94 feet to the most Northeasterly corner of Lot 51 in said Tract No. 7028; thence South 88° 29' 31" West along the Northwesterly line of said Lot 51 a distance of 51.22 feet; thence South 35° 59' 00" West along the Northwesterly boundary line of Tract No. 7028 a distance of 188.00 feet to an angle point in Lot 52 of said Tract No. 7028; thence South 40 59' 30" East along the Westerly line of said Lot 52 a distance of 29.40 feet to the South- westerly corner of said Lot 52, said corner being in a curve, concave Southerly, and having a radius of 56.00 feet, a radial bearing from said corner bears South 4° 59' 30" East; thence Southwesterly along said curve and along the-said boundary line of Tract No. 7028, through . a central angle of 490 O1' 30 ", an arc distance of 47.92 feet to a line tangent; thence South 35° 59' 00" West along said line tangent and along.said Northwesterly boundary line of said Tract No. 7028 a distance of 104.59 feet to the Westerly corner of said Tract No. 7028; thence departing from said boundary line, of said Tract No. 7028 South 35° 59' 00" West 101.36 feet to the beginning of a tangent curve, concave Easterly, and having a radius of 56.00 feet; thence Southerly along said curve, through a central angle of 800 36' 00 ", an arc distance of 78.78 feet to a line tangent; thence South 44° 37' 00" East along said line tangent a distance of 644.22 feet; thence South 450 23' 00" West 199.18 feet to a point in a curve, concave Southerly, and having a radius of 56.00 feet, a radial line from said point bears South 25° 59' 32" West; thence Westerly along said curve, through a central angle of 70° 36' 32', an arc distance of 69.01 feet to a line tangent; thence South 45° 23' 00" West along said line tangent a distance of 497.00 feet to a tangent curve, concave Southeasterly and having a radius of 56.00 feet; thence Southwesterly along said curve, through a central angle of 29 °, 07' 0311, an arc distance of 28.46 feet; thence South 84° 11' 42" West 56.15 feet; thence South 450 23' 00" West 161.00 feet; thence South 8° 33' 47" West 70.42 feet to a point in a curve, concave Southeasterly, and having a radius of 56.00 feet, a radial line from said point bears South 29° 28' 42" East; thence Southwesterly along said curve, through a central angle of 15° 08' 1811., an arc distance of 14.80 feet to a line tangent; thence South 45° 23' 00" West along said line tangent a distance of 195.00 feet to the beginning of a tangent curve, concave Southeasterly, and having a radius of 56.00 feet; thence Southwesterly along said curve, through a central angle of 17° 29' 23" an arc distance of 17.09 feet; thence North 620 06' 23" West 57.92 feet; thence South 45° 23' 00" West 92.27 feet; thence South 66° 02' 00" West 114.72 feet; thence North 23° 58' 00" West 26.93 feet; thence South 66° 02' 00" West 170.00,feet; thence North 230 58' 00" West 67.40 feet; thence North 66° 02' 00" East 170.00 feet; thence North 23° 58' 00" West 23.65 feet; thence North 66° 02' 00" East 213.45 feet; thence North 450 23' 00" East 99.15 feet to a point in:':a curve, concave Northerly, and having a radius of 56.00 feet, a radial line from said point bears North 140 17' 04" East; thence Easterly along said curve, through a central angle of 58° 54' 04 ", an arc distance of 57.57 feet to a line tangent; thence North 45° 23' 00" East along said line tangent a distance of 192.00 feet to the beginning of a tangent curve, concave Westerly, and having a radius of 56.00 feet; thence Northerly -2- ON 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 along said curve, through a central angle of 52° 51' 25 ", an arc distance of 51.66 feet; thence North 45° 23' 00" East 104.36 feet; thence South 440 37' 00" East 22.23 feet; thence North 450 23' 00" East 87.00 feet; thence North 120 48' 06" East 28.26 feet to a point in a curve, concave Northerly, and having a radius of 56.00 feet, a radial line from said point bears North 12° 48' 06" East; thence Easterly