Loading...
HomeMy WebLinkAboutC-1767 - West Newport Park & Seashore Drive improvements�F STEVENS & PENN ATTORNEYS AT LAW ROBERT P. STEVENS GENE E. PENN ROY S. HAMMA MARK G. SELLERS November 11, 1977 City of Newport Beach Office of Controller 3300 Newport Blvd. Newport Beach, California 92663 Re: West Newport Park Gentlemen: k 1450 TWENTIETH STREET SANTA MONICA,CALIFORNIA 90404 TELEPHONE 213/026 -6511 Enclosed you will find the Release of Stop Notice executed by Pacific Tennis Courts, Inc. with regard to the above entitled project. We are releasing the entire amount ($6,911.96) pur- suant to agreement with the prime contractor that a check will be issued in the sum of $6,216.76 payable jointly to Plaza Landscape Inc. and Pacific Tennis Courts, Inc. When a check made so payable is issued it may be turned over to Plaza and the Release filed. Your assistance in this regard is appreciated. Very truly yours, STEVENS & PENN C-2 'ta_ Gene E. Penn GEP:mvw Encls. ' gtCENIEO CITE CIERK N0� 1g1977� r �. 6�Wb- Release of Stop Notice TO: City of Newport Beach Construction Lender (or perry with whom Stop Notice was frledl 3300 Newport Blvd., Newport Beach, California 92663 Address You are hereby notified that the undersigned claimant releases that certain Stop Notice dated j line. 28 . 1977 , in the amount of $ 6 .911.96 against _City of Newport Beach as owner or public body and Plaza Landscape Inc. as prime contractor in connection with the work of improvement known as - West Newport Beach in the City of Newport Beach , County of State of California. Date November 11, 1977 NameofClaimant Pacific Tennis Courts,Tnc: (FIm Name) Verification for partnership or Sole Ownership STATE OF CALIFORNIA COUNTY OF (Claimant or Representative) being first duly sworn deposes and says that he is of (Owner, Partner or Agent) (Fbm Now) named as claimant in the foregoing claim; thaL_he has read said chirp and knows the contents thereof, and that the facts therein stated are true. X fS4rWturc of Affant) Subscribed and sworn to before me this day or (SIgnatwe of Rosary PiNki Notary Swmp X61977 C1iV BEPCH� * NEWP CAL4F. J 9MOCA FORM 5 (1975) ,19— By Vice President (ofmcfal CopacMY) Verification for Corporation STATE OF CALIFORNIA COUNTY OF Los Angeles Ma r�zPrP S t nn (C7ahrsant or RepnsenhHre/ being rust duly mom deposes and rya that _She Is _ \ /ire- PrPSidr=nt (%Avila[ Qrpdry) of Parifir Tenni¢ CnllrtC Tnc_ (Exact Corparore Now) the WrPoration that executed this fasa aYhs; that.—b makes this verification on behalf of acid tUm w has read aid dabs and knows the 000temb 6Rettf, ow do ft fans ltrerein stated are true. 1 nveofA111utq �, Subscribed and sworn to before me this day of ! /�.% j9J1� Notary Stamp o / No OFFICIAL SEAL Linda J. Stimpson NOTARY PUBLIC-CALIFORN PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires Oct.29, 1978 September 24 Plata Landscape, Inc. 1620 N. Hain Street Orange, CA 92667 Subject: Surety : United States Fidelity & Guaranty Co. Bonds No. : 40- 0120 - 3168 -75 Project: : West Newport Park Improvements and Ssasboro Drive uprovemsnts from 100' east of 35th St. to Summit 8t. Contract No. : 1767 The City Council on August 22, 1977 accepted the- work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion bag been filed. Notice of Completion was filed vitb the Orange County Recorder on August 24, 1977 in Book No. 12330, Page 1880. Pleas* notify your surety company that bonds may be released 33 days after recording date. Doris George City Clark e8 cc: Public Works Department PLEASE RETURN TO RFpGCp���Y 41_r�,�2 BN f 235GP61880 CITY CLERK tsr �o- CITY OF NEWPORT BEACHeO eY FEE Fr- �iPT 3300 NEWPORT BOUI_FVARI) C 4 NEWPORT BEACH, CALIF. 92663 FORANGE FFICIAL RECORDS NOTICE OF COMPLETION UNTY, CAL IFORNIA PUBLIC WORKS M.AUG 24 1977 E, CftfttY Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 27, 1977 the Public Works project consisting of West Newport Park Improvements & Seashore Dr, Improvements from 100' east of 55th St. to Summit St. on which Plaza Landscape Inc was the contractor, and United States Fidelity & Guaranty Co. _ was the surety, was completed. CITY OF NEWPORT BEACH I V ERIFI I, the undersigned, say: orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 23, 1977 at Newport Beach, California. VERIFICATIOI OF CIT I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 22, 1977 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 August 23, 1977 at Newport Beach, California. tECE11IE7 C111 CU -k''. Ep 1 ;1 Is 71 e•, CITY Of 1aEWF4RTl BEAD!!, � GALIF• Stop Notice f. NOTICETO CITY OF NEWPORT BEACH — OFFICE OF CONTRC Name 3300 NEWPORT BLVD., NEWPORT BEACH, CA. RECEIVED CITY CLERK JUI 6 tg77► CITY OF CAU F. (Public Body or Lander)n (If public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is t paytrtsnis under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: PLAZA LANDSCAPE. INC. Sub Contractor (If Any) PACIFIC TENNIS COURTS. INC. Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as TENNIS COURT — WEST NEWPORT PARK (name and address of project or work of improvement) in the City of NEWPORT BEACH County of OR ANQF, State of California. PACIFIC TENNIS COURTS, INCclaimant,a CORPORATTON (Claimant) (CorporationlPartnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is PLAZA LANDSCAPE TNC- (Name of Subcontractor/Contmctor/Owner- Builder) The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was _ LABOR & MATERIALS FOR TENNIS COURTS SLABS — SURFACING (Describe in detail) Total value of labor, service, equipment or materials agreed to be furnished .......... $ '16 , -I R 4 - n n Total value of labor, service, equipment or materials actually furnished is ........... $ -16,-124-On Credit for materials returned, if any ......................... ... $ 0 Amount paid on account, if any ... .......... ................. $ 29,472 0 4 Amount due after deducting all just credits and offsets .................... $ 6,911.96 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 6, 911. 96 as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond not attached. (Bond required on private jobs — not on public jobs.) (is /is not) Date June 28, 1977 NameofClaimant PACIFTC TENNTS COIIRTR, TN( c, ( in Nam By �%Lr.r�1, ��i�.J VIC — PRESIDENT (Official capacity) Verification for partnership or Sole Ownership STATE OF CALIFORNIA COUNTY OF SS. (Claimant or Representative) being first duly sworn deposes and says the* he is (Owner, Partner or Agent) Of (Firm Name) mined as claimant in the foregoing claim; that he has read said claim and knows the contents thereof, and that the fads therein stated are true. X (Signature of Affront) Subset -bed and sworn to before me this day of ,19_ (Signature of Notary Public) Notary Stamp Original of above notice received BMDCA FORM 4 1REV. 8.74) Verification for Corporation STATE OF CALIFORNIA COUNTY OF SS. PACIFIC TENNIS COURTS, INC. (Claimant or Representative) being first duly mom deposes and says that --L he is VICE — PRESIDENT ( Offlcial Capacity) of PACIFIC TENNIS COURTS. INC. (Exact Corporate Name) the corporation that executed the foregoing claim; that—he makes this verification on behalf of said corporation; that be has read said claim and knows the co nts thereof, and that the facts therein ated are true. j( ih'JU 1i •ALP ( nature of Affront) Subscribed and sworn to before me this 28th day of JUNE ,1977 . `'. . Notary, __ OFFICIAL SEAL Sump NO Linda J. Stimpson NOTARY PUBLIC CALIFORP PUIiiCIFAL OFFICE IN LOS ANGU -ES COUNTY My Commission Expires Oct.29, 1978 of CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: Auauat 23, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of West Nevoor Pak mprnysmentm and i I Seashore Drive from 100' east of 55th Se Contract No. 1767_ to Soffiit Street on which Plaza Landscape. Inc. was the Contractor and United States Fidelity 6 Guaranty Co. was the surety. Please record and return to us. Very trul !yours, Aoris George tl City Clerk City of Newport Beach Encl. 0 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1767 Project W. Nawort park 6 Date Jaguars 6. 1977 Attached is signed copy of subject contract for transmittal to the contractor. Contractor: playa Lagdacava Iac Address: 1620 N. Main St., Orange CA 92667 j Amount: $ ZggZMKVM $274.189.65 Effective Date: 1/6/77 Resolution No. 8959 Doris George DG:swk Att. cc: Finance Department 0 1" RHZH hHUSUipe. Inc. 0 1620 North Main Street, Orange, California 92667 • (714) 637.7420 I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to undertake self - insurance before commencing any of the work. 1/4/77 PLAZA L NDSC, AP,�, INC� by J ` by CONTRACTOR'S LICENSE #258108 J P „. c17w of NEWPORT BEACH, CITY CLERK CONTRACT NO. 1767 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET 0 Authorized by the City Council this 27th day of Se t. 1976. Doris George, City Clerk 0 SUBMITTED BY: PLAZA LANDSCAPE, INC. Contractor 1620 N. Main Street Address Orange, CA 92667 City Zip 714- 637 -7420 $261,526.65 Total Bid Items 1 through 60 $12;663.00 itAd�ive ftems A -1, 2, 4 & 5 $274,189.65 TOTAL CONTRACT AWARD 0 • Page I CITY OF NEWPORT BEACH, CALIFORNIA • NOTICE INVITING BIDS SEALED BIDS will be received at the office, of the City Clerk, City Hall, Newport Beach, California, until 11:30 A.M. on the "`10th day of December 19 76, at which time they will be opened and read, for performing work as follows: WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. • The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t -the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 0 Page to • The City has adopted the Standard Specifications for Public Works Construction_ (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman • or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8701 adopted February 9, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -12 -76 Page 2 •All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 258108 & 312032 Classification C -27 & A Accompanying this proposal is bond (Cash, Certified Check, Cas ier s Check or Bon • in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714 -63 - Phone Nu er 12/10/76 Date PLAZA LANDSCAPE, INC. Bidder's Name (SEAL) S /Evelyn L. Fields uthorized Signature S /P.Fields Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: • Phillip W. Fields - President Ralph F. Ambrose - Vice President & Manager Evelyn L. Fields - Secretary- Treasurer 0 0 Page 3 • DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work 1. Asphalt 2. Tennis Co Subcontractor Address 15505 Lincoln Ave. JlZ J. Melrose 3. Electrical Vic Stein Electric Placentia, CA P.O. Box 946 4. /03 Kantlolph Ave. 5. Drainaqe Savala Construction Costa Mesa, CA 92626 6. • 7. 8. 9. 10. 11. 12. E MV IFIX.1111111 Will 0 10 S /Fvelyn I _ Fialrlc Authorized Signature _ S /P. Fields Corporation Type of Organization (Individual, Co- partnership or Corp.) 1620 N. Main Street Orange, CA 92667 Address 0 0 FOROIGINAL SEE CITY CLERK'S FILE A BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, PLAZA LANDSCAPE, INC. and UNITED STATES FIDELITY AND GUARANTY COMPANY Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 OF THE 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 rincippal for the construction of WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVPE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET -- CONTRACT NO. 1767 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 10th day of December 19 76 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact • Vivian K. Brown, Notary Public Commission Expires March 16, 1979 PLAZA LANDSCAPE, INC. rincipal S /P. Fields S /Evelyn L. Fields UNITED STATES FIDELITY AND GUARANTY COMPANY urety By S /0. J. Brown Title Attorney -in -Fact • • Page 5 NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by • this bid. PLAZA LANDSCAPE, INC. S /P. Fields S /Evelyn L. Fields Subscribed and sworn to before me this 10th day of December 19 76 . My commission expires: November 29, 1979 S /Cheryl Ann MacKay Notary Public 0 i Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY • STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. 0 10 S /P.Fields S /Evelyn L. Fields Signed 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. —of of—Cos a esa 1976 Leisure Services Dept. Chuck Rust 556 -5303 Standard aci is orp. 1976 Costa Mesa Dave Langlois 546 -1161 Crow Pacific Development Corp. 1976 Irvine Chris Gibbs 752 -7505 1976 Riverside Unified School District D. M. Callis 781 -2240 1976 City of La Habra Tom Mazzola 213 - 694 -1011 County of Orange. 1975 Dept. of Bldg. Services Paul Muzychenko 834 -5919 1976 City of Norwalk Burt Myers 213 - 868 -3254 Marlborough evelopment Corp. 1976 Los Angeles Ron Carl 714-835-6451 • 1975 City of Newport Beach Dave Fennell • S /P. Fields S /Evelyn L. Fields Signed • • Page 8 LABOR AND MATERIAL BOND BOND NO. 40- 0120 - 3047 -76 • PREMIUM: INCL. IN PERF. BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 20, 1976 has awarded to PLAZA LANDSCAPE, INC. hereinafter designated as the "Principal ", a contract for WEST NEWPORT PARK IMPROVE- MENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET UUNIKAUI NO. 1767— 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 of the City of Newport Beach; 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 PLAZA LANDSCAPE, INC. as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One HHu dd d & Thirty -Seven Thousand Ninety_Four. Dollars and 8 %l�f(�-------- - - - - -- - - - -------- Dollars ($ 137,094.83 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 above bounden Principal 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. • This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • • Page 9 (Labor and Material Bond - Continued) • this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. U • And 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 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 29th day of December 19 7b, PLAZA LANDSCAPE, INC. -Seal) Name of Contractor Pr ipal President Author zed Signature and Title jk I Secretary - Treasurer UNITED STATES FIDELITY AND GUARANTY C"Y) Name of Surety 2600 East Nutwood Ave., Fullerton, Ca. 92631 Address 0. �A torney -in -Fact SpignaturReWand Title of Authorized Agent 2500'WB1shNreOBlvd.. #904, Los Anqeles, Ca. 90057 ddress of Agent (213) 386 -1460 Telephone No. of Agent Cl A • ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF___CALIFCL COUNTY OR CITY OF_ LOS ANGELES sac Before me, a Notary Public, personally came_ 0. J. B OWN known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this 29th _day of_ December _119- 76 OFFICIAL SEAT- �/ Vn f�;l K. f3RO /1 y r:ui t- vsr,:c cAueoervla Notary Public. oFFC . _ IN My Commission expire �` ,. rr Jrm.8743 (947) My Cusraissicn Expires Marcia 16, 1979 • • PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 BOND NO. 40- 0120 - 3047 -76 PREMIUM: $2056.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 20, 1976 has awarded to PLAZA hereinafter designated as the "Principal ", a contract for WEST NEWPORT PARK IMPROVE- MENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, PLAZA LANDSCAPE, INC. as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred & Seventy -Four Thousand One Hundred & Eighty- Nina Dollars and 65.4100 --------------------- Dollars ($ 274,189.65 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, con- ditions, 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. And 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 • (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 Principa�6and Surety above named, on the 29th day of December , 19 • r • PLAZA LANDSCAPE, INC. (Seal) Name of Contractor (Principal) r-. t-4 President Authorized Signature and Title "Sec. -Treas Authorized Signature and Title UNITED STATES FIDELITY AND GUARANTY COMP_1X1) Name of Surety 2600 East Nutwood Ave., Fullerton, Ca. 92631 Address P rety �V wn, Attorney -in -Fact Signature and Title of Authorized Agent 0. J. BROWN COMPANY 2500 Wilshire Blvd., #904, Los Angeles, Ca. 90057 Address of Agent (213) 386 -1460 Telephone No. of Agent 0 0 �1 U 0 ATTORNEY -IN -FACT AFFIDAVIT t CALIFORNIA STATE OR COMMONWEALTH COUNTY OR CITY OF LOS ANGELES ss: Before me, a Notary Public, pP• ° ^ ^ ^rr° ^° ^° U. J. B OWN known to me, and known to be the Maryland Corporation, which exec ture and the corporate seal of sai< and authority of said Company's E free act and deed of United States y--in-Fact of United States Fidelity and Guaranty Company, a attached bond as surety, who deposed and said that his signa- States Fidelity and Guaranty Company were affixed by order Directors, and that the execution of the attached bond is the and Guaranty Company. Given under my hand and seal OFFICIAL SEAL Om-yo' VIVIAN K. BROWN My Commission LOS ANGELES COUNTY a�. s7a (es71 mmission Expires March 16, 1979 December 1976 Notary Public. Page 12 . CONTRACT THIS AGREEMENT, made and entered into thisItAday of , 19_2_�_, VIr by and between the CITY OF NEWPORT BEACH, California, hereina ter designated as the City, party of the first part, and PLAZA LANDSCAPE, INC., hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET -- CONTRACT NO. 1767 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 therefor 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 fothe Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 •5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. n U 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 Clerk CITY OF NEWPORT BEACH, CALIFORNIA By: Vit�— Mayor PLAZA LANDSCAPE, TNC. Contractor (SEAIr By:_ President Title Secretary— Treasurer Title 0 CONTRACT NO. 1767 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 PR 1 of 11 Gentlemen: • The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1767 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE PARK IMPROVEMENTS 1. Lump Sum Demolition, clearing and grubbing. Three thousand @ one hundred fifty -seven Dollars and no Cents $ $ 3,157.00 Per Lump Sum 2. Lump Sum Provide utility services (tele- phone, gas, sewer, and electri- ca l) . Iwo thousand @ four hundred forty -seven Dollars and • Fifty Cents $ $ 2,447.50 Per Lump Sum @ One Dollars and Seven Cents $ 1.07 $ 1,070.00 Per Cubic Yd; 5. 347 Construct Linear Ft. 24" ACP (1,500 D) @ Twenty -nine Dollars and Fifteen Cents $ 29.15 $10,115.05 Per Linear Ft. 6. 1 Construct juncture structure Each No. 1 per CNB Std. Dwg. No. 310 -L w /grate type cover. @ Six hundred fifteen Dollars and Twenty -five Cents $ $ 615.25 Per Each 7. 7 Construct catch basins per . Each details on plans. @ Three hundred seventy -five Dollars and No Cents $ 375.00 $ 2.625.00 Per Each 8. 375 Construct 10" ACP drains in- Linear Ft. cluding connections per CHB Std. Dwg. No. 312 -L. @ Nineteen Dollars and Fifty -two Cents $ 19.52 $ 7,320.00 Per Linear Ft. 9. 440 Construct aggregate base- - j . Tons Park improvements @ Nine Dollars and Twenty Cents $ 9 20 $ 4,048.00' Per Ton • PR2of11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 3. Lump Sum Site rough grading. Seven thousand @ six hundred eighty -three Dollars and No Cents $ $ 7,683.00 Per Lump Sum 4. 1,000 Place imported borrow Cubic Yds. @ One Dollars and Seven Cents $ 1.07 $ 1,070.00 Per Cubic Yd; 5. 347 Construct Linear Ft. 24" ACP (1,500 D) @ Twenty -nine Dollars and Fifteen Cents $ 29.15 $10,115.05 Per Linear Ft. 6. 1 Construct juncture structure Each No. 1 per CNB Std. Dwg. No. 310 -L w /grate type cover. @ Six hundred fifteen Dollars and Twenty -five Cents $ $ 615.25 Per Each 7. 7 Construct catch basins per . Each details on plans. @ Three hundred seventy -five Dollars and No Cents $ 375.00 $ 2.625.00 Per Each 8. 375 Construct 10" ACP drains in- Linear Ft. cluding connections per CHB Std. Dwg. No. 312 -L. @ Nineteen Dollars and Fifty -two Cents $ 19.52 $ 7,320.00 Per Linear Ft. 9. 440 Construct aggregate base- - j . Tons Park improvements @ Nine Dollars and Twenty Cents $ 9 20 $ 4,048.00' Per Ton C� J • 0 12. 13 14 15. 