Loading...
HomeMy WebLinkAboutC-3095 - Hoag Linear Park (Sunset View Park) - Also refer to D-1995 for original Res 97-45)0 s CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 January 8, 1998 Green Giant Landscape, Inc. 631 South Palm, #E La Habra, CA 90631 (714) 6443005 Subject: Contract No. 3095 - ,Sunset View Park (Hoag Linear Park) On November 24, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on December 3, 1997, Reference No. 19970621216. The Surety for the contract is American Motorists Insurance Company, and the bond number is 3SM90861900. Sincerely, �-, LaVonne M. Harkless, CMC /AAE City Clerk LH:lvi cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTEOBY AND WHEN RECORDED RETURN TO: City Clerk City ofwpNewpport Beach Newport Beach, CA 92663 4F Recorded in the County of Orange, California Gary L. Granville, Clerk /Recorder 1111111111111111111111111 11111111 11111111 111111111111111111111111 No Fee 19970621216 12:17pm 12/03/97 005 12030959 12 63 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government rode ���ct. -�,_._ 6 .. n NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Green Giant Landscape, Inc. _ as Contractor, entered into a Contract on May 27, 1997 Said Contract set forth certain improvements, as follows: Sunset View Park (formerly Hoag Linear Park) Contract No. 3095 Work on said Contract was completed on October 24 1997 and was found to be acceptable on November 24, 1997 by the City Council. Title to said property is vested in the owner, and the Surety for said Contract is American Motorists City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on - (ei `/ 17 _, at Newport Beach, California. BY City Clerk 0 a November 24, 1997 24 CITY COUNCIL AGENDA APPRl1VE�t ITEM NO. 4 VCU TO: MAYOR AND CITY COUNCIL MEMBERS FROM: PUBLIC WORKS DEPARTMENT SUBJECT: COMPLETION AND ACCEPTANCE OF SUNSET VIEW PARK, CONTRACT 3095 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: On May 27, 1997, the City Council authorized the award of the construction contract for the Sunset View Park (Hoag Linear Park) to Green Giant Landscape Inc. of La Habra, California. The contract provided for the construction of a view park, which included concrete benches, receptacles, landscaping, irrigation; and a 60 -day landscape establishment and maintenance period. The contract, with the exception of the 60 -day establishment and maintenance period, has been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $50,000.05 Actual amount of bid items constructed: 50,097.28 Total amount of change orders: 1,022.39 Final contract cost $51,119.67 The increase of $97.23 in the actual bid items over the estimated bid items constructed resulted from the placement of an additional concrete mow strip. The final overall construction cost including change orders was 2.2% over the original bid amount. One change order in the amount of $1,022.39 provided for the construction of 90 feet of curb for purposes of erosion control. Funds for the project were budgeted in the Park -in -Lieu Fund as follows: Budget Actual Account Description: Account No. Amount Expenditures Hoag Hospital Linear Park 7021- C4120049 $54,700.05 $51,119.67 SUBJECT. COMPLETIC0D ACCEPTANCE OF SUNSET VIEW PARIONTRACT 3095 November 24, 1997 Page 2 Upon final payment of the 60 -day establishment and maintenance period; and release of retention, a balance of $3,580.38 will be returned to the Park -in -Lieu Fund. The contract specified completion of all work within 30 consecutive working days from the issuance of the Notice to Proceed. Based upon the written notice to proceed on August 13, 1997, the completion date was September 24, 1997. Due to extra work, inclement weather and a delay in obtaining a SCE power hook -up, the completion date was extended to October 24, 1997. All work, with the exception of the landscape establishment and maintenance period, was completed by that date. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: "V 1' GeL �4 Horst Hlawaty, P.E. Construction Engineer 0 0 \ \dp \sys\ groups\ pubworks \98- counc \nov- 24\sunset.doc • June 9, 1997 CITY COUNCIL AGENDA ITEM NO. 4 0 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT JUN 91997 SUBJECT: HOAG MEMORIAL HOSPITAL LINEAR VIEW PARK DEDICATI � 2 RECOMMENDATIONS: Adopt a Resolution accepting the park dedication required as a condition of approval set forth in the development agreement entered into between Hoag Memorial Hospital and the City of Newport Beach, recorded on March 23, 1994 in the office of the County Recorder for the County of Orange as Instrument No. 94- 0207276; and 2. Authorize the Mayor and City Clerk to execute the Resolution and Grant Deed and record the documents for the park acceptance in the office of the County Recorder for the County of Orange. DISCUSSION: The Development Agreement with the Hoag Memorial Hospital recorded on March 23, 1994, required the dedication of a linear view park along the bluff above the hospitals lower campus as shown on the attached Exhibit A. The Development Agreement required that Hoag Memorial Hospital provide the City of Newport Beach with an Irrevocable Offer of Dedication prior to commencement of development and grading of the proposed linear view park and that the Offer of Dedication, be accepted by the City within sixty (60) days after the initial grading permit has been completed by the City. The Irrevocable Offer of Dedication was recorded on April 20, 1995. The grading for the linear view park has been completed and the City must now accept the Offer of Dedication within sixty (60) days of the date the grading permit is finalized in conformance with the Development Agreement. It is recommended that the dedication be accepted as offered. A copy of the required resolution is attached. Res ectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By Z Richard L. Ho stadt • Project Engineer Attachments: Exhibit A - Location Map Resolution NLY LINE INSTR. N0. 84. 251192 3 P a m h 6 O� rpQ /Pq �1 \RfA( 4,v ,4. PCL. 'A' 4 \ �J GRAPP SCALE 120 60 0 120 240 NO2- 09'38 -W r• 20.00' SCALE W FEET • EI '�i• I 1 J . MCr (TEMPO ARY ONSTRUCT{ON ' ' i EA EM I £ I PARCEL r'B" (PERMANENT '^ PARK(• / ' a I T p ' 1 K N07.48'7'E "zo.00• tRAOI / Prepared by " A 90'00'00' T 55.. ^." R .. ✓! s $5.00' L . 8629* 2089.8.E ENCBERING 9 EXHIBIT 'r A" eo lTfka C' 0 R 4Ry 20. SKETCH TO ACCOMPANY LEGAL T: 0 o• f4SE,NfHI�TRUrT DESCRIPTION OF PARK DEDICATION / THE CITY OF NEWPORT BEACH. / g /` \`'W'LY LINE ry / 4Ge.` INSTR. HI7- 100.00 N0. / J\GF.\ 84.251192 01. 