along said curve, through a central angle of 57° 25' 06 ", an arc distance of 56.12.feet to a line tangent; thence North 45° 23' 00" East along said line tangent a distance of 196.00 feet to the beginning of a tangent curve, concave Westerly, and having a radius of 56.00 feet; thence Northerly and Northwesterly along'said.curve, through a central angle of 90° 00' 00 ", an arc distance of 87.97 feet; thence South 44° 37' 00" East 78.95 feet; thence North 45° 23' 00" East 72.00 feet; thence North 441 37' 00" West 44.75 feet; thence North 45° 23' 00" East 55.16 feet; thence North 440 37' 00" West 1.17 feet; thence South 45° 23' 00" West 2.00 feet; thence North 44° 37' 00" West 25.08 feet; thence North 451 23' 00" East 37.17 feet; thence South 44° 37' 00" East 2.00 feet; thence North 450 23' 00" East 2.00 feet; thence North 44° 37' 00" West 94.50 feet; thence North 420 41' 31" East 85.16 feet; thence North 45° 23' 00!' East 95.00 feet to the most Southerly corner of Tract No. 7029, as shown on a Map thereof, Recorded in Book 267, Pages 21 through 24, inclusive, of Miscellaneous Maps, Records of said Orange County; thence along the Southeasterly boundary line of said Tract No. 7029 the following courses: North 45° 23' 00" East 95.61 feet to the beginning of a tangent curve, concave Westerly, and having a radius of 56.00 feet; thence Northerly and Northwesterly along said curve, through a central angle of 59° 51' 24 ", an arc distance of 58.50 feet; thence North 75° 3.1' 36" East 26.10 feet; thence North 45° 23' 00" East 78.00 feet; thence North 440 37' 00" West 26.09 feet; thence North 45° 23' 00 ". East 86.00 feet; thence North 1° 06' 17" East 67.17 feet to a point in a curve, concave Northwesterly, and having a radius of 56.00 feet, a radial bearing from said point bears North 200 28' 16" West; thence Northeasterly along said curve, through a central angle of 240 08' 44 ", an arc distance of 23.60 feet to a line tangent; thence North 450 23' 00" East along said line tangent a distance of 193.00 feet to the beginning of a tangent curve, concave Westerly, and having a radius of 56.00 feet; thence Northerly and Northwesterly along said curve through a central angle of'760 34' 36 ", an arc distance of 74.85 feet; thence North 45° 23' 00" East 166.48 feet to the Northeasterly corner of Lot 10 in said Tract No. 7029, said Northeasterly corner also being the most Southerly corner of'Lot 21 in said Tract No. 7027; thence North 59 °:;;38' 35" East along the Southeasterly line of said Lot 21 a distance of 62.06 feet; thence North 34° 04' 00" East 91.00 feet to the most Easterly corner of said Lot 21; thence South 55 °,56' 00" East 155.80 feet to the point of beginning of this description. CONTAINING: 6.646 gross acres, more or less.' SUBJECT TO: All easements, as shown on Exhibit "A ". SUBJECT TO: All covenants, rights, rights -of -way and easements of record. WHEREAS, The Irvine Company has agreed to convey to City -3- • • i 1 a park site located on the above described real property as is more 2 particularly depicted on the drawing attached to this agreement and 3 marked Exhibit "A" and made a part hereof by this reference; and 4 WHEREAS, Developer is interested in improving and 5 extending Buffalo Hills Park on the above described property and 6 has submitted a proposal to City to loan City sufficient funds to 7 pay for the cost of improving said property as a public park in 8 accordance with City's requirements and in conformity with develop- 911ment plans which are to be prepared by Developer and thereafter 1011submitted to the City for its approval; and 11 WHEREAS, Chapter 3.12 of the Newport Beach Municipal Code, 12 entitled "Property Development v Tax'! requires the payment of an 13 excise tax as a condition of the construction of all new buildings 14 constructed in the City, and provides that the proceeds from said 15 tax shall be paid into a special capital outlay fund which may be 16 used for the purpose of constructing improvements in and equipping 17 public parks; and 18 WHEREAS, City proposes to reimburse Developer for funds 19 advanced to City for the improvement of said park from the tax 20 revenues accumulated.in said capital outlay fund; 21 NOW, THEREFORE, in consideration of the mutual promises, 22 terms and provisions of this agreement, it is agreed between the 23 parties hereto as follows: 24 1. Developer agrees to design and prepare the plans for the 25 development of a park on the site as described herein- 26 1 above,' and as depicted on the drawing marked Exhibit "A ". 