16. @ Three Dollars and Forty Cents $ 3.40 $ 2,961.40 Per Linear Ft. 29 Construct parking meter posts Each including concrete base slab. @ Forty Dollars and Fifty Cents $ 40.50 $ 1,174.50 Per Each 8,290 Construct P.C.C. sidewalk per Sq. Ft. CNB Std. Dwg. No. 180 -L with heavy rock salt finish. @ No Dollars and Eighty -eight Cents $ .88 Per Sq. Ft. 30 Linear Ft. 7 Linear Ft 51 Linear Ft.. Construct P.C.C. retaining wall. @ Fifty -nine Dollars and Twenty -five Cents $ 59.25 Per Linear Ft. Construct 5' concrete block wall to match existing wall. $ 7,295.20 $ 1,777.50 @ Sixteen Dollars and Five Cents $ 16.05 $ 112.35 Per Linear Ft. Construct P.C.C. steps. @ Eight Dollars and Five Cents $ 8.05 $ 410.55 Per Linear Ft. i • PR 3 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 330 Construct asphaltic concrete Tons pavement including prime coat- - Park improvements. @ Eighteen Dollars and Sixty Cents $ 18.60 $ 6,138.00 Per Ton 11. 871 Construct Type "B" P.C.C. per Linear Ft. CNB Std. Dwg. No. 182 -L. 12. 13 14 15. 16. @ Three Dollars and Forty Cents $ 3.40 $ 2,961.40 Per Linear Ft. 29 Construct parking meter posts Each including concrete base slab. @ Forty Dollars and Fifty Cents $ 40.50 $ 1,174.50 Per Each 8,290 Construct P.C.C. sidewalk per Sq. Ft. CNB Std. Dwg. No. 180 -L with heavy rock salt finish. @ No Dollars and Eighty -eight Cents $ .88 Per Sq. Ft. 30 Linear Ft. 7 Linear Ft 51 Linear Ft.. Construct P.C.C. retaining wall. @ Fifty -nine Dollars and Twenty -five Cents $ 59.25 Per Linear Ft. Construct 5' concrete block wall to match existing wall. $ 7,295.20 $ 1,777.50 @ Sixteen Dollars and Five Cents $ 16.05 $ 112.35 Per Linear Ft. Construct P.C.C. steps. @ Eight Dollars and Five Cents $ 8.05 $ 410.55 Per Linear Ft. i • 0 PR 4 of 11 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 17. 265 Construct P.C.C. mow strip Linear Ft. @ Two Dollars and Eighty Cents $ 2.80 $ 742.00 Per Linear Ft. 18. Lump Sum Construct 4 tennis courts in- cluding fencing, provisions for future lighting, wind screen, surfacing, and appurtenances. Eighty - eight.thousand @ six hundred twenty -eight Dollars and No Cents $ $ 88,628.00 Per Lump Sum 19. 2 Furnish and install entry signs. Each One thousand @ seven hundred eighty -four Dollars and Twenty -five Cents $ 1,784.25 $ 3,568.50 Per Each • 20. 4 Furnish and install bench #1. Each @ Two hundred sixty -six Dollars and No Cents $ 266.00 $ 1,064.00 Per Each 21. 4 Furnish and install bench #2. Each @ Two hundred thirty Dollars and Sixty Cents $ 230.60 $ 922.40 Per Each 22. 5 Furnish and place trash recep- Each tacles. @ One hundred eighty Dollars and No Cents $ 180.00. $ 900.00 Per Each 23. 2 Construct drinking fountains Each and water supply system. • @ Two hundred seventy -six Dollars and Fifty -five Cents $ 276.55 $ 553.10 Per Each PR 5 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 24. 25 W 27 0 28. 29. E 3 Install spring animals. Each @ One hundred sixty -three Dollars and Thirty Cents $ 163.30 $ 489.90 Per Each Lump Sum Construct dock. @ Five hundred fifty -six Dollars and No Cents $ $ 556.00 Lump Sum Lump Sum Furnish and Install #4E play structure. @ Three hundred fifteen Dollars and No Cents $ $ 315.00 Lump Sum Lump Sum Furnish and Install #62M play structure. Three thousand @ three hundred thirty -seven Dollars and No Cents Lump Sum 89 Furnish and place Conrock #28 sand. Cubic Yards $ $ 3,337.00 @ Thirteen Dollars and Sixty Cents $ 13.60 $ 1,210.40 Per Cubic Yard 130 Furnish and install irrigation Each shrub heads (including pipe and fittings. @ Eleven Dollars and Twenty -five Cents $ 11.25 $1,462.50 Per Each 215 Furnish and install turf heads. Each @ Twelve Dollars and No Cents Per Each 12.00 $2,580.00 PR 6 of 11 Ll ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 31. 2 Furnish and Install #41K Rotors. Each @ Eighty -seven Dollars and No Cents $ 87.00 $ 174.00 er Each 32 14 Furnish and Install #37 RC Rotors. Each @ One hundred five Dollars and No Cents $ 105.00 $1,470.00 Per Each 33. Lump Sum Furnish and Install Weinman #1z KH 7, -4. pump and assembly. Two thousand @ seven hundred twenty Dollars and No Cents $ $ 2,720.00 Lump Sum 34. Lump Sum Furnish and Install 2" P -711 SMR @ Two hundred ninety -five Dollars and No Cents $ $ 295.00 Lump Sum 35. Lump Sum Furnish and Install Griswold SR 24 automatic controller One thousand @ six hundred ninety -Fight Dollars and No Cents $ $1,698.00 Lump Sum 36. 16 Furnish and Install Griswold SF control Each valves.- @ One hundred thirty -one Dollars and Seventy -five Cents Per Each 37. 10 Furnish and Install Rainbird LVC 44 Each Quick Couplers. @ Thirty -five Dollars • and Eighty -five Cents Per Each $ 131.75 $2,108.00 $ 35.85 $ s58_Sn • ' • PR 7 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 1315 Furnish and Install Class 315 Linear Feet Pressure Line. @ One Dollars and Fifty Cents $ 1.50 $ 1,972.50 Per Linear Foot 39. Lump Sum Provide Ground Preparation and finish grading. @ Two thousand five hundred Dollars No Cents $ $ 2,500.00 Lump Sum 40. Lump Sum Furnish and Install ground cover from flats. @ Nine hundred eighty Dollars and No Cents $ $ 980.00 Lump Sum • 41. Lump Sum Plant turf. @ Six hundred Dollars and No Cents $ $ 600.00 Lump Sum 42. 7 Furnish and plant 36" Box Trees. Each @ Four hundred seven Dollars and No Cents $ 407.00 $ 2,849.00 Per Each 43. 6 Furnish and plant 24" Box Trees. Each @ One hundred sixty -three Dollars and Fifty Cents $ 163.50 $ 981.00 Per Each 44. 126 Furnish and Plant 15 Gal. Trees. Each @ Thirty -seven Dollars and • Eighty -five cents $ 37.85 $ 4,769.10 Per Each PR 8 of 11 i lltm 4UANIIIT 11Lm ULJ)LK1NIIUN UN1I IUTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 45. 6 Furnish and Plant 7' Palm Trees. Each @ Ninety Dollars and No Cents $ 90.00 $ 540.00 Per Each 46. 186 Furnish and Plant 5 Gal. Shrubs Each @ Eight Dollars and Eighty -five Cents $ 8.85 $ 1,646.10 Per Each 47. 16 Furnish and Plant 1 Gal.Shrubs Each @ One Dollars and Fifty Cents Per Each 1.50 $ 24.00 48. 1 5 Furnish and Plant 5 Gal,Vines Each @ Eight Dollars • and Eighty -five Cents $ 8. Per Each 49. Lump Sum Provide 60 days maintenance. .*C • 51 @ One thousand six hundred Dollars and No Cents $ $ 1,600.00 Lump Sum SUB -TOTAL (ITEMS 1 THROUGH 49) $ 192,608.55 STREET IMPROVEMENTS Lump Sum 22,000 Square Feet Clear and grub, including removals in street areas and CMP sleeve installations. @ Fifteen thousand nine hundred Dollars and No Cents $ Lump Sum Construct P.C.C. sidewalk per CNB Std. Dwg. No. 180 -L. @ No Dollars and Eighty -three Cents Per Square Foot $ .83 $ 18,260.00 PR 9 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • 52. 970 Square Feet 53. 4025 Linear Feet 54. 28 Linear Feet 55. 127 • Tons 56. 354 Tons 57. 180 Tons 58 2 Each • Construct Commercial Driveway Approach per CNB Std.Dwg. No. 160 -L. @ One Dollars and Twenty -five Cents Per Square Foot Construct Type A P.C.C. curb and gutter per CNB Std.Dwg. No. 182 -L. $ 1.25 $ 1,212.50 @ Four Dollars and Sixty Cents $ 4.60 $ 18,515.00 Per Linear Foot Construct Type B P.C.C. curb per C.N.B. Std.Dwg. No. 182 -L. @ Three Dollars and Forty Cents $ 3.40 $ 95.20 Per Linear Foot Construct asphaltic concrete paving including prime coat. @ Twenty -three Dollars and Eighty Cents $ 23.80 $ 3,022.60 Per Ton Construct aggregate base. @ Ten Dollars and Twenty -five Cents $ 10.25 $ 3,628.50 Per Ton Construct variable thickness asphaltic concrete patches. @ Thirty Dollars and Eighty -five Cents Per Ton Construct curb inlet Type O.S. W /5' length of 18" A.C.P. 1500 D and concrete collar. @ Nine hundred fifty -seven Dollars and Sixty -five Cents Per Each WII $ 957.65 $ 1,915.30 PR 10 of 11 iItM qum I I I T lltM UtJ)UK1Y11UN UN11 IUTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 59. 6 Install 4" diameter galvanized steel Each guard posts. @ Thirty -seven Dollars and No Cents $ 37.00 $ 222.00 Per Each 60. - 22 Adjust valve, meter and pull boxes. Each @ Twan ,y-cPvPn ^ Dollars and No Cents $ 27-nn $ saa nn Per Each SUB -TOTAL (ITEMS 50 THROUGH 60) $ 68,918.10 TOTAL PRICE FOR ITEMS 1 THROUGH 60 (BASE BID) Two hundred sixty -one thousand five hundred twenty- si ollars and Sixty -five Cents $ 261,526.65 • ADDITIVE ITEMS Construct P.C.C. Bike Trail A -1 4260 Square Feet (Easterly of Real Estate office). @ One Dollars and Twenty Cents Per Square Foot A -2 2250 Construct 3" thick by 12 foot wide Square Feet asphaltic concrete Bike Trail. @ No Dollars and Sixty -five Cents Per Square Foot A -3 22,590 Construct P.C.C. Bike Trail Square Feet including demoli- tion, clearing and grubbing, and relo- cating chain link fence (westerly of Real Estate office to Orange Avenue). @ One Dollars • and Thirty -eight Cents Per Square Foot $ 1.20 $ 5,112.00 65 $_1,462.50 NOT AWARDED $ Y'1g $ MY74IX . PRllofll ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE • A -4 75 A4A Construct 5' chain link fence includ- Linear Feet ing irrigation system and planting. @ Nine Dollars and $ 742.50 Ninety Cents $ 9.90 $ N,IW$AW Per Linear Foot A -5 330 Construct 5' slump stone and wrought Linear Feet iron fence including irrigation system and planting. @ Sixteen Dollars and Twenty Cents $ 16.20 $ 5,346:00 Per Linear Foot A -6 Lump Sum Construct 4 hand ball courts including fence. @ Thirty -four thousand Dollars and NOT AWARDED No Cents $ $ Lump Sum Plizi d Bidder's Name December 10, 1976 Date CONTRACTOR'S LICENSE NO. 258108 & 312032 S /P. Fields SEvin d Authorized Signature CONTRACTOR'S ADDRESS 1620 N. Main St. , Orange CA TELEPHONE NUMBER 714- 637 -7420 SUBTOTAL ITEMS 1 THROUGH 60 (BASE BID) SUBTOTAL ITEMS A -1, A -2, A -4 & A -5 $261,526.65 $ 12,663.00 TOTAL CONTRACT AWARDED $274,189.65 •CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT • CONSTRUCTION OF WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 BID OPENING: December 10, 1976, 11:30 a.m. Please make the following revisions in the contract documents: 1. PROPOSAL: A. Item 14 - Add a $ and a line under "Unit Price" and "Total Price ". B. Item 33 - Change Item Description to read "Furnish and install Weinman #1; KH 7; -4 pump and assembly. C. Between Items 49 and 50 change title to read "STREET IMPROVEMENTS ". • D. Additive Item No. A -2 - Change "Linear" to "Square" in both the "Quantity and Unit" column and the "Item Description" column. 2. SPECIAL PROVISIONS: Add the attached Booster Pump specifications and detail. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL AND INSERT A COPY WITH YOUR PROPOSAL. cv�, (9 Don Webb Project Manager S /Phillip W. Fields 12 -6 -76 S /Evelyn L. Fields Date Received Contractor's Authorized Signature • • BOOSTER PUMP SPECIFICATIONS Booster pump shall be Weinman 12 KH - 7z - 4, 71� horsepower, 1750 R.P.M., single phase, equipped with a Type "TV" purge valve. Booster pump shall have a fabricated steel base to raise undershot discharge above concrete pad. Pump motor shall have an open drip -proof enclosure. Booster pump shall be capable of delivering 160 G.P.M. @ 55 P.S.I. This shall combine with existing 60 P.S.I. for a total of 55 P.S.I. minimum. 2. Provide and install a magnetic pump starter in a Nema 1 enclosure with H.O.A., circuit breaker, low voltage (ambient compensated) protection and start button, 120 volt single phase relay coils and door safety switch, sized appropriately for booster pump. Contractor shall make necessary electrical hook -ups to existing power. 3. Provide a disconnect switch for electrical power supply prior to the booster pump and the booster pump control center. 4. The magnetic starter shall be wired so that the automatic controller actuates the booster pump during the irrigation cycle. 5. Gate valves shall be Kennedy 561X or approved equal. • 6. Flexible couplings shall be Smith -Blair 411 Series or approved equal. C1 7. All pipe and fittings for booster pump make -up shall be flanged cast iron or galvanized steed. Where piping for booster pump make -up is 2" size or smaller, the irrigation contractor may use screwed pipe and fittings in lieu of flanged pipe and fittings provided a sufficient number of unions are utilized to allow easy dismantling of booster pump assembly. Note: Any pipe and fittings installed below grade shall be flanged cast iron or.brass. B. Booster pump shall be painted with two (2) coats of rust resistant paint. Color and type of paint to be selected by the City. 0 'CREEX VALVE A SUGTI OLI LANC+ioR�uMP to- CoUC2&TS W&L ' 16`KIB`KIB` TU2U6T B •' � � (plc Al.) .•i.•'::. - GUCTIOU —FU%I &LE COUPUUG 2,1 G/.Ti VALVE �� II • -li I:II�'� FLDNGED PLAN VIEW BOOSTER PUMP DETAIL FLI.UGED 90' ELL (tYP1GAL) FLd.NGED TiE. To Iae1GSTI014 SUPPLY LINE ADAPT AS 2"D. PUMP ¢6E 11/21, &LE COUPLING Fl1•NGED 90' ELL (TYPICAL) N /z" 3" CW9CX VALVE TO IIM"TION SUPPLY UUE CONTRACT NO. 1767 • INDEX Tu- SPECIAL PROVISIONS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET SECTION PAGE DIVISION 1 - GENERAL REQUIREMENTS lA Scope of Work; and Award of Contract 1 1B Supplementary General Conditions 1 1C Special Provisions 2 DIVISION 2 - SITE WORK 2A Demolition & Grubbing 2 2B Excavation & Stie Grading 3 2C Asphalt Paving 1 2D Concrete 1 2E • Tennis Courts 7 2F Chain Link Fencing 3 2G Electrical Facilities 3 2H Irrigation System 15 2I Planting 15 2J Completion Cleaning 1 Construction Details 11 0 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT • SPECIAL PROVISIONS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET DIVISION 1 - GENERAL REQUIREMENTS SECTION lA - SCOPE OF WORK; AND AWARD OF CONTRACT The work to be done under this contract consists of the construction of improve- ments for the West Newport Park between Coast Highway and Seashore Drive running from 55th Street to westerly of 59th Street, including an additive item for two bike trail constructions to Orange Avenue. Also in this contract is the con- struction of improvements on Seashore Drive from 100' E/0 55th Street to Summit Street. The items of work consist of demolition, clear and grub, grading, construction of four handball courts, four tennis courts complete with fencing, and pro- visions for future lighting system, concrete walks, curb and gutter, A.C. park - ing areas, A.C. street paving, irrigation system, landscaping, drinRing fountains, etc. The work required furnishing all labor, equipment, material, transportation, and services necessary to complete all the work as shown on the City of Newport • Beach Drawing No. R- 5295 -S and P- 5078 -S and in accordance with these Special Provisions, the City's Standard Special Provisions and Drawings, and the City's Standard Specifications, where applicable, the 1973 Uniform Building Code and the 1975 National Electric Code. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3044 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. Bidders, contractors, ,subcontractors, suppliers and other individuals affecting this work are hereby directed as a condition of this contract to obtain copies of these documents in the number of copies necessary to fully acquaint themselves with the articles contained herein. Special notice is given that no contractural adjustments, additional charges or any other compensation will be granted due to insufficient preparation or failure on the part of anyone to adequately understand the provisions and requirements set forth in these documents. All bidders shall submit bids for the base contract items items. The City reserves the right to award the contract bid, or any combination of additive items plus the base b are included in the award of the contract,. the award will • qualified bidder for the base bid plus the additive items CITY OF NEWPORT BEACH and for all additive for either the base id. If additive items go to the lowest chosen. SECTION lA Page 1 of 1 0 • SECTION 1B - SUPPLEMENTARY GENERAL CONDITIONS n lJ • THE SUPPLEMENTARY GENERAL CONDITIONS contain additions to the Standard Specifications. In the event of conflict between the Supplementary General Conditions and the Standard Specifications, the Supplementary General Conditions will prevail. 1B.1 SAFETY ORDERS The Contractor shall have, at the worksite, copies or suitable extracts of Construction Safety Orders and General Industrial Safety Orders issued by the State Division of Industrial Safety. He shall comply with the provisions of these and all other applicable laws, ordinances and regulations. 1B.2 GUARANTEES Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City and shall repair and replace any and all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and /or materials within the one (1) year period from date of acceptance, without any expense whatsoever to the City, ordinary wear and tear and usual abuse or neglect excepted. In the event of failure to comply with the above mentioned conditions within a week after being notified in writing, the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefor immediately on demand. • CITY OF NEWPORT BEACH SECTION 1B WEST NEWPORT PARK Page 1 of 1 • •. • SECTION 1C - SPECIAL PROVISIONS 1C.1 PRE - CONSTRUCTION CONFERENCE The Contractor and his superintendent shall meet with the City within ten (10) days after Award of Contract to discuss matters regarding the execution of the contract, and the scheduling and conduct of the work. 1C.2 PROGRESS MEETING The City may require job progress meetings during the process of construction. The Contractor and any or all of his subcontractors shall attend these meetings as directed. 1C.3 TIME FOR COMPLETION The Contractor shall begin work within ten (10) calendar days after the Execution of Contract by the City. All work shall be completed one hundred twenty (120) calendar days after execution of contract by the City. The time slated for completion shall include final clean -up of the premises and up to the time when the • maintenance establishment period begins. The maintenance establish- ment period will start at the time of completion and run for a minimum of sixty (60) calendar days. 1C.4 CONSTRUCTION SURVEY STAKING Field surveys for control of all grading and construction shall be the responsibility of the Contractor. All such surveys, including construc- tion staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made thereof. The Contractor's licensed engineer or surveyor shall submit a Statement of Certification, verifying the accuracy of the grading work in conformance with the documents. • CITY OF NEWPORT BEACH SECTION 1C WEST NEWPORT PARK Page 1 of i 1C.5 SITE ACCESS AND WORK AREA • Special attention is directed to Section 7 -8 and 7 -9 of the Standard Specifications regarding site maintenance and protection of existing improvements. 1C.6 WATER 0 40 The Contractor shall make his own provisions for obtaining and apply- ing water necessary to perform his work. If the Contractor wishes to use available City water, it will be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. IC.7 FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the engineer, are not subjected to the probability of damage. The Contractor shall obtain written permission from the property owner before any diversion of water outside the project area will be permitted by the engineer. 1C.8 COOPERATION AND COLLATERAL WORK Cooperation and collateral work shall be done in accordance with Section 7 -7 of the Standard Specifications. The rest room shown at 58th Street is to be constructed by others. The Contractor shall coordinate with the rest room builder and provide the necessary grading and utility service connections to be housed in the rest room building. CITY OF NEWPORT BEACH WEST NEWPORT PARK SECTION 1C Page 2 of 2 0 1i DIVISION 2 - SITE WORK SECTION 2A - DEMOLITION & GRUBBING 2A.1 STANDARD SPECIFICATIONS All Demolition, Clearing and Grubbing work shall conform to the City's Standard Specifications. 2A.2 ITEMS OF WORK The work is shown on the drawings. No separate payment will be made for any item not shown on the base bid proposal. Therefore all work shall be included in the base bid price. 2A.3 RETENTION OF EXISTING TREES The retention and protection of trees not indicated on plan for removal is of the utmost importance. Tree damage is any damage to trees such as scarring, breaking, tearing or bruising of trunk, branches or limbs. 