26.7994 ' W -258 \ a E RESOLUTION NO. 97 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ACCEPTING THE DEDICATION OF THAT CERTAIN PARK PARCEL AS SET FORTH IN THE DEVELOPMENT AGREEMENT ENTERED INTO BETWEEN HOAG MEMORIAL PRESBYTERIAN AND CITY RECORDED ON MARCH 23, 1994 IN THE OFFICE OF THE COUNTY RECORDER FOR THE COUNTY OF ORANGE AS INSTRUMENT NO. 94-0207276. WHEREAS, on April 20, 1995, the City Council of the City of Newport Beach accepted the Irrevocable Offer of Dedication of a park parcel in order to fulfill: (1) a certain condition set forth in that certain development agreement entered into between Hoag Memorial Hospital Presbyterian and City recorded on March 23, 1994, in the office of the County Recorder for the County of Orange as Instrument No. 94- 0207276 (Development Agreement); and (2) a special condition of Coastal Development Permit No's. 5 -93 -253, 5- 93- 35- -253A, approved by the California Coastal Commission on April 14, 1994 and February 9, 1995, respectively, in accordance with the staff Recommendation and Findings; and WHEREAS, the dedication of the park parcel must be accepted by the City of Newport Beach within 60 days after the initial grading permit has been finalled by City; and WHEREAS, the initial grading permit was finalled by the City on April 30, 1997, and must now be accepted by City; and WHEREAS, the park parcel is legally described in Exhibit "A" and depicted on a map attached as Exhibit "B'; and 0 NOW, THEREFORE, by the City Council of the City of Newport Beach that the dedication of the Park Parcel is hereby accepted; and 0 LJ BE IT FURTHER RESOLVED that the Mayor be authorized to execute the Grant Deed, to be recorded in the Office of the Recorder of the County of Orange. ! ADOPTED this day of June, 1997. ATTEST: City Clerk Mayor 2 L J 0 0 • EXHIBIT A PROPERTY LEGAL DESCRIPTION The real property in the City of Newport Beach, County of Orange, State of California, being further described as follows: THOSE PORTIONS OF LOT 172 IN BLOCK 1 OF IRVINE SUBDIVISION IN THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA, AS PER MAP RECORDED IN BOOK 1, PAGE 88 OF MISCELLANEOUS MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY. DESCRIBED AS FOLLOWS: PARCEL "A" (PERMANENT PARK) BEGINNING AT THE NORTHWESTERLY TERMINUS OF THAT CERTAIN COURSE • DESCRIBED AS "N 820 11'49" W, 584.99 FEET" IN THE NORTHERLY LINE OF PARCEL 1 IN THE DEED TO THE HOAG MEMORIAL HOSPITAL - PRESBYTERIAN, RECORDED JUNE 19, 1984 AS INSTRUMENT NO. 84- 251192 OF OFFICIAL, RECORDS OF SAID ORANGE COUNTY; THENCE ALONG THE WESTERLY LINE OF SAID PARCEL 1 SOUTH 40 038'03" WEST 73.80 FEET; THENCE LEAVING SAID WESTERLY LINE SOUTH 70 006'40" EAST 161.81 FEET; THENCE NORTH 07 °48'11" EAST 20.89 FEET THE BEGINNING OF A TANGENT CURVE CONCAVE SOUTHEASTERLY HAVING A RADIUS OF 55.00 FEET; THENCE 86.39 FEET ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 90 000'00" TO A RADIAL LINE OF SAID CURVE WHICH BEARS NORTH 07 048'11" EAST; THENCE ON THE PROLONGATION OF SAID RADIAL 20.00 FEET TO A POINT HEREINAFTER REFERRED TO AS POINT "A ", SAID POINT BEING IN SAID NORTHERLY LINE OF PARCEL 1, SAID POINT BEARS SOUTH 82 °11'49" EAST 173.21 FEET FROM SAID NORTHWESTERLY TERMINUS; THENCE ALONG SAID NORTHERLY LINE OF PARCEL 1 NORTH 82011'49" WEST 173.21 FEET TO THE POINT OF BEGINNING. 03-2D-97 4 S: \DOC \152 \97030024.DEE PARCEL "B" (PERMANENT PARK) . A STRIP OF LAND 20.00 FEET WIDE, THE NORTHERLY LINE DESCRIBED AS FOLLOWS: BEGINNING AT POINT "A" HEREINABOVE DESCRIBED IN PARCEL "A "; THENCE ALONG SAID NORTHERLY LINE OF PARCEL 1 SOUTH 82'11'49 " EAST 411.78 FEET; THENCE NORTH 87 050'22" EAST 671.50 FEET. SAID STRIP TO TERMINATE WESTERLY IN THE EASTERLY LINE OF HEREINABOVE DESCRIBED PARCEL "A ". s 03 -20 -97 5 S: \DOC \152 \97030024.DEE `n Ll 0 • Ell a n N`LY LINE INSTR. N0, 8 4- 2 5119 2 3 N a P �$T A• x A4 4Hf \ b P.0.8.� \ `, PCL 'A' 4 \ �J GRAPHIC SCALE 120 60 0 120 240 NO2'09'38 -W 20.00' SCALE IN FEET N C4 . 1 I I 20.00' .• •. v.. I I I O 2 I I PARCEL "C' I I 20.00' I (TEMPORARY CONSTRUCTION I I EM 1 IQ I PARCEL "B" (PERMANENT I I `^ PARKI u a a I S I � I I N07.48'11'E I Prepared by ' 20.00' IRAOI I DAVID A A . 90'00'00' T . 55.:1' ----! R . 55.00' L . 6629 ' N07.48'8'E 20.89" - -" ENG�ERILIG 1 r I EXHIBIT 'B.` o PC/ I mo 17F4P0RgRY0'0p'�C� o E4SP4o DESCRIPTION OF PARK T - r' 2 STq�� � I! THE CITY OF NEWPORT BEACH. T /y'V \,�/ W'LY L K7400 -00 \L�\64-251'192 0. 01-264994 W 258 N 0 0 RESOLUTION NO. 97 - 45 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ACCEPTING THE DEDICATION OF THAT CERTAIN PARK PARCEL AS SET FORTH IN THE DEVELOPMENT AGREEMENT ENTERED INTO BETWEEN HOAG MEMORIAL PRESBYTERIAN AND CITY RECORDED ON MARCH 23, 1994 IN THE OFFICE OF THE COUNTY RECORDER FOR THE COUNTY OF ORANGE AS INSTRUMENT NO. 94- 0207276. WHEREAS, on April 20, 1995, the City Council of the City of Newport Beach accepted the Irrevocable Offer of Dedication of a park parcel in order to fulfill: (1) a certain condition set forth in that certain development agreement entered into between Hoag Memorial Hospital Presbyterian and City recorded on March 23, 1994, in the office of the County Recorder for the County of Orange as Instrument No. 94- 0207276 (Development Agreement); and (2) a special condition of Coastal Development Permit No's. 5 -93 -253, 5- 93- 35- -253A, approved by the California Coastal Commission on April 14, 1994 and February 9, 1995, respectively, in accordance with the staff Recommendation and Findings; and WHEREAS, the dedication of the park parcel must be accepted by the City of Newport Beach within 60 days after the initial grading permit has been finalled by City; and WHEREAS, the initial grading permit was finalled by the City on April 30, 1997, and must now be accepted by City; and WHEREAS, the park parcel is legally described in Exhibit "A" and depicted on a map attached as Exhibit "B'; and NOW, THEREFORE, by the City Council of the City of Newport Beach that the dedication of the Park Parcel is hereby accepted; and Lj E BE IT FURTHER RESOLVED that the Mayor be authorized to execute the Certificate of Acceptance for the Grant Deed, to be recorded in the Office of the Recorder of the County of Orange. ADOPTED this 9th day of June, 1997. ATTEST: l% O m- �%V-� City Clerk 2 /b� M�yor V Res 97 -45 EXHIBIT A PROPERTY LEGAL DESCRIPTION The real property in the City of Newport Beach, County of Orange, State of California, being further described as follows: THOSE PORTIONS OF LOT 172 IN BLOCK 1 OF IRVINE SUBDIVISION IN THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, STATE OF CALIFORNIA, AS PER MAP RECORDED IN BOOK 1, PAGE 88 