27 2. The plans and specifications, together with cost 28 29 30 31 32 estimates for the work, shall be submitted to City. After review by City administrative staff, the cost estimates, plans and specifications shall be submitted to the City Council for its consideration. Upon written approval of the cost estimates, plans and specifications ME 1 2 3 4 5 6 7 8 9 3. 10 11 12 13 14 15 16 17 18 4. 19 20 21 22 23 5. 24 25 26 . 27 I 28 29 6. 30 31 j 32 by City and Developer, the parties will then proceed to prepare the documents necessary to call for public bids for the improvement of the park site. The completed park bid documents shall be subject to the written approval of both City and Developer. Following such approval, City will then proceed to call for public bids for the project in accordance with the requirements of Section 1110 of the City,Charter relating to contracts on public works.. It is mutually agreed that Developer may submit a bid for the improvement project; however, the contract will be let to the lowest responsible bidder. The City Council reserves the right to reject all bids, if it r determines that the amount of said bids is excessive and either to abandon the project or to order the plans and specifications revised. If the Council orders the plans and specifications revised, the procedure described in paragraph 2 hereof,shall'again be followed. Either party; shall have the right to terminate this agreement by giving the other party written notice of termination to the other party at any time prior to the award of a contract for the construction of the park improvement project. Prior to the award of the contract by the City Council, Developer shall deposit with the City the sum of $140,000 as the necessary funds to.design and improve the park extension to City standards. An irrevocable letter of credit in a form acceptable to the City Attorney may be submitted in lieu of cash. In consideration of the payment to be made to City by Developer, City agrees to diligently proceed to collect from the owners or developers of property within the City of Newport Beach the excise tax provided in Chapter 3.12 -5- 11 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1 30 31� 32 of the Newport Beach Municipal Code and to reimburse Developer from the capital outlay fund described in Section 3.12.110 of said Code, without interest or any other added charges of any kind, upon the following basis: (a) Upon completion of the improvements and their acceptance by the City Council, City shall be obligated to reimburse Developer for the cost of the improvements constructed up to the sum of $50,000. (b) The sum owed to Developer as described in paragraph (a) hereof shall be paid as follows: $10,000 will be paid to Developer upon completion and acceptance of the work. Thereafter, the sum of $40,000 will be paid in ten equal semi - annual installments over a period of five years, payable on February 1 and August 1, commencing in 1972. The contingent sum payable to Developer pursuan to the terms of paragraph (b) hereof shall be payable in semi- annual installments commencing during the year in which the City acquires fee title, and extending for a. period of five years thereafter. Payment in accordance with the foregoing schedule is subject to the availabilit; of funds in the.Building Excise Tax Fund. Developer may, upon reasonable demand make an audit of the revenue collected as,excise taxes, pursuant to Chapter 3.12 of the Municipal Code at its sole expense, to determine the amount of tax money collected by the City and the amount available for reimbursement to it. City agrees that the hereinabove described payments to Developer as they become due shall have priority in payment over any other projects later in time which are being financed from said fund. 7. The obligation of City under this agreement to reimburse -6- 1 2 3 4 5 6 7 8. 