2A.3.1 Injury or Damage. If any tree is injured or destroyed during the course of /or as a result of construction operation, the Contractor shall repair the damages or replace the tree on a replacement basis of an equal size or payment to the City for an equal container size and labor to plant. All replacement and payment shall be made by the Contractor at no additional prices to the City. The City shall be the final judge of the need and extent of replacement or payment. His judgement will be final. 2A.3.2 Tree Surgery. Any tree damaged irrespective of its location shall Fe- repaired by a qualified tree surgeon. The tree surgeon shall be adequately qualified and subject to approval by the City. All compensation for such surgical work shall be borne by the Contractor with no additional price or costs to the City. Surgical work shall include but not be limited to the following: CITY OF NEWPORT BEACH SECTION 2A • WEST NEWPORT PARK Page 1 of 2 0 0 • 2A.3 RETENTION "OF EXISTING TREES (continued) tracing and shaping wounds removing damaged limbs "cleaning" broken limbs - sealing of all cuts and wounds 2A.3.3 Other Landscape Damage. Unless otherwise indicated on the drawings, the retention and protection of all shrub material is of utmost importance. Damage or destruction of such material shall be replaced on an equal size basis or payment to the City for an equal container size equal to those prices quoted in the Form of Proposal. All replacement and payment shall be made by the Contractor at no additional prices to the City. The City shall be the final judge of the need and extent of replacement or payment. His judgement will be final. 2A.4 CLEARING AND GRUBBING a. The entire project area shall be cleared and grubbed in conformance with Section 300 -1 of the Standard Specifications except as herein modified on the drawings or herein. • b. All cleared material shall be removed from the site and disposed of in a legal manner. No burning will be permitted. 2A.5 INSPECTION The City shall maintain continuous inspection of all work. • CITY OF NEWPORT BEACH SECTION 2A WEST NEWPORT PARK Page 2 of 2 0 SECTION 2B - EXCAVATION AND SITE GRADING 2B.1 TOLERANCE 0 All building pads, tennis courts, parking areas and the balance of the site, including all earth mounds and walkway areas shall be rough graded to a tolerance of ± 0.1 foot as indicated on the plans. All areas shall be left neat, smooth and uniform in appearance. 2B.2 SUBSURFACE DATA Exploratory test pits were dug at the project site. The test pit logs and soil data are available for the Contractor's inspection at the Public Works Department, City Hall, 3300 Newport Boulevard, Newport Beach, California. Attention is directed to Section 2 -7 of the Standard Specifications regarding subsurface data. 2B.3 EXISTING UTILITIES • The Contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the drawings. Prior to performing con- struction work, the Contractor shall be responsible for requesting each utility company to locate its facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the drawings. • CITY OF NEWPORT BEACH SECTION 2B WEST NEWPORT PARK Page 1 of 3 0 2B.4 SITE ROUGH GRADI The Contractor on the plans. spoil area. Debris, trees, organic debris operation shal manner. shall grade Portions of vegetation, or concrete be removed the site to the lines and grades shown the project site have been used as a other deleterious materials, and non- , etc., encountered during the grading from the site and disposed of in a legal The lump sum price bid for site rough grading shall include but not be limited to the required unclassified excavation and fill necessary to bring the paved areas to sub -grade elevation and the turf and ground cover areas to a uniform grade below finished grade, utilizing the material available on the site. Except for the work included in clearing and grubbing; this item shall also include all costs involved with the removal and disposal of debris, trees, vegetation, other deleterious materials and non - organic debris or concrete encountered in the grading operation. • 2B.5 IMPORTED BORROW It is estimated that approximately 1000 cubic yards of imported borrow will be required. The areas to receive turf and ground cover (approximately 32,000 S.F.) shall be left low (9 " ±) to receive the imported borrow to be provided by City. The Contractor shall give the City 7 days notice to provide the imported borrow. This notice shall include the date or dates borrow is needed, the quantity and place borrow is to be dumped. The Contractor shall allow a minimum of 5 days for City to deliver 1000 yards of imported borrow. The City intends to provide top soil as imported borrow. The unit price bid per cubic yead for placing imported borrow shall include all costs relating to the moving and placing of the borrow material. The measurement of cubic yards of imported borrow shall be based on the quantities delivered to the site. • CITY OF NEWPORT BEACH SECTION 2B WEST NEWPORT PARK Page 2 of • 2B.6 SUBGRADE PREPARATION FOR PAVED AREAS Paved areas include tennis courts, handball courts, bike trails, parking lots, sidewalks, slabs, curbs, drainage structures, and concrete on grade. The subgrade for paved areas shall be pre- pared in accordance with Section 301 -1 of the Standard Specifica- tions. In addition to the requirements of this Section the subgrade within the tennis court and handball court areas and five feet beyond shall be scarified and cultivated (if necessary cleansed) to a depth of at least 12 inches. Structural excavation and backfill shall be in accordance with Section 300 -3 of the Standard Specifications. The excavated and processed soils and other fill soils shall then be replaced in uniform lifts (6 -8 inches thick), cleansed of all vegetation or debris, brought to approximate optimum moisture content and compacted to a minimum relative compaction of 95 percent of the laboratory standard. The laboratory standard is ASTM D- 1557 -70, the 5 -layer method. 0 CITY OF NEWPORT BEACH SECTION 2B • WEST NEWPORT PARK Page 3 of 3 L • SECTION 2C - ASPHALT PAVING C, J 2C.1 REFERENCE STANDARDS Asphaltic concrete paving for bike trail, parking lot and street shall be in conformance with Section 302 -5 and Section 400 -4 of the Standard Specifications except as herein modified. 2C.2 MATERIALS 2C.2.1 Asphaltic Concrete. Asphaltic concrete shall be Type III - C3 - AR - 4000, placed to a minimum 3" thickness as shown on the plans. (Skin Patch) A.C. shall be Type III - D - AR - 4000, placed to the units as shown on the plans. 2C.2.2 Tack Coat. Where paving is to be placed directly on an existing aspFa t concrete surface, a tack coat shall be applied in accordance with Section 302 -5.3 of the Standard Specifications. 2C. 2.3 Prime Coat. Prime coat shall be applied prior to placement of asphalt concrete in accordance with Section 302 -5.2 of the Standard Specifi- cations. 2C. 2.4 Aggregate Base. Aggregate base shall conform to and shall be placed in conformance with Sections 200 -2.4 and 301 -2 of the Standard Specifications. 2C.3 CONSTRUCTION & INSTALLATION 2C.3.1 Protection of Work. Curbs, walls and other work to be covered with suitable materia and protected from injury by equipment and contact with oil, emulsion or asphalt. All manholes, catch basins and other gratings to be covered with suitable material so that no asphalt or emulsion will come in contact with the inside walls or floors of the structures. Any damage to such work shall be repaired and /or replaced at the Contractor's expense. 2C.3.2 Finish. The surface shall pitch 1% to drain unless indicated other- wise. All areas shall be tested by watering down to indicate water pockets. 2C.3.3 Tolerance. Plus or minus ', inch at any point. At no point shall the surface fail to drain. 2C.3.4 Protection. Protect from traffic during all operations. 2C.3.5 Parking Stripping Paint. Paint and painting shall be by City. is CITY OF NEWPORT BEACH SECTION 2C WEST NEWPORT PARK Page 1 of 1 i 0 0 SECTION 2D - CONCRETE 2D.1 CONCRETE WALK, STEPS AND MISCELLANEOUS CONCRETE The concrete walk, steps and miscellaneous concrete construction shall conform to the requirments of Section 303 -5 of the Standard Specifications except the concrete shall be Class 560 -C -3250. 2D.2 CLEAN -UP The Contractor shall clean up and remove from the premises all unused material debris resulting from the performance of the work of this section. CITY OF NEWPORT BEACH • WEST NEWPORT PARK r I i SECTION 2D Page 1 of 1 0 0 SECTION 2E - TENNIS COURTS 0 2E.1 QUALIFICATIONS OF CONTRACTOR, SUB - CONTRACTORS, AND WORKMEN (FOR TENNIS COURTS) 2E.1.1 General. Because of the nature of this work, the contract will be awarded only to a bidder with extensive experience in the construction of concrete tennis courts or one who proposes to use a sub - contractor with extensive experience in concrete tennis courts. Accordingly, each bidder shall submit a list of all the concrete tennis courts he or his proposed sub - contractor has constructed in the last five years along with his bid for this project. 2E.1.2 Pre - qualification of Cement Finishers. The concrete playing surface of the tennis courts shall be finished only by cement finishers with at least five (5) years' experience in the trade and with extensive experience in applying the required finish. Two weeks vefore starting to place the concrete tennis court slabs, the Contractor shall furnish the engineer with a list of names and qualifications of the cement finishers he intends to employ on this portion of the work. The engineer will review the list and approve in writing the employment of the finishers who in his opinion are qualified. Only finishers who are pre - qualified in this manner shall be employed on this phase of the work. The names of additional finishers, together with their qualifications, may be submitted in writing by the Contractor from time to time. However, they shall not be employed on this phase of the work until written approval has been obtained from the engineer who will review the qualifications within a reasonable time. Any finisher who cannot produce the required finish shall be removed from this phase of the work and shall not again be used in the finishing of the tennis court surfaces. 2E.2 MATERIALS 2E.2.1 Forms. Wood, free of warps, smooth, straight. 2E.2.2 Reinforcing Bars. Shall conform to Section 201 -2 of the Standard Specifications and shall be placed in accordance with Section 303 -1.7 of the Standard Specifications. 2E.2.3 Base. Base with IV' maximum size aggregate. 2E.2.4 Cement. Shall conform to Section 201 -1.21 of the Standard Specifications. CITY OF NEWPORT BEACH SECTION 2E • WEST NEWPORT PARK Page 1 of 7 n LJ 0 r1 LJ • 0 2E.2.5 _Aggregates. Aggregate shall be from San Gabriel River pits approved y the he Engineer, stockpiled at the batch plant and removed in horizontal layers of uniform thickness. To prevent spalling and popping on slab surface, all aggregates shall be free of reactive materials. 2E.2.5.1 Fine Aggregate shall consist of hard, strong, durable particles of natural sand. Fine aggregate shall pass a 3/8" sieve and be uniformly graded from coarse to fine with at least 90% passing a No. 4 sieve, not to exceed 7% passing a No. 100 sieve, and all retained on a No. 200 sieve. 2E.2.5.2 Coarse Aggregate shall consist of clean, hard, sound, durable crushed rock or washed gravel, and shall contain not more than 5% by weight of flat, thin, elongated, friable, or laminated pieces. Any piece having a major dimension in excess of two and one -half (21-,) times its average thickness shall be considered as flat or thin elongated. Coarse aggregate shall have a specific gravity of not less than 2.50. 2E.2.5.3 Mix Design (Per Cubic Yard) Specific Strength 2000 Cement, Type II Cement, SKS 5 Cement, Lbs. 470 Sand, Lbs. 1340 No. 3 Gravel, Lbs. 1865 Water, Olbs. 325 Total Weight 4000 Water, Gallons 39.0 Water, Gallons /SK 7.8 Slump, Inches 4 Admixture None Mix Water, Gallons 39.0 2E.3 FORMS The Contractor shall notify the City 24 hours before such pour in order that the City's surveyor may check all forms for location and elevation. The Contractor shall be resp3nsible for correct placement of pipe posts, reinforcing steel, removal of forms and protection of slabs. CITY OF NEWPORT BEACH WEST NEWPORT PARK SECTION 2E Page 2 of 7 • •- • 2E.4 REINFORCING STEEL All reinforcing bars shall be secured to insure no movement during the placing operations. Slab reinforcing bars shall be securely tied and set on chairs to prevent movement during concrete placing. At all times and at each location during the placing of concrete, there shall be a competent representative of the Contractor present, whose sole duty shall be the inspection of all reinforcement steel and the maintenance of bars in their proper position. 2E.5 Transit Mixed a. Transit mix concrete shall be mixed for a period of not less than fifteen (15) minutes. At least three minutes of the mixing period shall be at the work site immediately prior to discharging from the mixer. b. Concrete shall be rejected if not placed in final position within 45 minutes after water is first added to the batch. c. Transit -mixed concrete is not to be delivered to the site with the total specified amount of water incorporated therein. Two and a half (22) gallons of water per cubic yard shall be withheld • and may be incorporated in the mix before the concrete is dis- charged from the mixer and mixing time shall be not less than five minutes after such water has been added. 2E.6 Placing Concrete a. Finished subgrade and footing excavations shall be thoroughly watered immediately prior to placing of concrete. b. No concrete shall be placed without approval, and this operation shall be carried on only in the presence of the Engineer. The Contractor shall give 24 hours advance notice before placing any concrete. c. Once concrete placing is started, it shall be carried through in a continuous, monolithic operation between predetermined expan- sion joints as shown on the drawings. No construction joints within the one -half (z) court slabs shall be allowed. Under no circumstances shall concrete which has partially hardened be deposited in the work, nor shall retempering of concrete be allowed. d. All concrete when placed shall be lated to insure proper compaction, flow around all reinforcing steel, • corners of all forms. CITY OF NEWPORT BEACH WEST NEWPORT PARK sufficiently tamped and manipu- elimination of air pockets and embedded fixtures and into SECTION 2E Page 3 of 7 11 2E i (continued) e. The top surfaces of all interior 8" x 18" concrete all perimeter footings and all post footings shall a smooth surface and painted with asphalt. Slabs placed over footings or beams until 24 hours afte r asphalt. grade beams, be troweled to shall not be application of f. No concrete shall be placed during rain or dust storms. If such storms should develop immediately after placement of concrete, the finished concrete shall be protected by means of plastic sheeting, canvas, "Sisalkraft" paper or other approved covering. This covering shall be provided on the job site prior to placing concrete. 2E.7 FINISHING • a. Finish course shall be brought to a true and even plane by two wood floatings and two steel trowelings. Following this, the slabs shall receive a fine, soft broom finish. Only skilled workmen with 5 years experience in this type of finish are to be employed in cement finishing work. b. Cement finish shall be true to line, plane and elevations as shown on the drawings. Finished concrete slab surfaces shall not deviate from a flat plane more than 3/16 of 1" when tested with an eight -foot straight edge held in any direction. The Contractor shall furnish and maintain in good condition an eight -foot straight edge for use by the Engineer. c. Any slab showing a greater variation than the specified 3/16 of 1" and /or showing voids or separation of the aggregates and /or show- ing voids or separation of the aggregates and /or showing a texture of variance to the accepted sample shall be deemed defective and.the entire slab to expansion joints, as shown on the drawings, shall be removed and replaced with concrete accept- able to the Engineer. Removal and replacing defective work shall be at the Contractor's expense. • CITY OF NEWPORT BEACH SECTION 2E WEST NEWPORT PARK Page 4 of 7 .• 2E.8 CURING Immediately after finishing and final set, apply fog seal as directed by City. After finishing operations, slab surfaces snall be covered for protection trom injury and for proper curing. Concrete shall be kept continuously wet for a period of at least 14 days after being deposited. After the concrete curing period the Contractor shall remove protective covering from the tennis courts. No mechanical equipment shall be allowed on the courts. 2E.9 TESTS AND QUALITY CONTROL a. Aggregate and concrete testing will be the responsibility of the City and will be performed by a Testing Laboratory to be selected by the City after the contract has been awarded. The Contractor shall notify the City of the location of the proposed San Gabriel aggregate source allowing ten (10) days to determine if source is acceptable. b. Aggregates shall be tested for and shall pass the following tests. • Aggregates shall be sampled at their production source and tested. They shall again be sampled and tested upon delivery to the ready mix plant prior to placement. The tests are as follows: Tests Test Method Requirements Gradation ASTM C136 ASTM C33 Specific Gravity ASTM C127 & C128 2.50 (Min.) Potential Reactivity ASTM C289 Sc /Rc 1.0 Soundness by Sulfate ASTM C88 8% Loss (Max.) Organic Impurities of Sand ASTM C40 ASTM C33 c. Samples of concrete shall be obtained by the molded cylinder method. Three cylinders of concrete from each one -half tennis court shall be taken. Each cylinder shall be given a number and the point in the courts where the samples were noted thereon. One cylinder of each set shall be tested at seven days, another at 28 days and the third shall be held in reserve. CITY OF NEWPORT BEACH SECTION 2E • WEST NEWPORT PARK Page 5 of 7 • C7 i 2E.9 TESTS AND QUALITY CONTROL (continued) d. When subjected to a slump test for consistency, the concrete shall not have a slump in excess of 42 ". e. Job -Site Inspection: The City shall arrange for the performance of the following tests: Test Test Method Frequency Slump ASTM C143 First load of each pour and when taking strength specimens. Compressive ASTM C31 One set of 3 per 100 cupic yds.; strength minimum of one set per pour. samples Samples shall be tested for compressive strength; one at seven (7) days and one at twenty -eight (28) days per set. 2E.10 CLEAN -UP The Contractor shall clean up and remove from the premises all unused material debris resulting from the performance of the work of this section. 2E.11 EXPANSION JOINTS FOR TENNIS COURTS Expansion joints shall be filled with No. 90 silica sand and sealed with DFC joint sealer. CITY OF NEWPORT BEACH SECTION 2E • WEST NEWPORT PARK Page 6 of 7 0 2E.12 PAINTING CONCRETE AT TENNIS COURTS a. Application must be made by thoroughly experienced contractors. Contractor must be able to show tennis court applications that have been installed at least two years; and both material and application must be completely satisfactory to the City. b. The surface of all concrete slabs shall be cured six (6) weeks before surfacing. c. The cured concrete slabs shall be approved before any color acrylic is applied. Application and mixing is to be in strict accordance with Western Coatings Company play -on specifications. d. Contractor shall lay out and paint tennis court playing lines to the exact widths and dimensions as shown on the drawings. Lines shall have sharp, clean edges. e. Allow system to dry to minimum of two (2) days, warm weather, before permitting play. Do not wash, hose down or sweep until ten (10) days have elasped since final coating. 2E.13 POSTS AND TIE -DOWN EYE Posts and tie -down eyes shall be installed where shown on plans. The Contractor shall verify all measurements and he shall be responsible for the propoer working out of all details of a complete installation. 