OF MISCELLANEOUS MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS: PARCEL "A" (PERMANENT PARK) BEGINNING AT THE NORTHWESTERLY TERMINUS OF THAT CERTAIN COURSE DESCRIBED AS "N 82° 11'49" W, 584.99 FEET" IN THE NORTHERLY LINE OF PARCEL 1 IN THE DEED TO THE HOAG MEMORIAL HOSPITAL - PRESBYTERIAN, RECORDED JUNE 19, 1984 AS INSTRUMENT NO. 84- 251192 OF OFFICIAL RECORDS OF SAID ORANGE COUNTY; THENCE ALONG THE WESTERLY LINE OF SAID PARCEL 1 SOUTH 40 038'03" WEST 73.80 FEET; THENCE LEAVING SAID WESTERLY LINE SOUTH 70 006'40" EAST 161.81 FEET; THENCE NORTH 07 °48'11" EAST 20.89 FEET THE BEGINNING OF A TANGENT CURVE CONCAVE SOUTHEASTERLY HAVING A RADIUS OF 55.00 FEET; THENCE 86.39 FEET ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF 90 000'00" TO A RADIAL LINE OF SAID CURVE WHICH BEARS NORTH 07 048'11" EAST; THENCE ON THE PROLONGATION OF SAID RADIAL 20.00 FEET TO A POINT HEREINAFTER REFERRED TO AS POINT "A ", SAID POINT BEING IN SAID NORTHERLY LINE OF PARCEL 1, SAID POINT BEARS SOUTH 82 011'49" EAST 173.21 FEET FROM SAID NORTHWESTERLY TERMINUS; THENCE ALONG SAID NORTHERLY LINE OF PARCEL 1 NORTH 82011'49" WEST 173.21 FEET TO THE POINT OF BEGINNING. 03 -20 -97 4 S: \D0C \152 \97030024.0EE i �► PARCEL "B" (PERMANENT PARK) A STRIP OF LAND 20.00 FEET WIDE, THE NORTHERLY LINE DESCRIBED AS FOLLOWS: BEGINNING AT POINT "A" HEREINABOVE DESCRIBED IN PARCEL "A "; THENCE ALONG SAID NORTHERLY LINE OF PARCEL 1 SOUTH 82 °11'49" EAST 411.78 FEET; THENCE NORTH 87 050'22" EAST 671.50 FEET. SAID STRIP TO TERMINATE WESTERLY IN THE EASTERLY LINE OF HEREINABOVE DESCRIBED PARCEL "A ". 03 -20 -97 5 S: \00C \152 \97030024.DEE N'LY LINE INSTR. N0. 84. 251192 pOWTP4- C� P A4 47. �q47 Eq7. T . sG� fq�0 3 N b N x P.O.B. �•� Pa- 'A' \ a n° n 12o so GRAPHIC 240 APHIC SCALE NO2'09'38'W 20.00' SCALE IN FEET PARCEL "C' / If / / / / zo.00• / � (TEMPORARY CONSTRUCTION EASEMENT) PARCEL "B" [PERMANENT PARK) 1' [RADI . 90'00'00' T 55.: • $5.00' L : 861-9' N07.487E 20.89" bo 17f.(0,Og4gY000; "�`• 0 PgSEM�gj�7q4C7j• \ W'LY LINE O. H �J9pJB, 4L�n4t INSTR. N0, pJe, &,\ 84 -25492 / � 1 N 1 ' / IPrepared by / k(DAVID.A I � ENGINEERING / EXHIBIT "6" i SKETCH TO ACCOMPANY LEGAL / DESCRIPTION OF PARK DEDICATION T_ THE CITY OF NEWPORT BEACH. 147400.00 01- 264994 W -258 M NEMRT BEACH • COM MMA . 02101008L so Dear Advertiser: Client Reference # Daily Pilot Reference # .54, M-1 Enclosed please find clipping of your ad from the first publication, beginning If you need to make any changes or corrections, please call me at your earliest convenience. The cost of this publication will be $ S6, cz Thanks for your cooperation and patronage. INVITING BIDS Sealed bids may be Eeived at the office of oomevare, P.O. Box 11 Newport Beach, CA. 92E 9915 until 11:00 AM on and �$43.000.00r s Eslim. Approved By /s/ Don Webb, Put Works Director PrOSpecllve bidders r obtain one set of bid do Tents at no cost at the Ace of the Public WO Department, 3300 Newp Boulevard, P.O. Box 17 Newport Beach, CA 926. 8915. For further informati, Call Fong Too, Project M; $PU ball ishe New ld 40. Beach-Costa Mesa Da Pilot April 19, 23, 1997 330 West Bay Street, Costa Mesa, CA 92627 (714) 642 -4321 FAX (714) 631 -5902 Sincerely, Advertising Department ,��b May 27, 1997 CITY COUNCIL AGENDA ITEM NO. 9 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT MAY 2 71997 SUBJECT: HOAG LINEAR PARK, CONTRACT NO. 3095 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Award Contract No. 3095 to Green Giant Landscape, Inc. of La Habra for the Total Bid Price of $50,000.05, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $5,000.00 for testing and unforeseen conditions. DISCUSSION: On May 8, 1997 at 11:00 A.M., the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Green Giant Landscape, Inc. of La Habra $ 50,000.05* 2. Hi Tech Pro Construction Co. of Laguna Hills $ 59,657.00 3. Gillespie Construction, Inc. of Costa Mesa $ 67,415.00 4. Wakeham- Baker, Inc. of Anaheim $ 67,618.00 5. Ryco Construction, Inc. of Gardena $ 121,121.00 * Corrected total bid price. The low total bid price of $50,000.05 is 16% above the Engineer's estimate of $43,000. The variance between the bid price and the Engineer's estimate is due to unforeseen higher bid unit prices on concrete work and ground covers. • SUBJECT: HOAG LINEAR PARK *TRACT NO. 3095 • May 27. 1997 Page 2 Given that the low bidder. Green Giant Landscape. Inc., has not previously performed work for the City, staff contacted a number of other agencies for which Green Giant has completed landscaping and irrigation work. The reference checks indicate that Green Giant has performed acceptable work on similar projects for other cities and public agencies. In addition, Green Giant possesses a valid Landscaping Class C -27 Contractor's license. The improvements to be constructed under this contract include clearing and grubbing; minor grading: soil preparation and treatment; providing and installing plant materials; constructing concrete mow strip; providing and installing concrete benches, bollards, pads, and waste receptacles; providing and installing water service and irrigation system, providing and installing an electrical cabinet; modifying electrical service; weed abatement, and providing landscape establishment and maintenance for a period of sixty (60) calendar days. A schematic of the finished linear park is attached. The project plans and specifications were prepared by Pedersen & Associates and Public Works staff. The specifications require the Contractor to construct the improvements after July 14, 1997, and complete all construction work within thirty (30) consecutive working days, but no later than September 12. 1997. Additional funds are needed in order to proceed with the project. Thus, staff is processing a City Manager Budget Amendment to transfer $5,524 from Account No. 7012- C5100008. Storm Drain Improvement Program and $4,000 from Account No. 7014- C5300025, Street Light Conversion Program to Account No. 7017- C4120049, Hoag Linear Park. Respectfully submitted, Wo-p-- PUBLIC WORKS DEPARTMENT Don Webb, Directo By Fong tse, Assistant Civil Engineer Attachment: Schematic of Linear Park COMMUNITY SERVICES DEPENT LaDonna Kienitz, Director 1 � 0 n cmo yd '� NNia PRELIMINARY NOAG LINEAR PARK LANDSCAPE N CITY OF NEWPORT BEACH 1 111 I ti I • r. Authorized to Publish Advertisements of all kinlecluding public notices by Decree of the Superior Court of Orange County, California. Number A•6214, September 29, 1961, and A•24831 June 11, 1963, PROOF OF PUBLICATION STATE OF CALIFORNIA) ) Ss. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of.eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City.of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: APRIL 19,23, 1997 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on APRTT. 23_ , 199 at CostrMesa, California. `IM'- I PUBLIC NOTICE BIDS nay be flied of ttil 11:00 AM on the V of May, 1997, at ime such bids shall led and read for: Linear Park let Number: 3095 tear's Estimate: I Approved By /s/ Don Webb, Public iWorks Dlrectoi Prospective bidders may 'oblain one set of bid docu. ments at no cost at the of. fice of the Public Works Department, 3300 Newport !Boulevard, P.O. Box 1768,' Newport Beach, CA 92658• 8915. For further information,' call Fong Tse, Project Man ager at (714) 644 -334D. Published Newport Beach-Costa Mesa Daily, Picot April 19, 23, 1997 Sa929 - iTY CLERK 1 r. -- - Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA. 92658 -8915 until 11:00 AM on the 8th day of —May—, 1997. at which time such bids shall be opened and read for: Hoag Linear Park Title of Project 3095 Contract Number $43,000.00 Engineer's Estimate Approved By Q & W Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Fong T e at (714) 644 -3340. Project Manager 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL HOAG LINEAR PARK CONTRACT NO. 3095 To The Mayor and Members of City Council City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: 0 PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3095 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following units prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. L. S. Mobilization and Traffic Control @ Ones f- hnrnaand fives Dollars hundred and No Cents $ 1500.00 Per Lump Sum 2. L. S. Provide and Install Ground Cover'and Lawn @ Rix ho usand throe Dollars hundred & thirty and No Cents $ 6330.00 Per Lump Sum 3. L. S. Provide and Install Shrubs @ One thousand six Dollars hundred & eighty fiveand No Cents $16Rs,nn Per Lump Sum 0 0 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 10 Provide and Install Concrete Bollards EA @ Three hundred fifty .Dollars and No Cents $ 350.00 $ 3500.00 Per Each 5. 3 Provide and Install Concrete Benches EA @ Nine hundred Dollars and No Cents $ 900.00 $ 2700.00 Per Each 6. 2 Provide and Install Concrete Waste EA Receptacle @ Four hundred s6ventyDollars five and No Cents $ 475.00 $ 950.00 Per Each 7. 2 Construct Waste Receptacle Concrete Pad Each @ Seven hundred fifty Dollars and No Cents $ 750.00 $ 1500.00 Per Each 8. 3 Remove Curb and Construct View Area Each Concrete Pad @ Two thousand two Dollars hundred and Mn Cents $ 2200.00 $ 6600.00 Per Each 9. L. S. Provide and Install Irrigation System @ Twelve thousand one Dollars hundred ninety three and No Cents $12,193. 0 Per Lump Sum i • ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1 Provide and Install Myers Dual Electrical EA Service Cabinet @ Two thousand five Dollars hundred and Nn Cents $ 2500.00 $ 2500.00 Per Each 11. L. S. Modify Electrical Service @ Four thousand five Dollars hundred and No Cents $ 4500.00 Per Lump Sum 12. L. S. Povide Maintenance and Plant Establishment Period @ One thousand two Dollars hundred & fifty and No Cents $ 1250.00 Per Lump Sum 13. 1,035 Construct Concrete Mow Strip L. F. @ Four Dollars and Sixty three Cents $ 4.63 $ 4792.00 Per Lineal Foot Fifty thousand Dollars and No Cents $ TOTAL BID PRICE (WORDS) 50,000.00 TOTAL BID PRICE (FIGURES) 0 40 PR 1.4 Ioni= (310)690 -6208 Bidder's Telephone Number 670478 C -27 Bidder's License No(s). /Classifications GREEN GIANT LANDSCAPE INC Bidder S /Donald L. Henderson, President Bidder's Authorized Signature and Title •06 Bidder's Address 0 0 Page 2A In accordance with the California Labor Code (Sections 1770 et seq.) , the Director of Industrial Relations 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. A copy of said determination 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 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a co authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the :porate officer or an individual For partnerships, the signatures For sole ownership, the signature 670478 C -27 Contractor's License No. & Classification GREEN GIANT LANDSCAPE INC. A41— Bidder � "`�'j 5 -6 -97 S/Donald'L Henderson, Presig Date Authorized Signature / Title 5/91 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address Electric Select Electric Lic # 630063 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Green Giant Landscape, Inc. Bidder 5/91 / : 4"n L. Henderson, President ed Sianature /Title 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, Green Giant Landscape, Inc. as bidder, and American Motorists ty as Surety, are held and firmly bound unto the Ci o Newport Beach, California, in the sum of 10% of the Bi d Amrn,nt Nit to Exce d3ollars ($ 5.000.00 ),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. *FIVE THOUSAND & NO /100ths THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of CONTRACT 03095 - HOAG LINEAR PARK (Title of Project and Contract No.) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 5th day of May , 19-�J. Green Giant Landscape Inc Bidder - Notar blic � /� ,_ , Commi �I C ion Expires: ) 7 ! �/ 5191 S/Donald L. Henderson, President Authorized Signature /Title American Motorists Insurance Co. SURETY By: (Attach Acknowledgment of Attorney -In -Fact) • • Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Donald L. Henderson , being first duly sworn, deposes and says that he or she is president of c_rnep (;amt L the party making the foregoing bid; that the bid 1s not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of and correct. Green Giant. Landscape, Inc. Bidder perjury that /the foregoing is true \ /DOnald"L. �F rskn/ President Authorized Signature /Title Subscribed and sworn to before me this 6th day of May , 19 97. [SEAL] Notary.,gublic. My Commission Expires: 8/26/99 ROBERri.LWKERS Cortwnptbni1069s8Y 3 QUY Comm.. EKPIrn Alp 26, 1999 5/91 Page 6 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 For Whom Person Telephone Completed Performed (Detail) To Contact Number 97 Concrete /irrigation (ra(iin q/(lral n a qo jAn Franio City of Laguna Hills (714) 707 -2614 97 Irrigation Grading Hydroseeding Bob Perez Corona School District (909) 736 -5000 97 Irrigation /planting Bob Corn(--11 Basset School District (818) 918 -3427 97 Concrete /Benchs Fencing John McDonald City of Bell Gardens (310) 695 -2120 97 Concrete /Table/ of Ada Upgrade Tom Murphy City of Lake Forest (714) 461 --14nn 97 Irrigation /Concrete Planting Dave Caflney County of Orange (714) 567 -7207 97 Irrigation /planting Randy Hillman' City of Norwalk (310) 929 -5719 Green Giant Landscape, Inc. Bidder 5/91 S/Donald L. Henderson, president Authorized Signature /Title • • Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size. Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 OXECUTED IN FOUR COUNTER PARTS • Pago a Bond: #3SM 908 619 00 iiti31Ei4&1� . Premium: Included with the Performance Bond KNOW ALL MEN., BY '1110SE P'RASUMV), that W11PREAS, the City, 1"nu11r,•il of the City .of Newport bogah, State of c:allearrrl+a, by mot? cmi, tkdopt&d � Mav 27th; 1997 has awarded to Green Giant Landscapes, ''Inc. herssinsftor dasT�jh a r`fiilaipA.1I ,I d CQntrwBC -^ 11i; " _Hoag _Linear Park .�_ (Contract No. — 3095 } in �iia Cxty oi? ewpo sac ," sit' Cwt can ormity with the Drawings and 5p acifieisti.ona and btbor contract" dociuments in the office of the c:it.y Clark_ of the .City Of .Newport Beach, and all of which are incorpornt4rl hnretn by t;.his'referanoe; WHERrAg; nald Principal has exac Utea or is about; to execute Contract No.-. 3095 AAd the terma thereof require the furni.ehang Of s band -F pr"o;Xcilnq O.11at if Pri.noipal or any of Principal's nuboontract'nrs, shall fali,l. try pay for any materials, provisions, or other' suppliuv used in,'ujptt; tor, or dbout the performance of the work agc6od to be done,•ar for any wnrk or labor done tbareon of any kind$ t',he surety oil till :is hand will pciy the some to the extent hereinaftot pat forth:. NOW, 9'rii:R r()RE, We Green Giant Landscape, Inc. �T as Principal,. Amgr�i�an Mom ho=ists Insurance Company as Suroty, ara h�a14'Pi.ilnijr bcnm�l unt. the 1.mi of NowpoxK tea G�,W n MO :sum of Fi.,f. t Thousand & NO /100ths . ,� Dollars ($ 50,000.00 cait sum j, aqua, '1 1.(1�'"At tho eatimated amount payab Tk VY the City of - Newport Beach under: t1so terms ,cif t.ho contract; for which payinent. wall .and truly,ivade: we bind ourselves, our heirs, executor.a Alsd a lami•nist'rA.i.yra, guccesoors, or assigns, jointly' and severally, firmly by thesie flTquonts. TH13 CU'NDITYON 4F -PHYS1 0114.TGATION U SUCH, that if the Above bounden Vri•naipa) or. hiss /ttcr xubeontraotors, fail to 'pay for any material.o, provisions.. ar or,her supplies, used in, upon, for, or about the partotmranae of the 14ork contrarterl to be done, or fo.r any other work or labor thareon,ot ally kind or for amounts. due under the Unemp.lo.yMWnt 111sur4r%dot.t:odc with respect to such work or labor, or for any Amounts ragdirad t.n he deducted, withheld and paid over to the l:mpl�nymanr D+svekop;A*nt Department from the wages of employees cnr the Principal, :and subcontractors pursuant > 0 Section 13020 of thrr Uttmqip2aymeriC.Xilourbnce Coda with respect to much work and 7.4bor, that the surety, o1; suretiew will pay for the natne, in an amount not•. eXasued109r the' sluff, 4pMV1fied in. tZe bond, and also, in Casa suit is, brought upon the.bond, a rslaisonable attorney +e fee, to be fixed kiy. the Court as z *4i.ira'r1 by the provisions of Section' 3230 Of the Civil Lode of the $tatd' of .CAlifarnia, yio� � s Page 8A The .tkotid $hull im�ura to the benokit of any and. X11. persons, compsniefa,.nnd roi:poratiohs entitled to file claims under Sootion 3181 of thta cali.l'arnl..a c1.vi3 Code so " to givt a right to them or their aiAlgho in any Emnit, iprrnzqht upon this bond, as rgquir*d by and in accordance with.tTe provisions of sectianem 3247 at. eeq. of this civil chew or this xtat& of califo,rr;l.a. And gia.icl'. Surety, ..for' value received, hereby stipuleatas and aryreeas tb4V no 1(thftn9a, ext*AS.ian Of time, alterations or additions to trip terms of the coatract or to the work to be . porf'ormed thereundar•.or rhea speecztfieatiQns accosnp&nyir :q the same ahnll in any wige aftect lrs obligatlonet an this bond, and it does hereby waive nOtiae of tiny . such e:hatlgib'i eextonsion of time, alterations or additions 'to. the terms; at the, contract or to the work or to the s pac ile l.rat: inns... ire the bvant that any pr. t.ncipsel above named executed this bond ac an Individual, it iii ,.4#sad.that the death of any ouch principal shall tat: axoncratea tote ;;dje'ty from .ita► obli.gationm under this bond. . IN W.1TWE;S'WITEREOF;' tfiiO lnatrumont, 11as been duly executed by the above T vuod Privic:ipaI. .and .1jureary, on the _ 9th day of 19_27. Green Giant Landsca pe, Inc. a rllN gllJ�`dR $GCgC (Prft��aT 4t•11 "SlrPhUr e American Motorists Insurance Company wa,mier of tRUt-.aty z . Aq 5 (Inaturea Michael E. Cundiff Attorney -in -fact P. 0. Box 41375, Los Angele's,. CA 90041 (7L4) 771 -4701 A rasa ai' Surety ._.,_. �._..... 'r'e lephona l OTURY A01KNOWLIRDOX29TS Or, •CONTR7lCTOB UM SURETY MOST BA ATTACKED sior CALIFORNIA ALL - POPOSE ACKNOWLEDGMENO State of California County of Orange On JUL — 9 19-57 before me, Kim Nguyen, Notary Public NAME, TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER ® Personally known tome OR . ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshel they executed the same in hislherltheir authorized 6aM NGUYEP9 ,� capacity(ies), and that by hislherltheir signature(s) on the apy�Npt}� instrument the person(s), or the entity upon behalf of t which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SIGNATUitF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN-FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BONDS TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT None SIGNER OTHER THAN NAMED ABOVE American Motorists Insurance Compf r name La Home Office: Long Grove, IL 60049 um amps POWER OF ATTORNEY W Know All Men By These Presents: That the American Motorists Insurance Company, (hereinafter called the "Company ") a corporation organized and existing under the laws of the State of Ilinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California ".. *... its true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds ONE MILLIONDOLLARS ($1, 000, 000. 00)""""' ...................................... ............................... EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 1997 This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of the Company on February 23, 1988 at Chicago, Illinois, a true and accurate copy of which are hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings. obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board. the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this January 1, 1994. Attested and Certified: ek't >q a American Motodsts Insurance Company Robert P. Harries. Secretary by J. S. Kemper, III, Exec.Vice President STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper. III and Robert P. Hames personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the American Motorists Insurance Company, a Corporation organized and existing under the laws of the State of Illinois. subscribed to the foregoing instrument. appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires 1 -28 -98 .......SEAL' 4 "OFFICIAL Kl SEAL' ► heM xweo ► yr wf. sine W ir" ► � rry cw.nWim erynsa l/mN P. vvvvvvvvvvvvv k.