8 9 10 11 12 13 14 15 16 17 jl 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Wf ATTEST: Developer shall not be a lien, charge or encumbrance, legal or equitable, on any City property or upon any of the income receipts or other revenues of the City, other than those specific revenues derived from the excise tax placed upon property development by Chapter 3.12 of the Municipal Code. In entering into this agreement, the parties recognize the fact that the present City Council cannot guarantee that a future City Council will not repeal the excise tax set forth in Chapter 3.12 of the Newport Beach Municipal Code; they also acknowledge that said excise tax could be repealed by a vote of the people through an initiative measure or that said tax could be eliminated by a legal action in the courts. However, the City Council desires to state as a matter of policy that it recognizes a strong moral obligation on the part of the City to continue said excise tax in effect until the Developer is fully reimbursed for the funds loaned to City in accordance with the terms of this agreement. CITY OF NEWPORT BEACH By: Mayor City Clerk APPROVED AS TO FORM: C' y tbf ney % -7- [0 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 i 25 26 27 28 �I 29 (I 30 31 32 DONALD L. BREN COMPANY J Its •Authorized Agent THE IRVINE COMPANY Bv: v ff .0m � E ! yR� + dye JT Vli�r� SCALL L 60' SHUTS P A R C `E L I\ If A P RE-SM.N4 29f CITY OF NEWPORT BEACH, ORANGE COUNTY, CALIFORNIA MCIN4 A Eb RTIOM OF BLO[K 9L OF IRVIAES SUBDIVKION e3 PER MAP TULKEOF, RE MUTED IN BO°a I PA4E e6 OF MISCELLANEOUS REAP MAPS, EECORDS OF ORANGE COUMTYI CAIIAORN1A. COUNTY SURVEYORS CERTIFICATE CITY ENGINEERS CERTIFICATE SURVEYORS CERTIFICATE ERAMINEQ AND APPROVED. - US MAP NAS SEEN E .INED TW 5_ OAV THIS MAP wAS PREPARED BY ME 09 ..PER NY GATED TNIS— [TAY OF 1971. OF 1911 FOR CONFORMANCE IT. 11 CASED UPON A FIELD 4VRVEY TUE REpUIREMC.NTS OF Se"R)N 11575 OF THE IN CONFORMANCE WIT. THE REOUIR EMENTS OF SUGDI V151ON MAP A, T. TNC SU[SDIJMI.N MAP .Cl AT I.E. RCOUEST L. S KOCN CY: OF DONALD L. "I'll COMPANY IN IANUARY COUNTY ,UQV6Y0 OCPUTY . 1911. 1 C IV AT T P CON A uECPfSf T4 CITY ENLINECaR-GITV OF NEW PO RT 156ACM ",MS TO TNI_I,Y YOVCG TL•uTATIVP_ MAl ND TIIC CONDITION -i OP APPIZUVAL T.CFA- OFITHAT All PROVISION} OP APP`UC ELE �iTATC in C/ I- ORPNA4C4'S UPVa MONUMENT NOTES </ POUND) ge� L 'Lll _ FOUND 2• IRON PIFE TI[iCED LS dIPJ`AT ALL PVL T SHOHIM THUS; PER 111027 _ 1'u- 0• PER TR]O4B wIL �1�A .ritE% WAY X _ Y( PER TR-/030 %PORT SEABOURNE • PER Ta.TOxc Im k3 BASIS OF BEARINGS -T -- _ PORT THE 9EARIN4S SHOWN ON TUTS MAF ARE BASED °r' 1 NR IOZ I RNEY PL. ON 'JD NORT.WESTERl LINE OF 1 . Z2• '� T •f 1 2L••419 -Y% I I i TRACT Nt 10V SING N9G'O4'OO•E AS %YM'Y — ~t , I- 1 ON A MAF• RE LORDED IN COOK ,64' P. -Es •J �- ,( YUROU4N 1514LLUSIV E.RECORDS OF 0.-4. MZO II `1 ?I iii_ 12 I - -Z, I AG COU4ITV rCA LIFOCNeA. n 1 L I 'R I( i I I MONUMENT ROTES (ser) ERI5TIN4 1 II J\ I I__ J b l� SET t -IRON PIPE TALLER •L�.y1O7 -AT ALL .R EN11TR j III Ll 2 .3 ) POINTS SUOWH TMUS FOR EEP[r41CAL 1 I Il .. 00 %IRPo)[I Lp.SLR(16 pROPo'ED pASCMEMT IR• <4 r- SET I'IRON PIPC TA44ED 'L.S.'ilyl -AT ALL wemlEZ �TII ,c POINTS eNDwN Tuus -� I f 1'I'•} APO CLAR7DGE PL"Ee�4isR,y •LJ I n I 1 � I '.•>•±u� ROpozeB sEMEUr PORT �OUNDARY AND LAS e 1- R WATER ewER EMENT DATA 3 ;0 ,-� [E OR—, j J n ER BIBHOP�s .oe J ,p' TOPpaEO EASCMFNT FOQ • a 6l'�' j r [g IRV1ue RAMC. weTSR IRST. .j sn GIRDLE o-o- A 4Pr i 1 a Q - ¢'. o.00• L- aj..T• }� I 'L" I o. ( V- zse•oi.Oto:Ie �' A•IS -9vm- Iz . L•um,• D•LS'y MANLEIGNPL I', •I m I }- o-n 5p`s +•, ow l-w aoo a ° -w:oo• w ez• \ L6. I 2'Iyl S � .