2E.14 ELECTRICAL SYSTEM FOR FUTURE LIGHTING a. The Contractor shall furnish and install all necessary inter- connecting conduits, pull boxes, terminal boxes as indicated on the drawings, or as necessary for the future lighting of tennis courts. b. Conduit systems shall be installed in accordance with applicable provisions of the National Electric Code. Conduit shall be capped by means of manufactured conduit seals or caps to prevent entrance of water or debris and shall remain closed until future use. Marking location shall be as shown on drawings. C. See Section 2G for further information. • CITY OF NEWPORT BEACH SECTION 2E WEST NEWPORT PARK Page 7 of 7 0 9 • SECTION 2F - CHAIN LINK FENCING 2F.1 Materials 2F.1.1 Chain -Link Fabric. No. 9 gauge 1 -3/4" mesh, hot - dipped galvanized after weaving. Wire pickets of which fabric is made shall have a minimum tensile strength test of 70,000 pounds per square inch based on the cross sectional area of the galvanized wire. Galvanized steel fabric after weaving shall withstand twelve (12) one - minute immersions under the Preece Test. The product shall have a knuckled selvage along the top and bottom. 2F.1.2 Pipe Framework. Standard hot - dipped galvanized steel pipe of sizes shown on drawings, as herein specified and conforming to the following: Outside Diam. Min. Wt. in Outside Diam. Min. Wt. in In Inches Lbs /Ft. In Inches Lbs. /Ft. 5 14.62 2 -7/8 5.79 4 9.11 2 -1/2 3.65 3 -1/2 7.58 2 7.72 1 -5/8 2.27 • 2F.1.3 Tops. Galvanized, apron base, cast iron. Dome type for terminal and full gate posts; eye type for line posts. 2F.1.4 Fittings. Malleable cast iron or pressed steel, unless otherwise specified, hot - dipped galvanized, outside sleeve couplings. 2F.1.5 Windscreen. Green metal tennis slats 1 -3/4" x 8' long as manufactured yy E Jorgensen Steel Co., P.O. Box 54633, Los Angeles, California 90054 (714/530- 6061). Contractor shall install slats per manufacturer's recommendations. 2F.1.6 Gates. Hot - dipped galvanized steel pipe frames, corner fittings and fence fabric, cross braced and ball and socket hinged, with spring latches accessible from both sides and fitted with pressed steel bolted padlock hasps. 2F..1.7 Posts. In the locations and of size indicated on the drawings. CITY OF NEWPORT BEACH SECTION 2F • WEST NEWPORT PARK Page 1 of 3 0 2F.2 2F. 2.1 2F.2.2 •- Installation Selvages. Top and bottom selvages knuckled. Fabric. One width of fabric up to and including 12 feet. 2F.2.3 Top Rail. With couplings approximately every twenty (20) feet. Couplings at least seven inches (7 ") long; one (1) coupling in every five (5) shall contain a heavy spring to take up expansion and contrac- tion of top rail. To rail shall pass through line post tops and form a continuous brace from end to end of each stretch of fence. Top rail securely fastened to terminal and gate posts by pressed steel con - nections. 2F. 2.4 Gates. Cross braced with two (2) three - eighths inch (3/8 ") diameter iron rods with tightening device. Gates shall open not less than one hundred eighty degrees (1800), but ninety degrees (900) in either direction from closed position. Gates shall be adjusted as approved by Landscape Architect. Openings between gate and posts shall be less than diameter of tennis ball. 2F.2.5 Galvanizing. All metal, including bolts and nuts, shall be hot - dipped galvanized to withstand twelve (12) one (1) minute immersions under • the Preece Test. The Contractor shall furnish the Owner a manufac- turer's certification statement that the chain link fence fabric, fittings and all miscellaneous metal parts meet requirements as herein specified. Welding will not be acceptable in any fence construction components after galvanizing. 2F.2.6 Fabric Fastening. Fastened to line posts on court side of fence with fabric bands spaced approximately fourteen inches (14 ") apart and to railings with tie wires spaced approximately twenty -four inches (24 ") apart. Fabric shall be fastened to terminal and gate posts with 1/4" x 3/4" stretcher bars which shall have bar bands at a maximum of fourteen inches (14 ") on center. 2F.2.7 GUARANTFFS a. All fence materials shall be delivered to the work site a minimum of ten (10) days prior to fence erection. From said delivered fence materials, the Contractor shall furnish the Owner samples of chain link fabric, fabric bands, fittings, etc., for testing. All materials which fail to meet requirements herein specified shall be immediately removed from the work site and replaced with acceptable materials. • CITY OF NEWPORT BEACH SECTION 2F WEST NEWPORT PARK Page 2 of 3 2F.2.7 (continued) b. It shall be the Contractor's responsibility to erect the fence true to line and level, and with a taut fabric. Any fence construction not meeting the City's approval shall be replaced at the Contractor's expense witn acceptable construc- tion. • CITY OF NEWPORT BEACH SECTION 2F WEST NEWPORT PARK Page 3 of 3 0 SECTION 2G - ELECTRICAL FACILITIES 2G.1 STANDARD SPECIFICATIONS All electrical facilities construction work shall conform to the City's Standard Specifications and the 1975 National Electric Code, and the California State Title 8 and 24, and all other codes having jurisdiction. 2G.2 ITEMS OF WORK The work is shown on the drawings. No payment will be made for an item shown on the drawings or specified herein that is not specifi- cally set forth in the Base Bid Proposal. Therefore, all costs and prices shall be included in the proposal. 2G.3 PERMITS Obtain and pay for all permits and examinations. 2G.4 UTILITIES Conform to all power and telephone company service requirements and • provide all work and pay for all service charges in connection therewith. 2G.5 EXISTING CONDITIONS Carefully examine the site and become thoroughly familiar with all conditions affecting the work of this section, especially existing utility lines. By the act of submitting a bid, the Contractor will be deemed to have made such examination and to have accepted such conditions and to have made allowance for them in preparing his bid No extra charge will be considered for costs resulting from failure to comply with these requirements. 2G.6 SHOP DRAWINGS Submit six (6) copies of lighting fixtures, switchboard, panelboards, and a material list to the City for approval. 2G.7 TESTS Submit written report certifying systems tested free from short cir- cuits and improper grounds. Test insulation resistance between phases and phases to ground (500 volt megger) and proper neutral connections. • CITY OF NEWPORT BEACH SECTION 2G WEST NEWPORT PARK Page 1 of 3 0 0 0 2G.8 GROUNDING a. The maximum resistance to ground shall not exceed 5 ohms, as required by all applicable codes and regulations. b. In addition to all cold water and structural steel ground provided to meet this specification, there shall be a main ground system consisting of an uffer ground which shall be a minimum of 30 feet of #4/0 AWG bare copper cable embedded horizontally in concrete footing, so that all portions of the cable are between 2" and 4" from the earth and with the center of the cable terminated at the main ground bus in main electrical room. 2G.9 PRODUCTS New and undamaged and suitable for the purpose intended. Listed by U.L. and bearing their label wherever label service is furnished by that agency, and approved by all authorities having jurisdiction. 2G.9.1 Panelboards. Operating voltages, bus size, mounting and circuit breaker with minimum 10,000 AMP symmetrical interrupting capacity) quantity and sizes as indicated on drawings, shall have index card, permanent circuit numbers, copper bussing with minimum of 10,000 AMP symmetrical fault current bracing, lock -off devices on each circuit breaker, hinged locking door and ground bus. 120/240 volt shall be General Electric Type NLAB or approved equal by I.T.E. Co., Square D Co., or Westinghouse Co. 2G.9.2 Safety and Disconnect Switches. Quick -make, quick -break in locable Nema enclosure, with external lockable operating handle, interlocked with enclosure door, fused as indicated on drawings. 2G.9.3 Conductors. Copper Wire #12 minimum unless noted otherwise. Type THW 600 -Volt insulation or as noted. Type thin insulation in conduit exposed to weather. All wire shall be copper. 2G.9.4 All conductors installed in conduit, branch circuit and fixture wire joints for #10 and smaller shall be Scotchlok Connectors; for 38 and larger screw pressure lugs, as manufactured by T & B, with insulating plastic tape over joint. 2G.9.5 Conduit a. Rigid steel conduit galvanized sherardized or zinc coated. Use where exposed outdoors or in damp or wet locations ; bury at 30" minimum. CITY OF NEWPORT BEACH SECTION 2G • WEST NEWPORT PARK Page 2 of 3 0 • 2G.9.5 Continued b. EMT galvanized, sherardized or zinc coated, use only for interior dry locations where permitted by codes. Coupling shall be set screw T & B 5123 or 5031 Series with insulated throats or approved equal. c. Flexible conduit, galvanized steel, use only where concealed. Liquid tight flex used for all final connections to motos or in damp or wet locations. Connectors shall be T & B #3112 and /or 3132 Series with insulated throats or approved equal. d. Nonmetallic duct. Schedule 40 PVC, for underground runs only, minimum 30" below grade. Encase with 3" of concrete all around. Where conduits extend beyond building slab. Type "EB" PVC (2" and larger), encase with 3" of concrete all around including under building slab. Rigid steel conduit (with 10 Mil PVC "Scotch" Half- lapped tape or equal - double wrap on joints), used for all bends and risers. Install code gauge ground wire in all runs. e. Securely support all conduit. Provide pull rope in all empty conduit. Exposed conduit run at right angles or parallel to wall or structures. • 2G.9.6 Nameplates. Engraved laminated plastic for all panels, disconnect or safety switches, motor starters, mechanical equipment control switches, and where indicated on drawings. CITY OF NEWPORT BEACH SECTION 2G • WEST NEWPORT PARK Page 3 of 3 0 • SECTION 2H - IRRIGATION SYSTEM 2H.1 GENERAL 0 All of the provisions of the General Conditions, Supplementary General Conditions, and the Special Conditions of the Specifications shall apply with the same force and effect as though written in full herein. 2H.2 SCOPE a. The work of this section includes all labor, materials, and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best stand- ards of practice relating to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings and these specifications. b. All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications, and their provisions shall be carried out by the Contractor. Any- thing contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provi- sions of these specifications and drawings shall take precedence. 2H.3 SCHEDULE OF WORK INCLUDED IN THIS SECTION: a. Verification of site conditions b. Physical layout c. Trenching d. Assembly of system e. Piping under driveways f. Connection to water supply g. Backfilling h. Adjustment of system i. Testing J. Clean up k. Inspection 1. Record drawings m. Guarantees • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 1 of 15 0 0 2H.4 WORK NOT INCLUDED IN THIS SECTION: Items listed by others, N.T.C., or under separate contract. 2H.5 APPROVALS a. All hardscape work shall be inspected and approved before start of any work of this section. b. Prior to commencement of work, locate all electrical cables, conduits, and all utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and irrigation system locations, promptly notify the City who shall arrange for the relocation for one or the other. Failure to follow this proce- dure places upon the Contractor the responsibility for, at his own expense, making any and all repairs for damages resulting from work hereunder. c. Coordinate installation of all sprinkler materials, including pipe, so there shall be NO interference existing with or difficulty in planting shrubs, trees, ground covers, or utilities and other construction. d. The Contractor shall obtain and pay for any and all permits and all inspections as required. e. Carefully note all established grades before commencing work. Restore any established grade changed during course of this work to original contours. f. Installations and operations must be approved by the City. 2H.6 QUANTITIES AND TYPES Irrigation materials shall be furnished in the quantities and /or spacing as shown or noted and shall be of the size and manufacture as indicated on the drawings and specifications. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 2 of 15 0 0 • 2H.7 VERIFICATION OF DIMENSIONS AND QUANTITIES a. 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 City of any discrepancy between drawings and/ or the specifications and actual conditions. No work shall be done in any area where there is such a discrepancy until approval for same has been given by the City. b. Due to the scale of the drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in the most direct and workmanlike manner, so that conflicts between irrigation systems, planting, and architectural features will be avoided. c. The Contractor shall carefully check all grades to satisfy him- self that he may safely proceed before starting work on the sprinkler system. • 2H.8 INSPECTIONS a. Normal progress inspections shall be City at least 48 hours in advance of tion. An inspection will be made by each of the steps listed below. The permitted to initiate the succeeding received written approval to proceed (1) Immediately prior to the commem section. requested from the an anticipated ihspec- the City on Contractor will not be steps of work until he has by the inspector. ;ement of the work of the (2) After trenching and before backfill. (3) Completion of line testing, test to be made prior to back - fill. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 3 of 15 t • 2H•8 INSPECTIONS (continued) (4) After placement of all heads and valves for coverage. (5) Final inspection and receipt of "As- Builts ". (6) Final acceptance of project. b. In no event shall the Contractor cover up or otherwise remove from view any work under this Contract without prior approval. Any work covered prior to inspection shall be opened to view by the Contractor at his expense. c. In the event the Contractor requests inspection of work and said work is incomplete, the Contractor shall be responsible for inspection cost. 2H.9 MATERIALS • All material shall be of new stock and best grade of its kind. It shall be as specified unless otherwise specifically approved, in writing, by the City. Materials not named shall be subject to approval or rejection by the City. In all cases, workmanship and material shall conform to the local plumbing code having jurisdiction. 2H•9.1 Plastic Pipe a. Plastic pipe shall be 100% virgin polyvinyl chloride Type I conforming to commercial standards of National Sanitation Foundation. b. All plastic pipe shall be continuously and permanently marked with the following information: Manufacturer's name, kind of pipe, material size, IPS, NSF approval and schedule and type. c. Plastic pipe shall be as manufactured by Lasco, Celanese, GSR, or Johns Manville. d. Main Line. All piping under constant pressure, between meter and /or supply system, and Control valves as per local code or: shall be PVC 1220, SDR 315 P.S.I. unless otherwise shown on the drawings, details or legend. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 4 of 15 • 2H.9.1 Plastic Pipe (continued) e. Lateral Lines. All piping under intermittent pressure, down stream of control valves shall be PVC 1220, SDR 21 or 200 P.S.I. unless otherwise shown on the drawings, details or-legend. 2H.9.2 Fittings, Nipples and Risers a. All plastic fittings shall be rigid polyvinyl chloride, standard weight, schedule 40 Type I -II. Schedule 80 may be substituted at the Contractor's discretion. b. All risers and nipples shall be galvanized standard weight, schedule 40 steel pipe, or schedule 80 PVC as shown on the draw- ings, details or legend. 2H.9.3 Gate Valves a. All gate valves three (3) inches and smaller shall conform to the following requirements: All bronze construction, single wedge disc, integral taper seats, non - rising stem and screwed bonnets. Valves shall be capable of being repacked while under pressure. • b. Working pressure rated: 125 P.S.I. steam 200 P.S.I. W.O.G. c. The gate valve hand wheel shall be removed from the stem of all valves installed underground. The wheel shall be replaced with an operating nut. Each gate valve shall be installed with a union. d. Gate valves installed underground shall have an operating key across housing, consisting of a valve box and a lockable hinged top. (See Standard Detail Drawings.) e. One operating key shall be furnished for each five (5) (or less) gate valves installed underground. 2H.9.4 Quick Coupling Valves a. Unless otherwise indicated on the plans, all quick coupling valves shall be one -inch (1 ") in size, self - closing, two -piece body, with vandal proof (lockable) top. Valves shall be constructed of bronze, brass and /or stainless steel. Each quick coupling valve shall have at least four steps or open positions. Riser opening thread shall be one -inch (1 ") female IPS. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 5 of 15 J • 2H. 9.4 Quick Coupling Valves (continued) b. Quick coupling valves having water lines smaller than one -inch pipe supplying the valve shall be bushed with a brass reducer bushing at the base of the valve. c. Whenever a single quick coupling valve is installed along an asbestos cement pipe or cast iron pipe main, a gate valve of the size of the connection shall be installed. d. All quick coupling valves installed adjacent to existing walks, curbs, or other paved areas, shall be set to the grade of the improvement. Quick coupling valves which are to be installed in areas where the turf has not yet been established shall be set four (4) inches above the proposed finished garde. Valves installed in this manner will be lowered to grade at the 15th day of the establishment period. e. The Contractor shall furnish the City one quick coupler key, one hose bibb and one hose swivel for every four (or less) quick coupling valves installed. The cost of this unit shall be included in the unit price for quick coupling valves. • f. All quick coupling valve keys shall be of bronze construction with a single stainless steel lug which is of a replaceable type. The handle shall be of galvanized pipe. Top threads shall be one -inch male and 3/4 inch female IPS. g. All hose swivels shall be of all brass construction with one - inch female riser thread (IPS) and 3/4 inch male hose thread of the 90 degree swivel ell. The swivel ell shall be free turning for full 360 degree swing. There shall be positive water seal between the swivel spindle and the housing. 2H.9.5. Backflow Prevention 2H.9.5.1 General. Unless otherwise specified, the installation of backflow protection shall include all necessary excavation and backfilling, the furnishing, installing and testing of the backflow units, the furnishing and installing of concrete vaults, pea gravel, supporting bricks, concrete anchors, the removal and /or restoration of existing improvements, and all other work in accordance with the plans and specifications. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 6 of 15 L • 2H.9.5 Backflow Prevention (continued) 2H.9.5.,2 Classification i a. All backflow protection units when called for on the plans shall be classified as follows: (1) Type II, Backflow Protection: A pressure vacuum breaker in an assembly with two shutoff valves, one check valve and a vacuum relief. Installed above ground on water mains two (2) inches and smaller. (See Standard Detail Drawings.) (2) Type III, Backflow Protection: A single atmospheric vacuum breaker for use on non - pressure lines. Installed above ground on water pipes two (2) inches and smaller. (See Standard Detail Drawings.) b. All vacuum breaker units and check valves two (2) inches and smaller, shall be of bronze, brass and /or stainless steel con- struction except for composition (Neoprene) seats and seals. All test cocks and pipe nipples used in the backflow assemblies shall be brass. c. All backflow assemblies, two (2) inches in diameter and smaller • shall have a galvanized union connection as part of its assembly. The union may be an integral part of the valve or attached to the down stream outlet with a close brass nipple. 2H.9.6 Street Elbow, Buskin s, Close Ni les, Lon Screws, Bullhead Tees or Crosses. Will not be al owed an shal not be installed except as otherwise specified or detailed herein. 2H•9.7 Control Wire. a. Connections between the controller and remote control valves shall be made with direct burial wire AWG -UF Type. b. All splices shall be made using "Scotch Lok Unipack" waterproof sealing packets, Pen -Tite Connectors, or equal. An expansion of 12 inches shall be provide at each wire connection and /or direc- tional turn. 2H•9.8 Valve Boxes. As noted on detail. 2H.10 INSTALLATION SPECIFICATIONS 2H.10.1 Trench Excavation and Backfill. Trench excavation and backfill shall be in accordance with Section-308-3.2.2 of the Standard Specifications except as herein modified. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 7 of 15 • 2H.10 2H.10.2 2H.10.3 0 • INSTALLATION SPECIFICATIONS (continued) Galvanized Pipe a. Galvanized pipe shall be handled and stored in a manner to pre- vent damage. b. The interior of the pipe shall be kept clean at all times and open ends shall be blocked in such a manner as to prevent dirt and foreign matter from entering when work is not in progress. Plastic Pipe and Fittings a. Sprinkler head installation on plastic pipe shall be as detailed on drawings. b. Due to the nature of plastic pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing to avoid damage. The pipe and fittings shall be stored under cover, and shall be transported in vehicle with a bed long enough to allow the length of pipe to lie flat, so as not to be subject to undue bending or concentrated external load at any point. Any pipe that has been dented or damaged shall be discarded until such damage has been cut and pipe is rejoined with coupling. c. The bottom of the trench in which plastic pipe is installed shall be free from rocks or other sharp -edged objects. d. Welded joints shall be given at least 15 minutes set -up curing time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping under pressure. No water shall be permitted in pipe until a period of at least 12 hours has elapsed for solvent weld setting and curing. e. Backfilling shall be done when pipe is not in an expanded or contracted condition due to heat. Cooling of the pipe can be accomplished by operating the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of the day. f. Long runs of PVC pipe shall be snaked in the trench to allow for contraction. g. All pipe shall be laid true and accurate to grade with full length of each pipe section lying solidly on a firm base. If grade or joint of pipe is disturbed after laying, it shall be taken up and re -laid. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 8 of 15 r1 U • 9- 2H.10.3 Plastic Pipe and Fittings (continued) h. Clean interior of pipe thoroughly and remove all dirt or foreign matter before lowering pipe into trench and keep clean during operations by plugs or other approved methods. The ends of all threaded pipe shall be reamed out full size with a long taper reamer so as to be partially bell- mouthed and perfectly smooth. All offsets shall be made with fittings. 2H.10.4 Flushing. All water lines shall be thoroughly flushed out before heads are installed. 2H.10.5 Sprinkler Heads a. Heads shall be installed in a plumb position at intervals not to exceed the maximum spacings indicated on the drawings. b. Heads in turf areas shall be installed 2" above grade. c. Pop -up heads adjacent to curbs or walks shall be installed z" min., 1" max. away from the edge of the curb or walk, and shall be set 3/8" below the edge of the curb or walk. d. Adjustable sprinklers shall be adjusted by fully opening the sprinkler furthest from the control valve. The manual adjustment of the control valve shall be opened slightly to obtain a 12" high spray at the sprinkler mentioned above. After this condition has been met, all other sprinklers in the section shall be adjusted for equal height sprays, regulating the control valve as required to maintain this condition. With a pressure gauge on the sprinkler first opened, the control valve shall be adjusted to obtain the catalog rated pressure for the sprinkler installed. Individual heads shall then be rotated as required to keep sprays within the areas of lawn or shrubbery. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 9 of 15 0 0 • •. 2H.10.6 Backfill of Trenches a. Trenches shall be backfilled with excavated dirt after piping installed has been protected from clods, rocks, or large lumps. Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of compaction used. b. Compaction shall be such that there will be no settling within the one -year guarantee period. The Contractor shall not place detrimental subsoil in the top 6" of backfill. c. Water compaction will be permitted unless determined by the Inspector to be unsuitable for a particular situation. No flooding of the site will be allowed. 2H.10.7 Tests a. All pressure lines shall be tested prior to backfill operations. Center load plastic pipe with small amount of backfill to prevent arching and whipping under pressure. b. As soon as lines are connected, flushed out, and valves are attached, cap all outlets and hydrostatically test at 150 P.S.I. for continuous 4 -hour period, at the end of which period the lines and joints shall be inspected by the Inspector. If leaks develop, the joint or joints shall be replaced, and the tests repeated until all leaks are repaired. c. When the sprinkler system is completed, the Contractor, in the presence of the City's authorized representative shall perform a test coverage of the water afforded the lawn and planting areas, complete and adequate. The Contractor shall furnish all materials and perform all work required to correct any inadequa- cies of coverage arising from his work. d. Contractor shall inform the City of any deviation from the plan required due to wind, planting, soil or site conditions that bear on proper coverage. 2H.10.8 Vacuum Breaker. Vacuum breakers shall be as indicated in the legend on the drawings or approved equal and installed as per detail. 2H.10.9 Automatic Valves and Controller. Automatic valves and controller shall be as shown in the legend and installed as per detail. CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 10 of 15 0 0 • 2H.10.10 Control Wiring a. Connections between the controller and remote control valves shall be made with direct burial wire AWG -UF type, installed in accordance with valve manufacturer's wire chart and specifications. b. Wiring shall occupy the same trench and shall be installed along the same route as the pressure supply lines wherever possible. c. All electrical work shall be done in accordance with the governing codes, agencies, and union authorities. d. Where more than one wire is placed in a trench, the wiring shall be taped together at intervals of 12 feet. e. All splices shall be using "Scotch Lok Unipack" waterproof sealing packets, Pen -Tite Connectors or equal. An expansion loop of 12 inches shall be provided at each wire connection and /or directional turn. f. Sizing of wire shall be according to manufacturer recommendations, in no case less than #14 in size. • g. Between controller and remote control valve, Contractor shall use a continuous wire. Under no condition should splices exist. h. All ground wires should be white in color. • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 11 of 15 • • 2H.10.11 Detail Drawings. All assemblies specified in accordance with the respective detail. drawings or specifications pertaining to ti to complete the work, the Contractor shall accordance with the best standard practice the City. 2H.11 CLEAN -UP herein shall be installed In the absence of detail ie specific items required perform such work in and to the satisfaction of a. Leave the entire installation in complete operating order, free from any and all defects in material, workmanship or finish, regardless of any discrepancies and /or omissions in plans or specifications. b. Remove from the site all debris and rubbish resulting from the work, and leave the installation in clean condition. 2H.12 DRAWINGS OF RECORD a. The Contractor shall provide and keep up to date a complete "As- Built" record set of blueline ozalid prints which shall be corrected daily and show every change from the original drawings and specifications and the exact "As- Built" locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the site and shall be used only as a record set. b. The drawings shall also serve as work progress sheets, and the Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the City. (1) In order to complete the record drawings in a neat, legible manner, the Contractor shall employ a competent draftsman, satisfactory to the City's authorized representative, to indicate the necessary changes on ozalid tracings procured from the City and deliver same to the City at final inspection and before final payment. (2) The Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalks, or road intersections, etc., the location of the following items: • CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 12 of 15 • 2H•12 DRAWINGS OF (a) (b) (c) (d) (e) (f) RECORD (continued) Gate valves The routing of the sprinkler main lines Connections to the existing water lines Sprinkler control valves Quick coupler valves Any other pertinent underground item, if so deemed by the City 2H.13 CONTROLLER CHARTS a. As -built drawings shall be approved by the City before charts are prepared. b. Provide one controller chart for each controller supplied. c. The chart shall show the area contolled by automatic controller • and shall be the maximum size controller door will allow. d. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controller sequence is not legible when the drawing is reduced it shall be enlarged to a size that will be readable when reduced. e. Chart shall be blackline print and shall be colored with a different color for each station. f. The chart shall be mounted using Velcro, or an approved equal type of tape. g. When competed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils. thick. h. These charts shall be completed and approved prior to final . inspection of the irrigation system. CITY OF NEWPORT BEACH • WEST NEWPORT PARK SECTION 2H Page 13 of 15 0 n LJ 2H.14 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 (1) year following the date of final acceptance of the work. a. If, within one year from the date of completion, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the Contractor, as part of the work under his Contract, shall make all adjustments without extra cost to the City, including the complete restoration of all damaged planting, paving, or other improvements of any kind. b. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the City may be due to inferior material and /or workmanship, said difficulties shall be immediately corrected by the Contractor to the satisfaction of the City at no.additional cost to City, including any and all other damage caused by such defects. c. Upon receiving a call for service on the system, the Contractor shall respond within a period of three days or shall accept back charges for the work if City elects to have others perform the necessary repairs if Contractor has not responded three days after notification. In doing such repair work, Contractor shall be responsible for all existing work or landscaping damaged by such malfunction or its repairs. All guarantees shall be in writing. CITY OF NEWPORT BEACH SECTION 2H • WEST NEWPORT PARK Page 14 of 15 1] 0 2H.14 GUARANTEE (continued) d. If requested by the City, Contractor shall provide certification from the manufacturer that all PVC pipe and fittings are guaran- teed to 100% of pressure rating. e. Any and all damage to storm drains, water supply lines, qas lines and /or other utility linac within project limits shall be repaired and made good by the Contractor at no extra cost to the City. It is the responsibility of the Contractor to be aware of the location of all utilities or other permanent or non - permanent installations and to protect these installations from any damage whatsoever. 2H.15 EQUIPMENT TO BE FURNISHED The Contractor shall provide as part of this Contract two sets of quick coupler valve keys, hose swivel ells and two sets of sprinkler wrenches for adjusting, cleaning or disassembling each type of sprinkler. Two each of any special tools required for any other equipment shall also be furnished. CITY OF NEWPORT BEACH SECTION 2H WEST NEWPORT PARK Page 15 of 15 • • • SECTION 21 - PLANTING 21.1 GENERAL All of the provisions of the General Conditions, Supplementary General Conditions and the Special Conditions of the Specifications shall apply with the same force and effect as though written in full herein. 21.2 SCOPE The work of this section includes all labor, materials and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relat- ing to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings and these specifications. 2I.3 SCHEDULE OF WORK INCLUDED IN THIS SECTION a. Finish grading b. Soil preparation c. Fertilization d. All planting, including ground cover and seeded lawn e. Staking f. Maintenance g. Inspection and certifications h. Guarantees i. Clean -up 2I.4 APPROVALS a. All sprinkler work shall be inspected and approved before start of any work of this section. b. Prior to excavation for planting or placing of stakes, locate all electric cables, conduits, sprinkler valve control wires, and utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and plant locations, promptly notify the City who shall arrange for relocation for one or the other. Failure to follow this procedure places upon the Contractor the responsibility for, at his own expense, making any and all repairs for damages resulting from work hereunder. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK page 1 of 15 • 2I.5 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 indicated on the drawings. The Landscape Contractor is to verify all sizes and quantities. 2.1.6 VERIFICATION OF DIMENSIONS AND QUANTITIES U 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 City of any discrepancy between the drawings and /or the specifications and actual conditions. No work shall be done in any area where there is such a discrepancy, until approval for same has been given by the City. 21.7 TtiCDFrTTOM a. Normal progress inspection shall be requested from the City at least 48 hours in advance of an anticipated inspec- tion. An inspection will be made by the City each of the steps listed below. The Contractor will not be permitted to initate the succeeding steps of work until he has received written approval to proceed by the Inspector. (1) Immediately prior to the commencement of the work on this section. (2) Establishment of the lawn and ground cover limit lines. (3) Spotting of all trees, shrubs and minor adjustments before planting. (4) Preparation of areas to receive lawn. (5) Final inspection, start of establishment period. (6) Final acceptance of project. b. In the event the Contractor requests inspection of work and said work is incomplete, the Contractor shall be responsible for inspection cost. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 2 of 15 0 0 • 2I.8 CERTIFICATION Pr to a. b. c. for to final inspection, written certiffcations shall be submitted the Landscape Architect for the following: Quantity of commercial fertilizer and organic fertilizer. Quantity of turf seed. Quantity of all soil amendments called for by plans or specifica- tions. 2I.9 MATERIALS Samples of materials shall be submitted for inspection and shall be stored on the site until furnishing of materials is completed. Delivery may begin upon approval of samples or as directed. Material samples shall include fertilizers and soil conditioners, seed and plants, and any other materials required by the City. 2I.9.1 Special Fertilizers and Amendments. Not specified but required for proper work will be classed as "extra work" in accordance with Section 3 -3 of the Standard Specifications. • 21.9.2 Fertilizers and Chemical Concentrates: a. Nitrogen stabilized redwood or fir bark with the following properties: (1) Salinity: Shall be no higher than 3.5 millions per centimeter at 25 C. as measured by satura- tion extract conductivity. (2) Nitrogen Content: .05% for Redwood Sawdust; 1.0% for fir bark. All values based on dry weight. b. Soil Sulfur. c. Commercial Fertilizer 6- 20 -20. d. Commercial Fertilizer 16 -16 -8 or 15 -8 -4. e. Commercial Fertilizer 24 -24 -8. f. Ferric Sulfate. CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 3 of 15 2I.9.5.2 Plant Materials shall conform to size, variety and species shown on t e plant list and be located as shown on the drawings. Protect roots of all items. Plants marked 1 -gal., 5 -gal. and 15 -gal. are to be delivered in containers no less in content than a one, five, or fifteen (1, 5 or 15) gallon can. Trees in boxes or butter tubs are acceptable if the container is in good condition. Root -bound material or material pruned back in the cans will be rejected. 2I.9.5.3 Caliper shall be diameter of trunk one foot above surface of ground and shall be the determining measurement for trees when specified. 2I.9.5.4 Oversize Plants may be used if not root - bound, but use of such plants shall not increase the contract price. Up to 10% of undersize plants in any one variety or grade may be used, provided that there are sufficient plants above grade to make the average equal to or above specified grade, and provided that undersize plants are larger than average size of next smaller size grade. is CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 4 of 15 • 21.9 MATERIALS (continued) g. Fertilizer planting tablets shall be tightly compressed commer- cial grade planting tablets having a 20 -10 -5 formula, weighing. 21 grams each, as "Blue Chip" planter tablets or equal. The planting tablets shall be delivered to the site in the original, unopened containers, bearing the manufacturer's guaranteed analysis. Any damaged tablets will not be accepted. h. Wetting agent is 95% Alkyl Polyethylene Glycol Ether as: "Commercial Water In" or equal. 2I.9.3 Tree Staking Materials 2I.9.3.1 Stakes. Lodgepole pine stakes. 2I.9.3.2 Ties. Brace shall be by Vit Co., Model 22 L.P. 2I.9.4 Lawn Seed Mixture. Shall be as designated on planting plans. 2I.9.5 Plant Materials • 21.9.5.1 Quality and Size of all plants shall be No. 1 grade, as approved. free diseases, They shall be fresh, vigorous, of normal growth, of insects, insect eggs and larvae. 2I.9.5.2 Plant Materials shall conform to size, variety and species shown on t e plant list and be located as shown on the drawings. Protect roots of all items. Plants marked 1 -gal., 5 -gal. and 15 -gal. are to be delivered in containers no less in content than a one, five, or fifteen (1, 5 or 15) gallon can. Trees in boxes or butter tubs are acceptable if the container is in good condition. Root -bound material or material pruned back in the cans will be rejected. 2I.9.5.3 Caliper shall be diameter of trunk one foot above surface of ground and shall be the determining measurement for trees when specified. 2I.9.5.4 Oversize Plants may be used if not root - bound, but use of such plants shall not increase the contract price. Up to 10% of undersize plants in any one variety or grade may be used, provided that there are sufficient plants above grade to make the average equal to or above specified grade, and provided that undersize plants are larger than average size of next smaller size grade. is CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 4 of 15 • 2I.9 0 MATERIALS (continued) 0- 2I.9.5.5 _Pruning shall not be done prior to delivery except with special approval. 