[ 1 F I i4 QZ l �-e eo.a so a::: o°O• L.l°.ie. / 11 I t i iRyn "ll 7 0 I5�io �.�xW a -x.00' L.4e.e1• R°[OSEO N %MEMT : �• I" - -1� i1 I - -= 1O-" Q.,•23'oo -w ,- f,.Oe' . IIR I,oPJl 3RAIR , ; � ,1 i 3 ° •. w2'11 , 05 ec 500 L.TA.,c �N Ne[oxs b T A ° m s,s -Iypm w O42 T POR ELSON PL L I °A s'1 vo- -A°• -w _ l 0 • 7' R:°A L.I,.YO• �f PROPOSED POSED EASEMENT Ic -I ] 13 �L 2',A• yO•l'• Z n. ^ � IO PoR •{WER PURPpSES 10 T I v� .>'o- SK O2 mw i`D: DOD: POR}_i e1 y sI .,;G 40 sE 4 i[ L m 9x I, '°_N.2.c5•c °A°a.o y NAB ERL�PL l ! ; -� -; it i=0y Gtlznue Eesw[ euId'. JPOwa..uxwpi I{ 19 I a n Px NA. •• °O A (T. prDr_wlll� \v OTh FOR ELECT I.I. pU0.PO3ES QI o-�N <G'ii'000'C S.0 L ST,eI 4) `V �< PoRM5e5 [ERAR.3550 /fi5 p O , . N 10 I 19 � —Al =a � tee: L 514A: `O0R ITEOO R N EISEMEN � jy V( ( T I,' I 1 L 1Op �] Ji - __ ••<uo 3'° Au4i4 PURPTE 5 32 51 4 •iIzl5''00 o i-E e ¢SLB .iwSe•-� p0 L�G'12 PORT P � a <s As - ie'o�e roc.ao• a 1 ?r ONp sL.o4• L.e1.a• \I 1, LDGI(SLgIGH Pl. Y. E%j I I IH i'� - -T-- y4 4i Tlrc &-o- 7B t T7 `] • I 1 3L � I b 545•i;m W Tw 2 I 4 ` 15TIN$ EAS EMEUT G KPLp R1[AL �o- S45•vS'm:E .1,• PROOSED FASEMEM 1 C iTOO' PURpMES PER, TOR IRVINE RAN[. I .n ` W C POA7 WHEELER P II °i _ o�- .9sse /zs3 WATER D1rr. I I •• So-MU�3;[o- �dso' L _s L. _ I O� NAS °•, °o �� yry ^, -ti o-o-N..., �.e I r hs z - - UEAII °. ✓y Nm «PI — L- Nsm cS�NASozA:i, - °E° i°,:I°Ji'• 7 bi 41Q', Io��99: -I Zw vRaroSCO USeueuT r T �� o-'''U- ,°��x, -m�, E- a -°A�m' L•,,.AO• V A5 L_ FOR FIFLTG[AL _ PO PU0.pOSC-S W p A4•�O'S „�Y' .AA' p L ea' re' Rb T 15m R- T�EDWAAD PL. <;o';,5',D \1t C. Wo[°,eD eucueAT I M b!j �� u4si -„'m:n •.'. »' LI /�. 1 11'n Fq[ SIORN OQAM pURrotfS w w rm �'t9 5, � J HI � 1 � !✓ c)l'Wl) -A.. I: 'na•f `..:4.(U' [. .c. S u 1 I o C UE /V �.. 9, Jv- u'„-r� W-c L S, OD• rl 5) 1,11��- °j -Qf 1) I ; IL l( O/�.� 54O'•SO O�0 c, L42.¢A• IU l5 1` 1 .'./I- EPROPOSED / / R]V• ° -u i�5�'ot 9050°` L- Ze.06' yTREET •/hL NSO' z'290' ZO c” 41 11 E, ''la M� PURPOSES oo L. xo.es , i5 oaE R. oo. L. `A 9l 1 • I'• (CANEy PL. x ^, 19o-�u;aSi3�•C •(4.GI' n.2T•• e Q.•w.00' L. ee.t,' "' »' ooh z'- sisT.00' L.zo,. u• a,° m 40 I I 45 It % V'�u Os , R -'4.M• n. e,• ";; oo W DD L: 51' °o 51 b i / °®�I_NISOCV OeE R�50�m' L.3541• li 1 I j LOI '.y )dl Rl A•L35°L°IG`" 4. M' L- 51.ae• 'EO ... U E <SEM" l° FOR EIFLTRRAL FUDD5�5\ N yLSCtl. 41c L ® d.15•.,4' 39' w R:56.P,' L. 15A o PIUpMEO FASEMFUIT O 4 -,9p 50'SG• R�yUCp' L•90. EA T ,m wcK LIRE PURvO es III A. Y 11' 00' A. S w L• 5.4q' EXHIBIT A COUNCILMEN A OF NEWPORA3EACH s�F vp9Ps P° ,y pG �F 2 �� sp y °F .� roll call �r °yy �� "s y" April 13, 1970 index Hills Employer- Employee Relations R -7173 R -7174 Olympic Swimming Pool to such additional reasonable recommendations that the City Manager may prescribe. 4. A letter was presented from the Donald L. Bren Company regarding development proposal for the extension of Buffalo Hills Park. Motion x The extension of Buffalo Hills Park was approved in Ayes x x x x x x x an amount not to exceed $50, 000 as the City's contri- bution, and to be repaid over a period of five years from the Excise Tax Fund. The staff and Parks, Beaches and Recreation Com- Motion x mission were instructed to prepare a Master Plan Ayes x:x x x x x x of Parks considering the ultimate City boundaries and the staff to project the excise tax to the ultimate City boundaries and come back to Council with a figure that will be necessary to implement the variou, facilities such as parks, fire stations and libraries tc be paid from this excise tax. 5. A letter was presented from Sack W. Mullan request- ing annexation to the City of Newport Beach of property bounded by Palisades Road on the north and Orchard Drive on the south, running from the middle point of Tustin Avenue to the center lot line on the east (Half a block). Motion x The annexation request was referred to the Planning Ayes x x x x x x x Commission. Motion x 6. The following resolutions were adopted after the Ayes x x x x x x x reading of the resolutions was waived by unanimous consent of the Council: Resolution No. 7173 establishing a formal procedure for recognizing and negotiating with municipal employee groups, such resolution to be known as the "Employer- Employee Relations Resolution. " Resolution No. 7174 repealing Resolution No. 6911 which established special categories of municipal employees. 