2I.9.6 Ground Cover 2I.'9.6.1 Rooted Cuttings of ground covers shall be insect and disease free, ea t y, vigorous and strong; growing from flats; spacing and variety shall be as shown on landscape plans. 2I.9.6.2 Ground Cover Materials shall be provided in quantity adequate to fill the areas shown at the spacing shown. 2-I.9.7 Inspection 21.9.7.1 Ins ection of Plant Materials required by City, County, State or Fe eral Authorities shall be a responsibility of the Contractor, and he shall have secured permits or certificates prior to delivery of plants to site. Copies of permits and certificates shall be made available to City. 21.9.7.2 Plants shall be subject to inspection and approval or rejection by the -City at place of growth and on the project ite • at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Rejected plants shall be removed from the site immediately. 2I.9.8 Substitutions for the indicated plant materials will be permitted, provid— ed he substituted materials are approved in advance, in writing, by the City and the substitutions are made at no additional cost to the City. Except for the variations so authorized, all substitute plant materials shall conform to the requirements of those indicated or specified. 2I.10 GROUND PREPARATION AND FINISH GRADING 2I.10.1 Existing Conditions or Features. Contractor shall check or locate existing structures, electric cables or conduits, utility lines and other existing features or conditions above or below ground level that might be damaged as a result of his operation. Questions or conflicts arising out of such examination prior to or during oaera- tion shall be immediately directed to the attention of the City for necessary action or decision before resuming operation. Contractor shall be responsible for repair or• replacement at no cost to the City, of features or conditions damaged through failure to comply with above procedure. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 5 of 15 2I.10 GROUND PREPARATION AND FINISH GRADING (continued) 2I.10.2 Grading Operations. The Contractor shall provide all grading opera- tions prior to the installation of any planting. 2I.10.2.1 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 elevations are given. Minor adjustments of finish grades shall be made at the direction of the City, if required. Finish grade shall be smooth , even, and to a uniform plane with non - abrupt change of surface. Low spots and pockets shall be done when soil is at optimum moisture content for working. Planting area finish grade shall be 1" below finish grade of adjacent paved surfaces unless otherwise noted on drawings. 2I.10.2.2 Clean -Up: During all grading phases, roots, rocks and foreign material which would hinder growth of sod or plant material shall be removed and disposed of. 2I.10.2.3 Moisture: No grading shall be done when the moisture content of the soil is —so great that excessive compaction will occur, nor when it is • so dry that a dust will form in the air or that clods will not break readily. 2I.10.2.4 Weedin : Before and during prel.iminary and finish grading, all weeds and grasses shall be dug out by roots and disposed of off the site. 2I.10.2.5 Soil Conditioning and Fertilizing, Cultivate planting area to a epth of 6". Wet soil thoroughly and allow to settle. Repeat this compaction procedure until soil is stable enough to hold a smooth, uniform surface but loose enough to permit aeration and drainage for plant material. Before planting shrub and ground cover areas, incorporate the following soil preparation per 1000 S.F.: a. 6 cu. yds. Nitrogen stabilized and mineralized organic amendment (sawdust or fir bark) b. 20 lbs. Soil Sulfur c. 30 lbs. 6 -20 -20 Commercial Fertilizer • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 6 of 15 a. No planting shall be done in any area until the area concerned has been satisfactorily prepared in accordance with these Specifications and Special Provisions. b. No more plants shall be distributed in the planting area on any one day than can be planted and.watered on that day. c. Containers shall be cut and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken, and they shall be planted and watered as herein specified immediately after the removal from the containers. Containers shall not be cut prior to placing the plants in the planting area. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page-7 of 15 • 2I.11 PLANTING INSTALLATION Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the City. 2I..11.1 Layout of Major Plantin s. Locations for plants and outlines of areas to be plante shall be marked on the ground by the Contractor before any plant pits are dug. All such locations shall be approved by the City. If an underground construction or utility line is encountered in the excavation of planting areas, other locations for planting may be selected by the City. 2I.11.2 Planting of Trees and Shrubs. Excavation for planting shall include the stripping and stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. a. Protect all areas from excessive compaction when trucking plants or other material to the planting site. b. All excavated holes shall have vertical sides with roughened surfaces and shall be of a size that is at least two times the width and two times the depth of the original plant container. • The holes shall be, in all cases, large enough to permit handling and planting without injury or breakage to the roots or root ball. c. Excess soil generated from the planting holes shall be removed from the site. 2I.11.3 Planting a. No planting shall be done in any area until the area concerned has been satisfactorily prepared in accordance with these Specifications and Special Provisions. b. No more plants shall be distributed in the planting area on any one day than can be planted and.watered on that day. c. Containers shall be cut and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken, and they shall be planted and watered as herein specified immediately after the removal from the containers. Containers shall not be cut prior to placing the plants in the planting area. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page-7 of 15 • •- • 21.11 PLANTING INSTALLATION (continued) d. Acceptable amended topsoil which was salvaged during the digging of planting holes may be mixed with other acceptable topsoil and be used for backfill. A soil conditioner shall be mixed with the backfill as follows: 10% of lignin based soil conditioner or 20% of a composted bark, sawdust or other wood product; or sphagnum peat moss or an approved combination of the above. e. Three inches of amended backfill shall be thoroughly mixed with three inches (3 ") of native soil at the bottom of each hole to provide a transitional soil mix of at least six inches (6 ") between the native soil and the backfill. f. Backfill shall be placed at the bottom of each hole and thoroughly compacted to a height that when a plant is placed in the hole its root crown is slightly above the established final grade. Any plants which settle deeper than specified above shall be raised back to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approxi- mately one -half the height of the root ball. At this stage, water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil. g. After the water has completely drained, fertilizer tablets shall • be placed as indicated below: (1) One tablet per one - gallon container (2) Two tablets per five - gallon container (3) Three tablets per 15- gallon container (4) Four tablets per 20" box (5) Five tablets per 30" box (6) Six tablets per 36" box (7) Seven tablets per 42" box (8) Eight tablets per 48" box and those box sizes which are larger The remainder of the hole shall be then backfilled. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 8 of 15 • • • • 2I.11 PLANTING INSTALLATION (continued) h. Set the tablets to be used with each plant on the top of the root ball while the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. i. After backfilling an earthen basin shall be constructed around each plant. Each basin shall be of a depth sufficient to hold at least two inches (2 ") of water. Basins shall be of a size suitable for the individual plant. In no case shall basin for a fifteen - gallon plant be less than four feet in diameter; a five - gallon plant less than three feet in diameter; and a one - gallon plant less than two feet in diameter. The basins shall be constructed of amended backfill material. Basins shall be removed from trees in turf areas prior to the planting of turf. 2I.11.4 Mulching. The basins of all isolated trees and shrubs will be mulched with two inches (2 ") of ammoniated redwood shavings or alternate as approved by the City. All grouped plantings of shrubs shall have the individual basins mulched and all interspaces mulched to a depth of one inch. 21.11.5 Pruning. Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one -third of the branching structure. Upon approval of the City, pruning may be done before delivery of plants, but not before plants have beer, inspected and approved. Cuts over three - quarters of an inch in diameter shall be painted with an approved tree wood paint. 2I.11.6 Ground Covers a. Ground covers shall be planted in the areas indicated on the plans. After preparation of the soil in accordance with the section on "Grading and Soil Preparation ", the areas to be planted with ground covers will be given an additional pre - fertilization of 20 pounds per thousand square feet of commercial fertilizer, 24 -24 -8, as specified under "Materials ", evenly broadcast over the area. Ground cover plants shall be grown in flats. Flat grown plants (rooted cuttings) shall remain in those flats until transplanting. The flat's soil shall contain sufficient moisture so that it will not fall apart when lifting the plants. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 9 of 15 I . • • 21.11 PLANTING INSTALLATION (continued) (1) Ground covers shall be planted in straight rows and evenly spaced, unless otherwise noted, and at intervals called out in the drawings. Triangular spacing shall be used unless otherwise noted on the plan. (2) Each plant shall be planted with its proportionate amount of flat soil or in a peat pot, in a manner that will insure minimum disturbance of the root system, but in no case shall this depth be less than two nodes. Hand smooth planting area after planting to provide an even smooth final finished grade. To avoid drying out, plantings shall be immediately sprinkled after planting until the entire area is soaked to the full depth of each hole, unless otherwise noted on the drawings. (3) Evenly spread ammoniated redwood shavings or other approved mulching material in the area planted with ground cover to a depth of one -half inch 21.11.7 Turf Turf areas as indicated on the plans, shall be hydroseeded. a. After preparation of soil in accordance with the section on "Grading and Soil Preparation ", the areas to be planted to lawn shall be rolled, raked, and floated to finish grade by any method acceptable to the City, with the finish grade being smooth and even, free of rocks and clods, and reasonably well firmed. Prior to planting, the surface of the area shall be sufficiently loose and friable to receive the seeds or stolons. b. Initial Watering. Immediately following planting, apply a light, fine mist spray to anchor the seed to the soil, forming a protective crust to prevent wind erosion and drying of the seed. Lawn areas shall be kept moist, but not glistening wet, until fully germinated. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 10 of 15 0 n U • 0. 2I.11 PLANTING INSTALLATION (continued) Fully germinated lawn areas shall be allowed to dry sufficiently to permit rolling with approximately two - hundred to three - hundred pound water weighted roller to satisfactorily compact the soil around the grass roots and to provide a firm, smooth mowing surface. 2I.11.8 Hydroseeding a. All areas indicated on the plans which shall be hydroseeded will include mulch, fertilizer and seed in accordance with the follow- ing specifications and rates of application. b. Mulch material shall be clean, natural wood cellulose fiber. c. Natural wood cellulose fiber shall be processed in such a manner that it will contain no growth or germination inhibiting factors and shall be dyed green to facilitate metering of materials. It shall be manufactured in such a manner that after each addition and agitation in slurry tanks with fertilizer, seed, water and other approved additives, the fibers in the material will become . uniformly suspended to form a homogeneous slurry; and that when hydraulically sprayed on the ground cover impregnated uniformly with seed; and which after application, will allow the absorption of moisture and will allow rainfall to percolate to the underlying soil. Suppliers shall be prepared to certify that laboratory and field testing of their product has been accomplished, and that it meets all of the foregoing requirements based on testing. Weight specifications of this material from suppliers, and for all appli- cations, shall refer only to air dry weight of the fiber material. Air dry weight is based on the normal weight standards of the Technical Association of the Pulp and Paper Industry for wood cellulose and is considered equivalent to ten percent moisture. Each package of the cellulose fiber shall be marked by the manu- facturer to show the air dry weight content. Mulch shall be applied at the rate of 1,500 pounds per acre unless otherwise indicated on the plans. Fertilizer shall be equal to "Blue Chip 24 -24 -8" or "Sta- Grow" as applied by Sta -Soil Corporation 14207 Bessemer Street, Van Nuys, California. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 11 of 15 E i • 0 • i- 2I.11.8 Hydroseeding (continued) Fertilizer shall be applied at the rate of 700 pounds per acre. 9- Wetting agent shall be applied at the rate of two quarts per acre. h. Seed types shall be as specified on the plans and shall be applied at the rate indicated. 2I.11.8.1 Equipment and A lication. Hydraulic equipment used for the applica- tion of slurry sha ave a built- in,agitation system for an operating capacity sufficient to agitate, suspend and homogeneously mix the above slurry. Distribution lines shall be large enough to prevent stoppage and to provide even distribution of the slurry over the ground. In order to facilitate proper coverage, the pump must be capable of exerting up to 150 psi at the nozzle. The slurry tank shall have a minimum which will place the slurry tank and spray noz- zles within sufficient proximity to the areas to be seeded so as to provide uniform distribution without waste. With the engine at half - throttle, water shall be added to the tank. When the water level has reached the height of the agitator shaft, good recirculation shall be established and at this time the seed shall be added. Fertilizer shall then be added to the mixture after the seed, followed by wood pulp mulch. The wood pulp mulch shall only be added to the mixture after the seed, and when the tank is at least one -third filled with water. The engine throttle shall be opened to full speed when the tank is half filled with water. All the wood polp mulch shall be added by the time the tank is two- thirds to three - fourths full. Spraying shall commence when the tank is full. 2I.11.8.2 Watering a. Prior to hydroseeding, the area shall be irrigated in order to provide a moist seed bed for the hydroseed application. b. Hydroseed areas shall receive several consecutive waterings the day of the hydroseeding to thoroughly saturate the soil. c. After the first irrigations, water shall be applied as often and in sufficient amounts as conditions may require, to keep the soil wet above, around and below the root systems of the plants. CITY OF NEWPORT BEACH WEST NEWPORT PARK SECTION 2I Page 12 of 15 0 0 • 2I.12 ESTABLISHMENT AND MAINTENANCE PERIOD a. The Contractor shall continuously maintain all areas involved in this contract during the progress of the work and during the establishment period until final acceptance of the work by the City. b. The contractual establishment period shall be for no less than sixty (60) continuous calendar days. c. The contractual establishment period begins on the first day after all planting in this project is completed and accepted and the planted areas are brought to a neat, clean and weed -free • condition. d• Any day when the Contractor fails to adequately maintain plantings, replace unsuitable plants or do weed control or other work, as determined necessary by the City, will not be credited as one of the plant establishment working days. e. Improper maintenance or possible poor condition of any planting at the termination of the scheduled establishment period may cause postponement of the final completion date of the contract. • Maintenance shall be continued by the Contractor until all work is acceptable. f• In order to carry out the plant establishment work, the Contractor shall furnish sufficient men and adequate equipment to perform the work during the plant establishment period. 9• Maintenance shall be according to the following standards: (1) All areas shall be kept free of debris and all planted areas shall be weeded and cultivated at intervals of not more than ten (10) days. Watering, mowing, rolling, edging, trimming, fertilization, spraying and pest control, as may be required, shall be included in the establishment period. (2) The Contractor shall be responsible for maintaining adequate protection of the area. Damaged areas shall be repaired at the Contractor's expense. • CITY OF NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 13 of 15 • •- 21.12 ESTABLISHMENT AND MAINTENANCE PERIOD (continued) (3) Between the 15th day and the 20th day of the establishment period, the Contractor shall reseed or restolonize all spots or areas within the lawn where normal turf growth is not evident. (4) Post fertilize all lawns in planted areas at the end of 30 & 60 days of maintenance at the rate of 10 pounds per thousand square feet using fertilizer with the analysis 15 -8 -4 evenly applied and thoroughly watered in. 1 (5) 9 Mowing of seeded turf will commence when the grass has reached a height of two inches. The height of cut will be 1z inches. Mowing of stolonized turf will commence when the grass has reached a height of one inch. The height of cut will be 3/4 inch. Mowing will be at least weekly after the first cut. Turf must be well established and free of bare spots and weeds to the satisfaction of the City prior to final acceptance. Excess grass clippings, as determined by the City, shall be picked up and removed from the site and premises. 2I.13 GUARANTEE AND REPLACEMENT a. All plant material installed under the contract shall be guaran- teed against any and all poor, inadequate or inferior materials and /or workmanship for a period of one year. Any plant found to be dead or in poor condition due to such faulty materials or workmanship, as determined by the City, shall be replaced by the Contractor at his expense. b. Any material found to be dead, missing, or in poor condition during the establishment period, shall be replaced immediately. The City shall be the sole judge as to the condi- tion of the material. Material to be replaced within the guarantee period shall be replaced by the Contractor within 15 days of written notification by the City. • CITY Of NEWPORT BEACH SECTION 2I WEST NEWPORT PARK Page 14 of 15 • 21.13 GUARANTEE AND REPLACEMENT (continued) c. Replacement shall be made to the same specifications required for original plantings. d. Material and labor involved in the replacing of material shall be supplied by the Landscape Contractor at no additional cost to the city. i • • CITY OF NEWPORT BEACH SECTION 21 WEST NEWPORT PARK Page 15 of 15 • • • SECTION 2 J- COMPLETION CLEANING 2J•1 GENERAL Contractor shall refer to Section 7 -8.1 of the Standard Specifications. CITY OF NEWPORT BEACH WEST NEWPORT PARK SECTION 2J Page 1 of 1 I RAINBIRD 2300 BUBBLER — FINISH GRADE I 12" MINIMUM NOTE: 1. Locate shrub heads 8" from paving edge and 12" off corners of paving. TYPICAL BUBBLER HEAD DETAIL • i GALVANIZED RISER TRIPLE PVC STREET ELL SWING JOINT LATERAL PIPE I 0 SCH 80 NIPPLE off corners of paving. O SCH 80 NIPPLE ::TYPICAL LAWN AND SHRUB SPRAY HEAD DETAIL i SHRUB AND GROUND COVER SPRINKLER HEAD PER LEGEND i LAWN SPRINKLER HEAD PER LEGEND — — — FINISH GRADE � I 12" MINIMUM ! GALVANIZED RISER TRIPLE PVC STREET ELL SWING JOINT NOTE: 1. Locate LATERAL PIPE shrub heads 8" from paving edge and 12" off corners of paving. O SCH 80 NIPPLE ::TYPICAL LAWN AND SHRUB SPRAY HEAD DETAIL • I • i I 1 J J w z O W W 1- U } d 0 J_ Q F— W O W > J Q > 0. 1 Ll O d K O F- O K J Q U n-+ L1 H J J W U a W J L1 Ll N Z 1% O N 2 J U J N W f- W X Of j N O rr 0. } O W 00 W d F- O O W U } w W N d U Q O n}. W U - F- PJ - J H O o c-3 � G'3 a W W Q < ZQ Q W w J 0 C7 d LY 2 W Z U N J O H 0. W z z d }o W J r LL Z Q F- J Z L1 > O W O O Z L LL 1 J W U y- L1 W Z W Q M. Q 2 Q S C ce 3 W C LD N Q N J LLJ 7 F Z } CL C. Q. N O 0. I W `� rF"`°timr ra W iI II O H �1i5D6'a�6 N 12F, r C) J J co iYJ! w w x U F- Uw } w N J 11 W ' d U 0. F- F- } Fr N d Z U } d J J w z O W W 1- U } d 0 J_ Q F— W O W > J Q > 0. 1 Ll O d K O F- O K J Q U n-+ L1 H • 0 -- POSITION IN GROUND COVER AREA "1SITION IN LAWN :NISH GRADE 4 GALV. OR CONTROL WIRE, WRAP 2" x 4" x 4" RWD BLOCK. MINIMUM 24" LENGTH VALVE SIZE, GALV. 6" NIPPLE PVC ELL PVC NIPPLE, 3" LONG PVC ELL PVC NIPPLE, ON ANGLE TO VERT. PVC PVC STREET ELL PRESSURE PIPE NOTE: TO BE INSTALLED AT EVERY VALVE OR VALVE CLUSTER OR AS LOCATED ON PLAN. TYPICAL QUICK COUPLING VALVE INSTALLATION I • I • Y J m W N N 4 W J Q W 0 J o lli x Q L 1� 3 W V) o.' clf N Z O O o F U W Fes- w Z Z H Qa W W F- Q W m s-r X F-- W a. J U O A ` Z w m O V) W O W J O r F- W < W Q . J - W CD to > N d !li A 0 a Y J m W N N 4 W J Q W J o lli x Q L 1� 3 W _ o.' clf N O O Z U W �•" Z H W W F- Q W m w W � Z O U 4k Y J m W N N 4 W J Q • • • SEE SPECIFICATIONS FOR VALVE BOX TYPES WIRE CONNECTIONS W /PIG TAIL — �I` r_ I BRASS UNION COMMON WIRE TO SPRINKLER R.W.D. 2" x 4" w PEA GRAVEL ELECTRIC VALVE DIRECT BURIAL WIRES \i o BRASS NIPPLE o i . PVC TEE OR ELL MAIN SUPPLY \ HEAVY DUTY FITTING NOTE: INSTALL ONE QUICK COUPLING VALVE AT EACH AUTOMATIC VALVE. IF AUTOMATIC VALVES ARE CLUSTERED, ONE QUICK COUPLING VALVE PER CLUSTER. JTYPICAL AUTOMATIC VALVE INSTALLATION • • PRESSURE BACKFLOW PREVENTOR lklumml 4 1 &a-LL4 r jai u - RASS NIPPLE RASS UNION COPPER NIPPLE BRASS NIPPLE 12"x12"x12" NOTE: PIPE SIZE TO BE THRUST BLOCKS ADJUSTED.TO SIZE. OF BACKFLOW PRE-, VENTOR ADAPT INLET AND OUTLET TO MAIN LINE TYPICAL BACKFLOW PREVENTOR TYPE 11 i 0 i GALVANIZED PIPE PAINTED - COLOR OF BUILDING. ATTACH TO BUILDING WITH. TWO (2) METAL STRAPS. • WALL MOUNT CONTROLLER 0 WALL CONTROLLER - CONNECT TO WALL WITH INCLUDED METAL CONNECTIONS ELECTRICAL WIRE IN PVC PIPE TO ELECTRICAL SOURCE w z H a LL I LL K J mly, �T^l Loo 0 +Vlv� • I j • • Z Q Z H N H M w U W N W W H d N N N w O K to O Q N H W = en K Q Z H 3 2 Y O w O W C7 : K V) F M N X LL Z O O H m N m <t H W N Z Y T H Q CD C7 "M�1wV. N W F O Z I N Z O Q U H W H U W � N f Z H f X H J H O N J Q z J O J J H 4 J I— m H H !L N ° m F ©■ W N O W z � v H Z m 3 n O W C > Iw- CQ9 •QOSCV CY E: L) Lu Ww. W m J C4 JQ�: - m =, d H W =) W Q N O W I N Z O Q U H W H U W � N f Z H f X H J H O N J Q z J O J J H 4 J I— m H H !L N ° m F ©■ N -7, A & OF INSURANCE CERAFICATE This is to certify that the policies listed in this Certificate have been issued to the Named Insured by the Company designated al below. This Certificate does not amend, extend or otherwise alter the terms, conditions or exclusions of such policies. Issued To (Name and Address) P. F CITY OF NEWPORT BEACH CITY HALL 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92660 aIf ---- Named Insured �a Named Insured and Address: PLAZA LANDSCAPE, lNe. 1620 N. MAIN STREET ORANGE, CA. 92667 :oi Policy Number Policy Term Type of Insurance Limits of Liability L is Bodily Injury Property Damage W 40-3950-004550 4-1—/b/4-1—// Workmen's Compensation Statutory mj $ 000 Each Person , 000 Each Accident Employers' Liability $ 000 Medical - Each Person Comprehensive Automobile $ 000 Each Person Liability $ 000 Each Occurrence $ 000 Comprehensive General $ 000 Each Occurrence $ 00 Aggregate Operations $ 000 Liability Including Blanket Aggregate Protective $ 000 Aggregate Completed Contractual Liability $ 000 Operations and Products $ 000 Manufacturers' and $ 000 Each Occurrence $ 000 Aggregate $ 000 Contractors' Liability Owners', Landlords' and Each ccurrence Aggregate $ 000 Tenants' Liability Completed Operations and $ 000 Each Occurrence $ 000 $ 000 Aggregate $ 000:; Products Liability Contractual Liability $ 000 Each Occurrence $ '0001 I Aggregate $ 000 Comprehensive Excess Each ccurrence con,tined Persona( Injury and $ 000 Aggregate Indemnity Property Darraze Description and location of operations and automobiles covered; RE: WEST NEWPORT PARK IMPROVEMENTS & SEASHORE DRIVE IMPROVEMENTS FROM 100, E/O 55TH ST E, TO SUMMIT ST., C -1767 his policy shall not be cancelled nor reduced in coverage until thirty (30) days after rec f registered written notice of cancellation or change by the City of Newport Beach, c/o Ci 6 lerk, 3300 Newport Blvd., Newport Beach, Ca. 92660. n Th C mX11 d Is ate b lo I I,Tkg ev r effort to notify the holder of this Certificate of any material change in or cancellation of these policies, Wg y 6 a bi a?su rtll�'-Iy r i a d7sy es4o,117 a UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. 12-29-76 L..j Date B —070. urown Gen. 348 (1-73) t i i -I CER -KATE OF INSURA14CE This is to certify that the policies listed in this Certificate have been issued to the Named Insured by the Company designated below. This Certificate does not amend, extend or otherwise alter the terms, conditions or exclusions of such policies. Issued To (Name and Address)?' CITY OF NEWPORT BEACH CITY HALL 3300 NEWPORT BLVD. j.. NEWPORT BEACH. CA. 92660 t E3aji gal Named Insured and Address: PIJIZk jANDSCAPE, . 1620 N. MAIN STREET ORANGE, CA. 92667 'I Policy Number Policy Term Type of Insurance Limits of Liability ; Bodily Injury Property Damage I - Workmen's compensation statutory _ ' $ , 000 Each Person $ ,000 Each Accident I, J Employers' Liability ,LZ -� $ ,000 Medical - Each Person ' Comprehensive Automobile $ .000 Each Person Liability $ , 000 Each Occurrence $ , 000 = General Liability .'. $ 000 Each Occurrence Aggregate Operations $ , 000 $ dComprehensive � ,• Including Blanket Aggregate Protective $ p'; ❑ Contractual Liability $ 000 Aggregate Completed` Operations and Products $ 000 °' , , Manufacturers' and , 000 Each Occurrence $ , 00011 ,� 4.:, Aggregate $ , 00011 Contractors' Liability Owners, Landlords' and $ , 000 Each Occurrence $ 1000 Aggregate $ , 000 Tenants' Liability, Completed Operations and $ , 000 Each Occurrence $ , 000 Products Liability $ , 000 Aggregate $ '000 ' ' Contractual Liability $ 000 Each Occurrence $ , 000 . -. ... Aggregate $ , 000 Combined Personal ; y� Comprehensive Excess $ , 000 Each Occurrence in a and i I'`a $ , 000 Aggregate Indemnity Property Damage l .,.;: Description and location of operations and automobiles covered: E RE:. WEST NEWPORT PARK IMPROVEMENTS & SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH ST TO SUMMIT ST., C -1767 is policy shall not be cancelled nor reduced in coverage until thirty (30) days after rec registered written notice of cancellation or change by the City of Newport Beach, c/o Ci [` lerk, 3300 Newport Blvd., Newport Beach, Ca. 92660. @c, `1 j ?a Thg C mp ny degignytop bQtov{ wi rt�ak ev ry effort to notify the holder of this Certificate of any material change in or cancellation of these policies, k? ut / ' p6 iI It ib i� Irf � ✓ I' b a u es o es n d' y r d e d s. v2 ® UNITED STATES FIDELITY AND GUARANTY COMPANY` -=' `.I FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. 1i iij +',III I Date 12 -29 -76 .. . i<: -�.J �sl�- ...:...... " 31 p, ..a.i ,_i r .. •. . ---tiL ..tL.... ��: TT- •.. -.,r. i..T� .. ,.. .' � ".V'.1t., j \. t:.......� Gen. 348 (1 -13) ,� t r I pl. CERAFICATE OF INSURANCE This is to certify that the policies listed in this Certificate have been issued to the Named Insured by the Company designated below. This Certificate does not amend, extend or otherwise alter the terms, conditions or exclusions of such policies. Issued To (Name and Address) CITY OF NEWPORT BEM CITY HALL 3= NEWPORT BLVD. WWW BEACH* CA. 92M Named Insured and Address: PI LAINDSWES LK# 1620 N. HAD STREET ORANGE, CA. 92667 Limits of Liability Policy Number Po ficy Term Type of Insurance Bodily Injury Property Damage Workmen's Compensation Statutory $ 000 Each Person Employers' Liability $ 000 Each Accident $ 000 Medical -Each Person 7 =1 �5 Comprehensive Automobile 000 Each Person EJ $ 000 Each Occurrence $ '0 $ 000 Each Occurrence $ 000 Aggregate Operations $ 000 Aggregate Protective $ 000 Aggregate Completed i $ 000 Operations and Products $ '0001 $ 000 Each Occurrence $ '00 9 Aggregate $ 000 $ 000 Each Occurrence $ '000 001 Aggregate $ 000. $ 000 Each Occurrence $ '000 $ 000 Aggregate $ '000 $ 000 Each Occurrence $ 1000i as [ rz, on roc ua a y Aggregate $ 000 Comprehensive Excess 000 Each Occurrence Combined Personal Injury and Indemnity $ 000 Aggregate Propeny Damage Description and location Of operations and automobiles covered: RE., INEV INISMIRT PAW IWWVEWWM Ar SEASHORE WIVE IMPROVEMI FIRM More" E/O SM ST. TO 5"17 ST. a, C•1767 his policy shall not be cancelled nor reduced in coverage until thirty (30) days after rea t f registered written notice of cancellation or change by the City of Newport Beach, c/o, Cit Park. 3300 Newport Blvd.. Newport Beach, Ca. 92660. N M- T� qjmtntde igrtey, b 110 % ialki le ff ne ort to notify the holder of this Certificate of any material change in or cancellation of these policies, b a so es o es on I y r il e o s UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. Date 12-29-76 V* ell _iuv_w k� ", K Gen. 348 (1-73) Liability Comprehensive General Liability Including Blanket Contractual Liability Manufacturers' and Contractors' Liability Owners', Landlords' and Tenants Liability Completed Operations and Products Liability C t I I Li bilit $ 000 Each Occurrence $ '0 $ 000 Each Occurrence $ 000 Aggregate Operations $ 000 Aggregate Protective $ 000 Aggregate Completed i $ 000 Operations and Products $ '0001 $ 000 Each Occurrence $ '00 9 Aggregate $ 000 $ 000 Each Occurrence $ '000 001 Aggregate $ 000. $ 000 Each Occurrence $ '000 $ 000 Aggregate $ '000 $ 000 Each Occurrence $ 1000i as [ rz, on roc ua a y Aggregate $ 000 Comprehensive Excess 000 Each Occurrence Combined Personal Injury and Indemnity $ 000 Aggregate Propeny Damage Description and location Of operations and automobiles covered: RE., INEV INISMIRT PAW IWWVEWWM Ar SEASHORE WIVE IMPROVEMI FIRM More" E/O SM ST. TO 5"17 ST. a, C•1767 his policy shall not be cancelled nor reduced in coverage until thirty (30) days after rea t f registered written notice of cancellation or change by the City of Newport Beach, c/o, Cit Park. 3300 Newport Blvd.. Newport Beach, Ca. 92660. N M- T� qjmtntde igrtey, b 110 % ialki le ff ne ort to notify the holder of this Certificate of any material change in or cancellation of these policies, b a so es o es on I y r il e o s UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. Date 12-29-76 V* ell _iuv_w k� ", K Gen. 348 (1-73) as [ rz, on roc ua a y Aggregate $ 000 Comprehensive Excess 000 Each Occurrence Combined Personal Injury and Indemnity $ 000 Aggregate Propeny Damage Description and location Of operations and automobiles covered: RE., INEV INISMIRT PAW IWWVEWWM Ar SEASHORE WIVE IMPROVEMI FIRM More" E/O SM ST. TO 5"17 ST. a, C•1767 his policy shall not be cancelled nor reduced in coverage until thirty (30) days after rea t f registered written notice of cancellation or change by the City of Newport Beach, c/o, Cit Park. 3300 Newport Blvd.. Newport Beach, Ca. 92660. N M- T� qjmtntde igrtey, b 110 % ialki le ff ne ort to notify the holder of this Certificate of any material change in or cancellation of these policies, b a so es o es on I y r il e o s UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. Date 12-29-76 V* ell _iuv_w k� ", K Gen. 348 (1-73) 7- CERTIFICATE OF INSURANCE �z eiu This is to certify that the policies listed in this Certificate have been issued to the Named Insured by the Company designated below. This Certificate does not amend, extend or otherwise alter the terms, conditions or exclusions of such policies. Issued To (Name and Address) r- CITY OF NE0011111' BEACH CITY HALL It 3300 AEWW ILM J MNU BEACHs CA. =0 All Named Insured and Address: PLM LABMWO tK. 1620 IL NUN STILEET 0RA1l M 92667 Policy Number Policy Term Type of Insurance Limits of Liability Bodily Injury Property Damage 3 workmen's compensation statutory P. 000 Each 2 .. $ 000 Each Acdclent Employers' Liability $ 000 Medical - Each Person Comprehensive Automobile $ 000 Each Person $ 000 Each Occurrence $ '000 Liability Comprehensive General $ 000 Each Occurrence $ 0 Aggregate Operations $ .000 Liability Aggregate Protective $ .000 Including Blanket Contractual Liability Aggregate Completed Manufacturers' and $ 000 $ 000 Operations and Products Each Occurrence $ '000 $ '000 Aggregate 1$ 000 Contractors' Liability 1 Owners', Landlords' and 000 Each Occurrence $ 000 Tenants' Liability Completed Operations and $ 000 Each Occurrence '000 $ 000 Aggregate $ '000 Products Liability 4 Contractual Liability $ 000 Each Occurrence $ '000 777777;�-,.�) Aggregate $ '000 111� Comprehensive Excess $ 000 Each Occurrence Combined Personal Injury and $ 000 Aggregate Indemnity P roperty Damage Description and location al operations and automobiles covered: RE.- W-SP WWW PAW IWWWVM & SEARM DRIVE IWRMWM FM MOO E/0 557H ST. TO SMIT ST.* 0-1767 Is policy shall not be cancelled oar reduced in coverage until thirty (30) days after rea registered written notice of ca cellation or change by the City of riewport Beach, c/o Cit erke 33100 Newport Blvd., Newport Beach, Ca. 92660. k. Th C d A b w2l k4 ever effort to notify the holder of this Certificate of any material change in or cancellation of these policies, ,NI b2 aJMu1E'X'ZSg�C0'A' ilylo r il e sl UNITED STATES FIDELITY AND GUARANTY COMPANY FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. Date .7 Gen. 348 (1.73) -2- • CITY OF NEWPORT BEACH • CERTIFICATE 01 INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1767 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100 E/O 55TH STREET This is to certify that the INSURANCE COMPANY OF THE PACIFIC COAST Name of Insurance Company) has issued to PLAZA LANDSCAPE, INC. Name of Insured 1620 NO. MAIN ST., ORANGE, CA. 92667 (Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0. J. BROWN COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD., #904, LOS ANGELES, CA. 90057 Telephone No. (213) 386 -1460 Countersigned by: PXtho 1iz ed Insurance Company Representative Effective date of this endorsement: 12-29-76 19 Endorsement No. 2 to jal) ve ual olicy Term Limits of Liabilit Each Occurrence (Minimum: Aggregate (Minimum: Covera a is No. $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500 000 Contract , H W C MPLETE INFO TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage GA591 3929 From: 10 - 76 1 - To: 10 -1 -77 $ $500,000. $ 500,000 Protecti $ 1.000,000 Products $ 500,000 Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0. J. BROWN COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD., #904, LOS ANGELES, CA. 90057 Telephone No. (213) 386 -1460 Countersigned by: PXtho 1iz ed Insurance Company Representative Effective date of this endorsement: 12-29-76 19 Endorsement No. 2 to jal) ve ual 0 CITY OF NEWPORT BEACH • CERTIFICATE 01 INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 176 MODIFICATIONS TO THIS CERTIFICATE ARE FIT ACCEPTABLE Project Description: WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUM141T STREET This is to certify that the INSURANCE COMPANY OF THE PACIFIC OAST Name of Insurance Company) has issued to ... -PLW LANDSCAPE, INC. 1620 NO. MAIN ST., ORANGE. CA. 92667 ddress of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Covera a is No. Policy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti� $1,000,000 Products $ 500,000 Contract H W C MPLETE INFOR TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage GA591 3929 From: 10 -1 -76 To: 10 -1 -77 $$50 0,000. $ 500,000 protecti $I;DOO;ODO— Products $-- 960 Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Noh -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0. J. BROWN COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD., #9049 LOS ANGELES, CA. 90057 Telephone No. (213) 386 -1460 Countersigned by:�_ Authorized Insurance Company Representative Effective date of this endorsement: 12 -29 -76 19_, Endorsement No. 2 to ial) ve ual • CITY OF NEWPORT BEACH • CERTIFICATE Of INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0. MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEPT BLE Project Description: WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE 114PROVEMENTS FROM 00 STREET This is to certify that the INSURANCE COMPANY OF THE PACIFIC COAST Name of Insurance Company) has issued to PLAZA LANDSCAVEa IK. 1620 NO. MAIN ST. Name of Insured CA. 92667 rf Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or olicy Term Limits of Liability Address Covera icy No. WILSHIRE BLVD.. #9040 LOS ANGELES. CA. 90057 Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,500,000 Products $ 500,000 Contract H W C MPLETE INFO R TION BELOW Po icy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage 6A591 3929 From: 30 -1 -76 To: 10.1 -77 $ =5000000. $•� Protecti • . Products $— Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0, J. BROMM COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD.. #9040 LOS ANGELES. CA. 90057 Telephone No (213) 386 -1460 Counters i gm re ial ) ve ual Effective date of this endorsement: 12-29-76 19 _, Endorsement No. 2 CITY OF NEWPORT BEACH • CERTIFICATI. 01 INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1767 MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEPT BLE Project Description: WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM STREET loop E/O 55TH UMM STREET This is to certify that the INSURANCE COMPANY OF THE PACIFIC COAST Name of Insurance Company) has issued to PLAZA LANDSCAPE, C7 1620 NO. MAIN ST.. ORANGE* CA. 92667 (Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non-Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0. J. BROWN COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD.. #404• LOS ANGELES. CA. 90057 Telephone No. (213) 3861460 Countersigned by: Authorized Insurance Company Representative 12.29.76 2 Effective date of this endorsement: , 19 , Endorsement No. Fe ial ) ee ja I oli:y Term Limits of Liabilit Each Occurrence (Minimum: Aggregate (Minimum: Covera a is No. $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts H W C MPLETE INFOR TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage GA691 3929 From :10-1 76 10.1 -77 To: $5000000. $ g -- Protecti •- OOD-OM Products $— Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non-Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: 0. J. BROWN COMPANY Address of Agency or Broker: 2500 WILSHIRE BLVD.. #404• LOS ANGELES. CA. 90057 Telephone No. (213) 3861460 Countersigned by: Authorized Insurance Company Representative 12.29.76 2 Effective date of this endorsement: , 19 , Endorsement No. Fe ial ) ee ja I RESOLUTION NO. g 95 9 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO PLAZA LANDSCAPE IN CONNECTION WITH WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' EAST OF 55TH TO SUMMIT STREETS,CONTRACT NO. 1767 WHEREAS, pursuant to the notice inviting bids for work in connection with West Newport Park improvements and Seashore Drive improvements from 100' East of 55th to Summit Streets, in accordance with the plans and specifications heretofore adopted, bids were received on the 10th day of December, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is PLAZA LANDSCAPE, INC.