7. A report was presented from the Parks, Beaches and Recreation Commission regarding an olympic -size swimming pool in the harbor area. Motion X.- The matter was referred to staff for a report at the Ayes x x x x x x x Council meeting of April 27. Volume 24 - Page 84 Hills Employer- Employee Relations R -7173 R -7174 Olympic Swimming Pool CITY OF NEWPORT BEACH PARKS, BEACHES & RECREATION DEPARTMENT November 9, 1970 T0: DENNIS O'NEIL, ASSISTANT CITY ATTORNEY FROM: SUBJECT: PB $ R Director ecru ,. 1T I REIMBURSEMENT AGREEMENT FOR THE DONALD L. BREN COMPANY Denny, I have received a letter from Harry Merrill requesting that the City proceed with drawing up a reimbursement agreement for the development of Phase II, Buffalo Hills. George and I attended a luncheon meeting with the Landscape Architect and Harry Merrill about two months ago at the Quiet Woman, at which time we discussed the ground rules that would be involved in drawing up the agreement. Unfortunately, you were j unable to attend that particular luncheon. It would seem that a meeting between you and George would be appropriate to put the details onto paper, and if you would like to have me sit in, I will be very happy to do so: But it would seem.that we should be making progress in the near future relative to this agreement with the Bren Company. CALVIN•C. STEWART CCS :h cc: George Pappas r, + DONALD L. BREN COMPANY. 15233 VENTURA BOULEVARD / SHERMAN OAKS, CALIFORNIA 814M / (213)783 -5950 October 22, 1970 Mr. Calvin C. Stewart, Director Parks, Beaches & Recreation Department CITY OF NEWPORT BEACH 3300 Newport Boulevard Newport Beach, California 92660 RE: BUFFALO HILLS PARK - PHASE II Dear Cal: Enclosed you will find two copies of the landscape architect's contract for the above project. You will note that the contract sets out the inspections to be performed by the architect. Therefore, the bid documents should provide that in the event the park contractor calls for an inspection and his work is not ready for, or fails to pass the inspection, the contractor shall be charged for the architect's per diem and expenses insured when the contractor fails to pass inspection. I would appreciate your reviewing the enclosed contract and return - ing one copy to me with your approval. very truly yours, DONALD L. BREN COMPANY $� Harry O. Merrill ".'':'Vice President HOM:m Enc. C �-. 0 CITY OF NEWPORT BEACH CALIFORNIA October 120 Mr. harry 0. Merrill, Vice President Donald L. Bran Company 15233 Ventura Boulevard Sherman Oaks, California Dear Harry: I have reviewed the contents of your letter of October 5th with our Finance Director, George Pappas, and feel that we aro on the right track as far as breaking out costs that will involve the City in the development of the extension of Buffalo Hills Park. There were a few questions that I had relative to this subject, but I think we can clarify those as we go along. Number one, you ha4`1�iiTW 7 Zdst' difgeY '&� Genara a period. ygrsTa N 60-111y :ziuten )orlod that you would require f it were a private psrk. 2`bn iove in the past . the City has talked about 60 days and 90 days, but I think 90 days would be a more realistic figure. You also indicate that the installation of certain utility services would be above and beyond the cost that the Bren Company would pay if the park were to be private, and along with sewer, you include water and electrical. tknwever, if we do have an automatic sprinkler system, there would be no addi- tional installation for water and electricity, since you would need both of these to operate that automatic system. I can see that a sewer to a restroom, however, would be an additional expense. All of the other items listed in your letter appear to be quite realistic, and I think we can use the method as outlined for determining the.difference in costs between a private.-park construction and development of a park to City Standards. I was concerned that a comment was made relative to a higher park cost because of additional inspection that would be ' required by the City, and I feel that there is.a somewhat ol 1 r: '3• j. r 'y. �-. 0 CITY OF NEWPORT BEACH CALIFORNIA October 120 Mr. harry 0. Merrill, Vice President Donald L. Bran Company 15233 Ventura Boulevard Sherman Oaks, California Dear Harry: I have reviewed the contents of your letter of October 5th with our Finance Director, George Pappas, and feel that we aro on the right track as far as breaking out costs that will involve the City in the development of the extension of Buffalo Hills Park. There were a few questions that I had relative to this subject, but I think we can clarify those as we go along. Number one, you ha4`1�iiTW 7 Zdst' difgeY '&� Genara a period. ygrsTa N 60-111y :ziuten )orlod that you would require f it were a private psrk. 2`bn iove in the past . the City has talked about 60 days and 90 days, but I think 90 days would be a more realistic figure. You also indicate that the installation of certain utility services would be above and beyond the cost that the Bren Company would pay if the park were to be private, and along with sewer, you include water and electrical. tknwever, if we do have an automatic sprinkler system, there would be no addi- tional installation for water and electricity, since you would need both of these to operate that automatic system. I can see that a sewer to a restroom, however, would be an additional expense. All of the other items listed in your letter appear to be quite realistic, and I think we can use the method as outlined for determining the.difference in costs between a private.-park construction and development of a park to City Standards. I was concerned that a comment was made relative to a higher park cost because of additional inspection that would be ' required by the City, and I feel that there is.a somewhat ol 1 r: '3• r .,y f Page Two Mr. Harry 0, Merrill October 12, 1970 personal tone in that statement.' However, there might be some justification for making that statement related to past exper- iences in park inspection for the City of Newport Beach. I feel that it is quite important to mention that we would like to have as high a quality as possible in the development of our park facilities, and sometimes the insneeto0 are Forced to be a little s_ ticter than we would.lke,£n_thmn have _tto _ � e. � But again, Harry, I feel we are on the right track in breaking out the cost centers, and will be looking forward to working with you on the devmlopnt of Buffalo Hills Park extension+ Very tru urs , CALVIN C. SMART, Director Parks. Beaches i Recreation Department " CC3th .. cot George Pappas, City Pinance Director Dennis O'Noil, Assts City Attorney 4•..' Rich Harrison; City Park Superintendent ; ` • .., 't `1''•'`r `r- .� $ r, iii, .�• ,;' ' 2. When finish grading and son prepuruiians _ ��•••r - - 3 ;. When irrigation lines are capped and tested prior to bockfilling 4. When plans are delivered to the site 5. When plant materials are spotted 6. When lawn is ready for seeding 7. Final Inspection 8. Final maintenance inspection We have allowed for one trip each for these inspections. In the event further inspections are requested, they will be performed based on our normal hourly rate. We are sure that you understand our reasons for limiting the above. If you should have any questions regarding this matter, please give us a call. ., Sin rely n urtland P. Poul,Al LA Landscape Architect .. CPP:nlh