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Plaza Landscape, Inc. for the work in the amount of $274,187.65 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 20th day of December ATTEST: City Clerk �4 4 1976. DDO /bc 12/16/76 V x n n m --i a)Z=� Z�F m n ;u --+01 Cn Zli m • 1r. C y W -A_ { -A m � v I� 'w D 3 3 J ' a �� ll�slil s I �I ~J cm� I ! liiilii !! ZR 13r,i €i , m --i a)Z=� Z�F m n ;u --+01 Cn Zli m • 1r. C y W -A_ { -A m � v I� 'w D 3 3 J U z n I z ;� m n to z I n 1 O C� �1 C � 'II l 1 coo {n--iPi YIIIIIINI ��RR� �II01111N��NN�99 A �II z ;� m n to z I n 1 O C� �1 C � 'II l 1 coo {n--iPi n n a Ak m r) -i En may V III � Y u � �m y b I m Y y �k eII� alp nn fil Ln C 3 3 .Z7 0 �nnn � t a�gogo� e�8oppe8oe8�88888ag�'�v� G I^ J � I D ! ! ! ! I c Z zi. !! it �I Z i LL i I ! ! m r) -i En may V III � Y u � �m y b I m Y y �k eII� alp nn fil Ln C 3 3 .Z7 0 CONTRACT NO. 1767 CITY OF NEWPORT BEACH PUBLIC WOft.DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/0 55TH STREET TO SUMMIT STREET Authorized ' the City Council this�27th` day .of Sept. 1976. 4 U� �. Doris George, City Clerk i SUBMITTED BY: Plaza Landscape, Inc. Contractor 1620 N. Main St. Address Orange, Ca. 92667 City Zip 714- 637 -7420 Phone $261,526.65 Total Bid Items 1 through 60 %irlU ► *�JVIS Ats rt;I__ f- I 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS wil be received at the officti of the City Clerk, City Hall, Newport Beach, California, until 11:30 A.M. on the nth day of December 19 76, at which time they iT be opened and read, for performing work as follows. WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an td he Corporate Seal shall be affixed to-a- documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (con t.) 0 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS wil be received at the officti of the City Clerk, City Hall, Newport Beach, California, until 11:30 A.M. on the nth day of December 19 76, at which time they iT be opened and read, for performing work as follows. WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an td he Corporate Seal shall be affixed to-a- documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (con t.) # 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the, only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8701 adopted February 9, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -12 -76 0 0 Page Z All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License N0.258108 & 312032 ClassificationC -27 & A Accompanying this proposal is bond (Cash, Certified Check, Cashiers Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 714- 637 -7420 Phone Number 12/10/76 Date Plaza Bidder's Name (SEAL) ut oA fi rized 6ignNture Tu—thorlzed Signature _ Corporation _. Type of Organization _ (Individual, Corporation, or Co4irtne s- Fii.p) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Phillip W. Fields - President Ralph F. Ambrose - Vice President & Manager Evelyn L. Fields - Secretary - Treasurer i i 0 0 r 0 • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 15505 Lincoln Ave. 1. Asphalt R. J. Noble Co. orarze, Ca. 92667 1925 Broadway 2. Tennis Courts Pacific Tennis Courts Santa Monicay Ca_ 312 S. Melrose 3, Electrical Vic Stein Electric Placentia Ca. P. o. Box 9 4, Chain Link Fence Golden West Fence Co. Westminster. Ca. 926 (Uj Eanciolph Ave. 5, Drainage Savala Construction Costa Mesa, Ca. 92626 [cA 7. 8. 9. 10. 11. 12. Plaza Landscape, Inc. Bidder's .Name Authorizet Signature 1 4- J\ - Corporation _ Type of Organ iza,ti?vr ; (Individual, Co- partners- hip_or Carp.) 1620 N. Main St. Orange, Ca. 92667 Address -. i ;,•, ��_ '� _ _ _ ^"LC .�/ ��� . � ' BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY`►£SE PRESENTS, That we, PLAZA LANDSCAPE, INC. and UNITED STATES FIDELITY AND GUARANTY COMPANY Page 4 BOND NO. 40- 0120 - 3168 -75" i as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum offEN PERCENT (10%) I OF THE 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 WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET. CONTRACT NO. 1767. 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 10th day of December 19 76 Corporate Seal (If Corporation) PLAZA LANDSCAPE, INC. Principal By: (Attach acknowledgement of n -- Attorney-in-Fact) �—� ,M I ATTORNEY -IN -FACT AFFIDAVIT STATE OR COMMONWEALTH OF__.____CALIFORMA _ `^ COUNTY OR CITY OF ..... LOS ANGELES ss' Before me, a Notary Public, personally known to me, and known to be the Attorney -in -Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seat of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board cf Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my h 10th ' w. o. < OFFICIAL SEAL VIVIAN K. BROWN NOYARY PUdUC C,1LIFCRNIA , PMN(; PAL O-FICE IN My commission expire _ `cos ANL-1 C J;I (Y mm ssicn Expires March 16, 1979 Jud. 876 (8-57) _____ -- December 76 - - - - -- . 19 - - -- • NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public. officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 10th day of December , 19 76 . My commission expires: .... nn ......x....nn.........nn.........R .®. OFFICIAL SEAL _ CHERYL ANN MacKAY Notary Public- California C ORANGE COUNTY 1 My Commission Expires Nov. 29. 1979 . .. ............... . . . .............................. e Plaza Landscape. Inc. Notary r`���Y by by /�iL.z- - 'led`� Notary r`���Y 0 ............ 0 ATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within N hours after the bid opening if he is the apparent low bidder. Page 6 Signed 0 ............. 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. 1976 City f Costa Mesa Leisure Services Dept. Chuck Rust 556 -5303 Standard Pacific Corp. 1976 Costa Mesa Dave Langlois 546 -1161 Crow Pacific Development Corp. 1976 Irvine Chris Gibbs 752 -7505 1976 Riverside Unified School District D. M. Callis 781 -2240 of La Habra Tom Mazzola 213- 694 -1011 1975 Dept. of Bldg. Services Paul Muz chenko 834 -5919 i�vi vu�♦ ✓cvclvNi�ciii. vii y. 1976 Los Angeles Ron Carl 714- 835 -6451 1975 City of Newport Beach Dave Fennell --------- . igned 0 0 CONTRACT NO. 1767 CITY OF NEWPORT BEACH PUBLIC WORKS MENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 11 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1767 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE PARK IMPROVEMENTS 1. Lump Sum Demolition, clearing and grubbing. Three thousand @ one hundred fifty —seven Dollars and No Cents Per Lump Sum $ $ 3,157.00 2. Lump Sum Provide utility services (tele- phone, gas, sewer, and electri- cal). Two thousand @ four hundred forty— seven. Dollars and Fifty Cents $ Per Lump Sum $ 2,447.50 i r_. EM QUANTITY ITEM DESCRIPTION U 10. AND UNIT UNIT PRICE WRITTEN IN WORDS P 3 4 5 6. 7. E Lump Sum Site rough grading. Seven thousand @ six hundred eighty-three Dollars and No Cents Per Lump Sum 1,000 Place imported borrow Cubic Yds. PR 2 of 11 $ $ 7,683.0(y @ One Dollars and Seven Cents $ 1.07 $ 1,070.00 Per Cubic Yd. 347 Construct Linear Ft. 24" ACP (1,500 D) @ Twenty -nine Dollars and Fifteen Cents $ 29.15 $ 102115-05\' Per Linear Ft. 1 Construct juncture structure Each No. 1 per CNB Std. Dwg. No. 310 -L w /grate type cover. @ Six hundred fifteen Dollars and Twenty -five Cents Per Each 7 Construct catch basins per Each details on plans. @ Three hundred seventy -five Dollars and No Cents Per Each 375 Construct 10" ACP drains in- Linear Ft. cluding connections per CNB Std. Dwg. No. 312 -L. $ $ 615.25' $ 375.00 $ 2,625.00 @ Nineteen Dollars and Fifty -two Cents $ 19.52 $ 7,320.00 Per Linear Ft. 440 Construct aggregate base- - Tons Park improvements @ Nine Dollars and Twenty Cents $ 9.20 $ 41048.00N Per Ton 0 0 PR 3 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 330 Construct asphaltic concrete Tons pavement including prime coat- - Park improvements. @ Eighteen Dollars and � Sixty Cents $ 18.60 $ 6,138.00 Per Ton 11. 871 Construct Type "B" P.C.C. per Linear Ft. CNB Std. Dwg. No. 182 -L. @ Three Dollars and Forty Cents $ 3.40 $ 2,961.46` Per Linear Ft. , 12. 29 Construct parking meter posts Each including concrete base slab. @ Forty Dollars and Fifty Cents $ 40.50 $ 12174.5 Per Each 13. 8,290 Construct P.C.C. sidewalk per Sq. Ft. CNB Std. Dwg. No. 180 -L with heavy rock salt finish. @ No Dollars and Eighty -eight Cents $ .88 $ 7,295.20 Per Sq. Ft. 14. 30 Construct P.C.C. retaining wall. Linear Ft. @ Fifty -nine Dollars and Pent -five Cents $ 59.25 $ 1,777.56v Pe Linear Ft. 15. 7 Construct 5' concrete block wall Linear Ft. to match existing wall. @ Sixteen Dollars and Five Cents $ 16.05 $ 112.35 Per Linear Ft. 16. 51 Construct P.C.C. steps. Linear Ft. @ Eight Dollars and Five Cents $ 8.05 $ 41o.55 Per Linear Ft. (` • PR4of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 265 Construct P.C.C. mow strip_ Linear Ft. @ Two Dollars and Eighty Cents $ 2.80 $ 742.000`+ Per Linear Ft. 18. Lump Sum Construct 4 tennis courts in- cluding fencing, provisions for future lighting, wind screen, surfacing, athousandnces. Eighty-eight @ six hundred twenty -eight Dollars and l 88,628.00 No Cents $ $ 4 Per Lump Sum 19. 2 Furnish and install entry signs. Each One thousand @ seven hundred eighty -four Dollars and ` Twenty —five Cents $1,784.25 $ 3,568.50 1 Per Each 20. 4 Furnish and install bench #1. Each @ Two hundred sixty -six Dollars and No Cents $ 266.00 $ 1.o-664..o-o-\'1 Per Each 21. 4 Furnish and install bench #2. Each @ Two hundred thirty Dollars and Sixty Cents $ 230.60 $ 922.40 Per Each 22. 5 Furnish and place trash recep- Each tacles. @ One hundred eighty Dollars and No Cents $ 180.00 $ 900.00\- Per Each 23. 2 Construct drinking fountains Each and water supply system. @ Two hundred seventy -six Dollars and Fifty -five Cents $ 276.55 $ 553.10 Per Each :155 32g.3o x U ! PR 5 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 24. 3 Install spring animals. Each @ One hundred sixty— thr� Dollars and L Thirty Cents $ 163.30 $ 489.90 Per Each 25 26 27 W] all 30 Lump Sum Construct dock. @ Five hundred fifty —six Dollars and No Cents $ $ 556.00 L Lump Sum Lump Sum Furnish and Install #4E play structure. @ Three hundred fifteen Dollars and No Cents $ $ '315.00 Lump Sum Lump Sum Furnish and Install #62M play structure. Three thousand @ three hundred thirty —seven Dollars and No Cents Lump Sum 89 Furnish and place Conrock #28 sand. Cubic Yards $ $ 3,337.00 @ Thirteen Dollars and j Sixty Cents $ 13.60 $1,210.40 6 Per Cubic Yard 130 Furnish and install irrigation Each shrub heads (including pipe and fittings. @ Eleven Dollars and Twenty —five Cents $ 11.25 $1,462.50 Per Each 215 Furnish and install turf heads. Each @ Twelve Dollars and No Cents $ 12.00 $2,580.00 Per Each i • PR 6 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31. 2 Furnish and Install #41K Rotors. Each @ Eighty —seven Dollars and No Cents $ 87.00 $ 174.00 er Lach 32 14 Furnish and Install #37 RC Rotors. Each @ One hundred five Dollars No and Cents $ log-on $ i,u nn Per—Each 33. Lump Sum Furnish and Install Weinman #12 KH 7; -4 pump and assembly. Two thousand @ seven hundred twenty Dollars and No Cents $ $ 2,720.00 y Lump Sum 34. Lump Sum Furnish and Install 2" P -711 SMR @ Two hundred ninety -five Dollars No and Cents $ $ 295.00 Lump Sum 35. Lump Sum Furnish and Install Griswold SR 24 automatic controller One thousand @ six hundred ninety —eight Dollars and No Cents Lump Sum 36. 16 Furnish and Install Griswold SF control Each valves.- @ One hundred thirty —one Dollars and Seventy —five Cents Per Each $ $ 1,698.00 $ 131.75 $ 2,108.00 ' 37. 10 Furnish and Install Rainbird LVC 44 Each Quick Couplers. @ Thirty —five Dollars and Eighty —five Cents $ 35.85 $ 358.50 \' Per Each . 11 4 10 2. , (. o ITEM NO. 38. K32M 40 41 42 43. 44 1 111 UNIT 1315 Linear Feet Lump Sum Lump Sum Lump Sum 7 Each 6 Each 126 Each 0 0 •. u9 vlCA I I avn UNIT PRICE WRITTEN IN WORD Furnish and Install Class 315 Pressure Line. PR 7 of 11 UNIT TOTAL PRICE PRICE i @ One Dollars. and Fifty Cents $ 1.50 $ 1.972.50 l Per Linear Foot Provide Ground Preparation and finish grading. @ Two thousand five hundred Dollars No Cents $ $ 2,500.00 Lump Sum Furnish and Install ground cover from flats. @ Nine hundred eighty Dollars and No Cents $ $ 980.00 Lump Sum Plant turf. @ Six hundred Dollars and No Cents $ $ 600.00 Lump Sum Furnish and plant 36" Box Trees. @ Four hundred seven Dollars and No Cents $ 407.00 $ 2,849.00 4 Per Each Furnish and plant 24" Box Trees. @ One hundred sixty —three Dollars and Fifty Cents $ 163.50 $ 981.00 1 Per Each Furnish and Plant 15 Gal. Trees. @ Thirty —seven Dollars and r- EiFhty —five Cents $ 37.85 $4,769.io .y Per Each - • • PR 8 of 11 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 45. 6 Furnish and Plant 7' Palm Trees. Each @ Ninety Dollars and No Cents $ 90.00 $ 540.00' Per Each 46. 186 Furnish and Plant 5 Gal. Shrubs Each @ Eight Dollars and Eighty -five Cents $ 8.85 $ 1,646.10 y Per Each 47. 16 Furnish and Plant 1 Gal.Shrubs Each @ One Dollars and Fifty Cents $ 1.50 $ 24.00 L Per Each 48. 5 Furnish and Plant 5 Gal.Vines Each @ Eight Dollars and Eighty -five Cents $ 8.85 $ 44.25 L Per Each 49. Lump Sum Provide 60 days maintenance. @ One thousand six hundred Dollars and No Cents $ $ 1,600.00 Lump Sum SUB -TOTAL (ITEMS 1 THROUGH 49) $ 192,608.55 STREET IMPROVEMENTS 50. Lump Sum Clear and grub, including removals in street areas and CMP sleeve installations. @ Fifteen thousand nine hundred Dollars and ✓ No Cents $ $15,900.00 Lump Sum 51. 22,000 Construct P.C.C. sidewalk per Square Feet CNB Std. Owg. No. 180 -L. @ No Dollars j and Eighty -three Cents $ .83 $ 18,260.00 Per Square Foot 3Q�t�o i ITEM NO. 52. 53 54 55 56 57 m 0 0 IN 970 Construct Commercial Driveway Square Feet Approach per CNB Std.Dwg. No. 160 -L. PR 9 of 11 UNIT TOTAL PRICE PRICE @ One Dollars and Twenty —five Cents $ 1.25 $ 1,212.50 Per Square Foot 4025 Construct Type A P.C.C. curb and Linear feet gutter per CNB Std.Dwg. No. 182 -L. @ Four Dollars and Sixty Cents $ 4.60 $18,515.00 Per Linear Foot 28 Construct Type B P.C.C. curb per Linear Feet C.N.B. Std.Dwg. No. 182 -L. @ Three Dollars and Forty Cents $ 3.40 $ 95.20 Per Linear Foot 127 Construct asphaltic concrete Tons paving including prime coat. @ Twentv—three Dollars and Eifh�Tan v Cents $2�,8n $ 3,rm.6n Per 354 Construct aggregate base. Tons @ Ten Dollars and Twenty —five Cents $ 10.25 $ 3,628.50 Per Ton 180 Construct variable thickness Tons asphaltic concrete patches. @ Thirty Dollars and Eighty —five Cents $ 30.85 $ 5,553.00 ✓ Per Ton 2 Construct curb inlet Type O.S. Each W /5' length of 18" A.C.P. 1500 D and concrete collar. @ Nine hundred fifty —seven Dollars and Sixty —five Cents $ 957.65 $ 1,915.30 Per Each • ?L) • 0 PR 10 of 71 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 59. 6 Install 4" diameter galvanized steel Each guard posts. @ Thirty -seven Dollars and No Cents $ 37.00 $ 222.00 Per Each 60. 22 Adjust valve, meter and pull boxes. Each @ Twenty -seven Dollars and No Cents $ 27.00 $ 594.00 ✓ Per Each SUB -TOTAL (ITEMS 50 THROUGH 60) $ 68,918.10 TOTAL PRICE FOR ITEMS 1 THROUGH 60 (BASE BID) six Two hundred sixty -one thousand five hundred twenty - Dollars and Sixty -five Cents $ 261,526.65 ADDITIVE ITEMS Construct P.C.C. Bike Trail l A -1 Square Feet (Easterly of ,. Real Estate office). @ One Dollars and Twenty Cents $ 1.20 $ 5,112.00 Per Square Foot A -2 2250 Construct 3" thick by 12 foot wide Square Feet asphaltic concrete Bike Trail. @ No Dollars and Sixty-five Cents $ .65 $ 1,462.50 t" PerSauare Foot A -3 22,590 Construct P.C.C. Bike Trail Square Feet including demoli- tion, clearing and grubbing, and relo- cating chain link fence (westerly of Real Estate office to Orange Avenue). @ One Dollars and r Thirty —eight Cents $ 1.38 $31,174.20 Per Square Foot 1 Plaza Landscape, Inc. T er's Name s December 10, 1976 Date Authorized Signature CONTRACTOR'S LICENSE NO. 258108 & 312032 CONTRACTOR'S ADDRESS 1620 N. Main St., Orange, Ca. TELEPHONE NUMBER 714- 637 -7420 f . . PR 11 of 11 i i ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE i A -4 415 Construct 5' chain link fence includ- Linear Feet ing irrigation system and planting. @ Nine Dollars and ✓" Ninety Cents $ 9.90 $ 4,108.50 Per Linear Foot A -5 330 Construct 5' slump stone and wrought Linear Feet iron fence including irrigation system and planting. @ Sixteen Dollars and Twenty Cents $ 16.20 �j" $..-5. 346.Qo Per Linear Foot A -6 Lump Sum Construct 4 hand ball courts including fence. @ Thirty-four thousand Dollars and No Cents $_ $34,000.00 Lump Sum Plaza Landscape, Inc. T er's Name s December 10, 1976 Date Authorized Signature CONTRACTOR'S LICENSE NO. 258108 & 312032 CONTRACTOR'S ADDRESS 1620 N. Main St., Orange, Ca. TELEPHONE NUMBER 714- 637 -7420 f t • . � . /. ` '� -..�O :mil= ��_- _ ^� � ^/ i �_ .... Aw- • CITY OF NEWPORT BEACH . ' PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONSTRUCTION OF WEST NEWPORT PARK IMPROVEMENTS AND SEASHORE DRIVE IMPROVEMENTS FROM 100' E/O 55TH STREET TO SUMMIT STREET CONTRACT NO. 1767 BID OPENING: December 10, 1976, 11:30 a.m. ADDENDUM NO. 1 Please make the following revisions in the contract documents: 1. PROPOSAL: A. Item 14 - Add a $ and a line under "Unit Price" and "Total Price ". B. Item 33 - Change Item Description to read "Furnish and install Weinman #1; KH 72 -4 pump and assembly. C. Between Items 49 and 50 change title to read "STREET IMPROVEMENTS ". D. Additive Item No. A -2 - Change "Linear" to "Square" in both the "Quantity and Unit" column and the "Item Description" column. 2. SPECIAL PROVISIONS: Add the attached Booster Pump specifications and detail. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL AND INSERT A COPY WITH YOUR PROPOSAL. cv�Ag Don Webb Project Manager /-�, -61 --76 Date Received 1 n tontractor's Authorized Signature BOOSTER PUMP SPECIFICATIONS 1. Booster pump shall be Weinman 1; KH - 7, - 4, 7, horsepower, 1750 R.P.M., single phase, equipped with a Type "TV" purge valve. Booster pump shall have a fabricated steel base to raise undershot discharge above concrete pad. Pump motor shall have an open drip -proof enclosure. Booster pump shall be capable of delivering 160 G.P.M. @ 55 P.S.I. This shall combine with existing 60 P.S.I. for a total of 55 P.S.I. minimum. 2. Provide and install a magnetic pump starter in a Nema 1 enclosure with H.O.A., circuit breaker, low voltage (ambient compensated) protection and start button, 120 volt single phase relay coils and door safety switch, sized appropriately for booster pump. Contractor shall make necessary electrical hook -ups to existing power. 3. Provide a disconnect switch for electrical power supply prior to the booster pump and the booster pump control center. 4. The magnetic starter shall be wired so that the automatic controller actuates the booster pump during the irrigation cycle. 5. Gate valves shall be Kennedy 561X or approved equal. 6. Flexible couplings shall be Smith -Blair 411 Series or approved equal. 7. All pipe and fittings for booster pump make -up shall be flanged cast iron or galvanized steed. Where piping for booster pump make -up is 2" size or smaller, the irrigation contractor may use screwed pipe and fittings in lieu of flanged pipe and fittings provided a sufficient number of unions are utilized to allow easy dismantling of booster pump assembly. Note: Any pipe and fittings installed below grade shall be flanged cast iron or.brass. 8. Booster pump shall be painted with two (2) coats of rust resistant paint. Color and type of paint to be selected by the City. W 1-le 11 • �FLLW.E.D TLG 6 I CNECIC V.& 311 O O FL ►UGED 90' ELL (TYPICAL) sucTIoAI (� j) R4►X.ED Ti4 �AWJ4oR —PUMP. ?0 - To 12¢IG►TIou ►IC¢4T4 Bl144 ':. SUPPLY LIEIE . _ ADAPT AS READ. Ivy.l X18' TU2U5T B PUMP Is" CWPUNG FL&MGED 9D' ELL I, (TYPICAL) NO-0 - GUCTIDU 3u —FU%I &LE CowL1uG 2,1 CATS VALVE 3° c�� FLbYGLD IU PLSU VIEW BOOSTER PUMP DETAIL Cmw-x VALVE TD IRey aloe SUPPLY LIUF '