� Irene Klewer, Notary Public 0 • CERTIFICATION I, J.K. Conway, Corporate Secretary of the American Motorists Insurance Company, do hereby certify that.the attached Power of Attorney dated January 1, 1994 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and Robert P. Hames, who executed the Power of Attorney as Executive Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOFt III(tave hgFeyatp;eubscribed my name and affixed the corporate seal of the American Motorists Insurance JVL g H Company on this • 19_ I J. K. Conway, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 0362 6 -96 Power of Attorney - Tenn Printed in U.S.A 80WREMIUM BASE0.0N Ex UTED.1'N FOUR COUNTER PARTS 0 FINE CONTRACT PRICE Page 9 �%�f RFOltM7►1dC5 rip Bond: #)SM 908 619 00 Premium: .$1,000.00 KNOW ALL RVN' BY THESE tRWIDIITS, That WNSR76; S.; the city COCA- rii,:Af. the City of Newport: Beach, State of Calitar,"njiA, by motion Wopted , T_Ma,Y27th, 1997 has a4ai4ed to Green Giifit' Landscape, Inc, heu'einAfter aRilgnnc%a its tine - wr1RClpa1 ^, •il contracru ror Hoag Linear Park they C ewpor Boa�►, _tn atr�c� is -laity with the` n­i ct, Drawings gYid .,pscirir..rittchs..and other contraot documeratis in the offIca of the, Cl #y Clerk •ar he citx.af Newport Be&Qh, all of which are inooxporhted herein by thia rararas,re7 47t)ER];A9, rYinoip,>xl hai dxdcuted ar- is about to execute Can ft. 3095 aA4, the ttaasms thereof require the furnlahing of a n_hC cr"t,ha .faithful. perf6rmance of tha 'Contract; NOW; THARDFORS, we ; GrQen Giant Landscape, Inc. asPriraclpo'k,And American•Motorists Insurance Company no Surety, .ar e. 0 h'Iaflr?a�:y'T;341nd unto sa city of Newpor bro ch, in the SUM Of Fifty Thousand• & NW-100ths Dollars ($r 50, 000.00 ) , saitl ' au'm @� .Co' ,Dd.1- �"FAaklmated- ambu�nt o$'`tha oontract, :t,,a, be paid td I.."* c;ii:y ar its certain attorney,:. its sucaeesorm, and dssigns;• f4bn= which. payment well and truly made, we bind taursa vtis, our hai*�; ax"utorx and administrators, suu6esvorp, .:car asaigno, joi t,,ly and •seVerally, firmly by these pYosenta. •. , TiM CC7N0`TTTDN OF Tkk OOLIGATTON IS SUCK, that if the 4boVe boundon i A%C.ipel, lta heirs, . executors, administrators, oucOeveora, O'i r all things stand to And abide by, and wall.l, kttop truly dtsd pe "1'.prm they. coyenenta, conditions, and agroavent's, 'in the eonttAct'.:2irid any alteration thereof made as theroin.provirlod on its p4m .to be kept and performed at tha. time and in the amgorier the.rain epecified,. and in all respects according to its trite. .tntent and -me *ping, and sheill indemnify and save harmless the a1.ty of NeWpoft Booch, its officers, employees and agents•, ar, tharain atipuiatga, theA this► obligation 15hall 1:1400"a null and vgtdq otherwise 1 shall remain in full force and effect. Ap a VAil,� of' the aAQured. hereby , and in 444iti6n to the fact: aab4vt speoif ied. ri,t. his PbrIf6xitance Bond, there shall be included cgst•a and r"ic?ri4ble expemsam and Peas, inalbding raawQnable 4tPornays faos. it�c;irred )ay the City, in the event it is rogl4irsd by, ,btinging any itat..on in law or equity to '.enroroe the obligatifta -Vt this Botici. . , surety;, •.r'or value tviaalv6d, sti1pu3atas and agreax • that', no cllanve, akt•enainri or.additions to the tartar of the contrtsa.t: or to the Wvtk `.to be 'par�Eorrfod thereunder or to the opaoitiaatione aacosapanytt<y�.:Che: gra7pfes:fiiralll In• any wise affact its eio, • Page 9A obligations on thin bond, and it does hereby waive notice of any auch Gh.angb, okton.nior► of ti -mr, m1terations or additions of the contract. or to the work or try' the &peoi.f loati.nns. 'Phis 1'4ithfu.l rereorw4noe bond *hall be extended and maintained by the Princtpal. in full forgo and affect for six. (6) monthei following the 4t1to of formal acceptance of th6 Project by this city$ in trio event that the pki.ne.inal eweauted this bond as an individual', At is ayroad that the deftth o1 any such prinotpal shall not axonoxel.to the suroty from its otligwtions under this bond. IN WI`C'NeSS wim4or" i:h¢.q i.natrumant has been duly szQcuted by tha+ Pr. i.ncipii and Surw,�y " Above namod, an the 9th day of 19 97, Green Gaint Landscape, Inc. ' Mamce o>' corer ;autos.- ^(Pi -ino:Fk f American Motorists Insurance Company Name "r !�ur,etty P. 6. Box 41375, Los'Angeles, CA 9'0041 A,dxa�ta ut ze S gnat:uiia% itle Jl+it or1 e A fiigrwturs Michael E. Cundif (Attorney -in -fact 714) 771 -4701 Telasphono NC T49Y ;=14011LEDd2SF.MIS 01' 'C OUTRAcTAR AND SIMETY MUST' 9R ATTAC?SED 5/01 CALIFORNIA ALL - P*POSE ACKNOWLEDGMENO State of California County of Orange On JUL - 9 111:7 before me, Kim Nguyen, Notary Public NAME, TITLE OF OFFICER personally appeared Michael E. Cundiff NAME OF SIGNER ® Personally known tome - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the WITNESS my hand and official seat. (SIGNATURCOF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BONDS TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT None SIGNER OTHER THAN NAMED ABOVE within instrument and acknowledged to me that helshel they executed the same in hislheritheir authorized IQNI NGUyEPi capacity(ies), and that by hislheritheir signature(s) on the �iL/l0ILt/2 instrument the person(s), or the entity upon behalf of P V P which the person(s) acted, executed the instrument. WITNESS my hand and official seat. (SIGNATURCOF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BONDS TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT None SIGNER OTHER THAN NAMED ABOVE ras PRODUCER (714)261 -5335 futton Insurance Services 2913 S. Pullman St. Santa Ana, CA 92705 DATE(MMIODNY) 07/03/1997 FAX (714) 261 -1911 THIS CERTIFICATE 15 ISSUED AS A MA 1 1 EK OF INFUKMATION .. _ ...... .................. ...................... .. _.... _.... INSURED Green Giant Landscape, Inc. 631 S. Palm #E La Habra, CA 90631 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ............................... ..._._._._..._...................................._._.............. ......_.............._ COMPANY CNA Insurance Company Ext: A COMPANY Cal Compensation Insurance Company" B ................ ..... ............... ................... COMPANY C ..._........_........._._............_ ............................................_ ...._............._._.......... ........._.. COMPANY D OTHER caterholderVis named as Additional Insured per the attached as respects job operations of the Insured for Hoag Linear Park C -3095. 10 day notice of cancellation for non - payment of premium. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL &)6VX�W)i MAIL City of Newport Beach 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn. • Fong Tse PI XIKJr JiMX> 1GKXIYd@ EAiKIXiC MX12G14D €X(��6XIXdWY"XSX�SXXIXBSP1i6D(X P.O. Box 1768 3(dCAfDt) MXI)(dtYM)i X# )kK YAE)Q)WXXXXXXX Newport Beach, CA 92658 -8915 AUTHORIZED RBRR55EJTATIIVE THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, .... ................. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ................................................ .... ......... ......................... ...._._._............._.....: .................... ......_...... ............................... :..._........ ....................................................... .................. CO LTR TYPE OF INSURANCE POLICY NUMBER :POLICY EFFECTIVE :POLICY E %PIRATION' 1 DATE(MMMDIYY) DATE(MMIDDM) LIMITS GENERAL LIABILITY GENERAL AGGREGATE ": $ 2,000,000 - X - COMMERCIAL GENERAL LIABILITY PRODUCTS COMP /OP AGG E 1, OOO , OOO A CLAIMS MADE 4 X !- OCCUR ! - - -- -- 1062344255 ! 10/09/1996 10/09/1997 - PERSONAL & ADV INJURY $ - - - - - -- - 1, 000 000 - - -- X - OWNER'S &CONTRACTOR'S PROT i EACH OCCURRENCE $ :.................._........... ..............:................ 1,000,000 ....... .......: FIRE DAMAGE (Any one fire) i$ 50,000 MED EXP (Any one person) $ 5,000 AUTOMOBILE LIABILITY . ( _ COMBINED SINGLE LIMIT $ ANY AUTO : :......... ............................... .. ............................... 1 000 000 ....... X ALL OWNED AUTOS BODILY INJURY ' $ A SCHEDULED AUTOS - -X ;1062344269 10/09/1996: 10/ 09/ 1997 (Per person) ... .... ............................... HIRED AUTOS BODILY INJURY E X NON -OWNED AUTOS .......: (Per accident) URANCE APPROY. PROPERTY DAMAGE $ GARAGE LIABILITY G,� : AUTO ONLY - EA ACCIDENT E ANY AUTO RNAGER OTHER THAN AUTO ONLY: DATE- EACH ACCIDENT ; a - AGGREGATE:$ EXCESS LIABILITY EACH OCCURRENCE : $ 1,000,000 A X ;UMBRELLA FORM ;TBD ; 03/21/1997: 10/09/1997 AGGREGATE $ 1,000,000 OTHER THAN UMBRELLA FORM W ATU- O H WORKERS COMPENSATION AND ' -TORY LIMBS - - ER , !; - EMPLOYERS' LIABILITY EL EACHACaoera E 1,000 000 B -, G974010625 04/01/1997 04/01/1998 THE PROPRIETORI INCL . EL DISEASE POLICY LIMIT $ 1,.000 000 PARTNERS/EXECUDVE - OFFICERS ARE EXCL I - EL DISEASE EA EMPLOYEE I E 1,000,000 OTHER caterholderVis named as Additional Insured per the attached as respects job operations of the Insured for Hoag Linear Park C -3095. 10 day notice of cancellation for non - payment of premium. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL &)6VX�W)i MAIL City of Newport Beach 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn. • Fong Tse PI XIKJr JiMX> 1GKXIYd@ EAiKIXiC MX12G14D €X(��6XIXdWY"XSX�SXXIXBSP1i6D(X P.O. Box 1768 3(dCAfDt) MXI)(dtYM)i X# )kK YAE)Q)WXXXXXXX Newport Beach, CA 92658 -8915 AUTHORIZED RBRR55EJTATIIVE 07 /02/1997 17:05 3106905 3106905029 GREEN GIANT LASAP PAGE 12 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as.t.he result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General. Liability Insurance. 6: should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public works Department. 7. Designated Contract: 110AG LINEAR PARK C -3095 Project Title and Contract No. This endorsement is effective 7/3/97 at 12:01 a.m. and forms a part of Policy No. tnb23an2rs Of CNA T=ir^nrP rmmpanv (Company Affording Coverage). Insured: Green Giant Landscpae, Inc. Endorsement No.: ISSUING COMPANY By: � - A/k � b A J Authori. ed Reprerenta 5/91 07/02/1997 17:05 31069050 3106905029 GREEN GIANT LAN&P PAGE 13 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDQRSEM£NT It is agreed that: With respect to such .insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership., maintenance or use of automobiles '(or autos) used by. or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not.apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 rn< : . ( ) Multiple limits Bodily Injury 1'Aability Bodily Injury liability $ Property Damage Liability $ (x) Combined single Limit Bodily Injury Liability & Property Damage Liability 1,000,000. per person per accident The limits of, liability as stated in this endorsement skull not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 07/02/1997 17:05 31069050 3106905029 GREEN GIANT LA*AP PAGE 14 i Page 12A 4. Should the policy be non- renewed, canceled or coverage reduced before the expiration date. thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: HOAG LINEAR PARK C -3095 Pro 3 -T t -Title and Contract No. 713197 This endorsement is effective at 12:01 a.m. and forms a part of Policy No. 1062344269 of CNA Insurance Company (Company Affording Coverage). Insured: Green Giant Landscape, Inc ISSUING COMPANY By: \ J m 9W �,: A&_ __ Authorized Representative 5/91 Endorsement No.: 1 INSURANCE APPROVED 07/.02/1997 17:05 'Y r 3106905029 3106905 GREEN GIANT LAP WQRKERS' COMP EISATION INSURANCE CERTIFICATION PAGE 15 Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 7/3/97 GREEN GIANT LANDSCAPE, INC. Rate Name of Contractor (Principal) C -3095 Contract Number 5191 S /Donald L. Henderson, President Authorized Signature and Title HOAG LINEAR PARK _ Title o —f Pro ect CONTRACT Page 14 THIS AGREEMENT, entered into this 27th day of May , 1997, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GREEN GIANT LANDSCAPE, INC. , hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: HOAG LINEAR PARK C -3095 Title of Project Contract No. B. Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: HOAG LINEAR PARK C -3095 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of FIFTY THOUSAND Dollars ($ 0,000.0 ). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for HOAG LINEAR PARK C -3095 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APPROVED A TO FORM: CITY ATTO Y ATTEST: CITY CLERK 5/91 CITY OF NEWPORT BEACH A Municipal Corporation By:. May GREEN GIANT LANDSCAPE, INC. Name of Contractor S/Dona1H L. Henderson, President Authorized Signature and Title 0 0 INDEX TO SPECIAL PROVISIONS SECTION PAGE INTRODUCTION 1 PART I - GENERAL PROVISIONS Section 2 - Scope and Control of Work 2 -5 PLANS AND SPECIFICATIONS 2 -5.3.3 Submittals 1 2 -6 WORK TO BE DONE 2 2 -9 SURVEYING 2 -9.3 Surveying Service 3 Section 6 - Prosecution, Progress, And Acceptance of the Work 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 3 6 -6 DELAYS AND EXTENSIONS OF TIME 6 -6.1 General 3 6 -7 TIME OF COMPLETION 6 -7.1 General 3 6 -7.2 Working Day 3 6 -7.4 Working Hours 3 Section 7 - Responsibilities of the Contractor 7 -5 PERMITS 4 7 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control 4 7 -8.5 Temporary Light, Power and Water 4 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 4 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.3 Street Closures, Detours, Barricades 4 7 -10.5 Parking Prohibition 5 Section 9 - Measurement and Payment 9 -3 PAYMENT 9 -3.1 General 6 9 -3.4 Mobilization 7 PART II - CONSTRUCTION MATERIALS Section 212 - Landscape and Irrigation Materials 212 -1 LANDSCAPE MATERIALS 212 -1.1 Topsoil 212 -1.1.2 Class "A" Topsoil 7 212 -1.2 Soil Fertilizing and Conditioning Materials 212 -1.2.1 General 8 212 -1.2.3 Commercial Fertilizer 8 212 -1.2.4 Organic Soil Amendment 8 212 - 1.2.4.1 Soil Amendments 8 212 -1.2.5 Mulch 8 212 -1.4 Plants 8 212 -1.4.1 General 8 212 -1.4.3 Shrubs 8 PART III - CONSTRUCTION METHODS Section 300 - Earthwork 300 -1.3 REMOVAL AND DISPOSAL OF MATERIALS 300 -1.3.1 General g Section 308 - Landscape and Irrigation Installation 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.2 Trench Excavation and Backfill g 308 -2.3 Topsoil Preparation and Conditioning Procedure 10 308 -2.3.2 Fertilizing and Conditioning Procedure 10 308 -4 PLANTING 308 -4.1 General 10 308 -4.5 Tree and Shrub Planting 10 308 -4.7 Ground Cover and Vine Planting 11 308 -4.8 Lawn Planting 11 308 -4.8.2 Seed 11 308 -4.10 Weed Abatement 11 308 -5 IRRIGATION SYSTEM INSTALLATION 308 -5.2 Irrigation Pipeline Installation 12 308 -5.4 Sprinkler Head Installation and Adjustment 308 -5.4.1 General 12 308 -5.4.4 Sprinkler Head Adjustment 12 308 -5.5 Automatic Control System Installation 12 308 -5.6 Flushing and Testing 12 308 -5.6.1 General 13 308 -5.6.2 Pipeline Pressure Test 13 308 -6 MAINTENANCE AND PLANT ESTABLISHMENT 13 308 -7 GUARANTEE 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS HOAG LINEAR PARK CONTRACT NO. 3095 INTRODUCTION SP 1 OF 13 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans P- 5155 -S, (3) the City of Newport Beach Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 Edition), and (4) the Standard Specifications for Public Works Construction, (1994 Edition, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00) each. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (310) 202 -7775. The following provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter. PART GENERAL PROVISIONS SECTION 2 - -- SCOPE AND CONTROL OF THE WORK 2 -5 PLANS AND SPECIFICATIONS. 2 -5.3 Shop Drawings and Submittals 2 -5.3.3 Submittals Add to the end of the second paragraph, 'Products and materials that require submittals prior to their installations include soil amendment chemicals, fertilizers, ground cover materials, shrubs, backflow prevention device, enclosure for backflow prevention device, all irrigation system components and equipment, concrete benches, concrete receptacles, concrete bollards, Myers dual electrical cabinet, and any other items as required by the Engineer. Immediately after construction completion, the Contractor shall submit the following documents to the Engineer for approval and record. Final payment shall not be made by the City to the Contractor until these documents have been received and accepted by the City: 0 SP2OF13 1. Inked Mylar As -Built Record Drawing§ which include the as -built location of: a. Connection to existing water line. b. Connection to existing electrical power and locations of all conduit runs. c. Routing of all irrigation lines. d. Sprinkler control valves. e. Routing of electrical wiring. f. Quick coupling valves. g. Other related equipment as directed by the Engineer. 2. Controller Drawings : a. Submit one drawing for the controller. b. Provide a drawing of the areas controlled by the automatic controller. The drawing shall be of the maximum size that the controller enclosure door will accommodate. c. Provide a reduced drawing of the as -built irrigation system. However, in the event that the controller sequence is not legible when the drawing is reduced, the drawing shall be enlarged to a readable size. d. The drawing shall be a xerographic ozalid print, and a different color shall be used to indicate the coverage area for each station. e. Upon approval from the Engineer, the drawing shall be hermetically sealed between two pieces of 10 mils thick clear plastic sheets. f. These charts shall be completed, approved, and submitted to the Engineer prior to final inspection of the irrigation system. 3. Two (2) Operation and Maintenance Manuals in three -rings hard cover binders which include: a. The Contractor's address and telephone number. b. A list of installed equipment and the names and addresses of their respective manufacturer's local representatives. c. Catalogs and parts sheets of every type of installed materials, parts, and equipment. d. Operation and maintenance instructions of all installed equipment. e. Equipment spare parts lists and their respective manufacturer's information. f. Equipment and parts guarantee statements. 2 -6 WORK TO BE DONE. Add to this Section, "The term "work" and the work to be done under this contract includes all labor, transportation, materials, equipment, apparatus, and tools to (1) clear and grub; (2) soil import and /or removal; (3) prepare top soil; (4) provide and mix soil amendments and fertilizers; (5) backfill; (6) compact soil; (7) grade; (8) provide and install plants and landscaping materials; (9) construct concrete mow strip; (10) sawcut concrete curb; (11) provide and install concrete benches; (12) provide and install concrete waste receptacles; (13) construct view area concrete pads; (14) construct waste receptacle concrete pads; (15) provide and install concrete bollards; (16) provide and install irrigation system complete; (17) install potable water service stub; (18) install water service; (19) provide and install new Myers dual electrical cabinet; (20) modify electrical service; (21) provide weed abatement; (22) provide plant establishment and maintenance period; (23) restore existing improvements that were damaged by the Contractor during the course of work; and (24) other items of work as specified on the Plans and these Provisions to complete the work in place." • r 2 -9 SURVEYING. SP3OF13 2 -9.3 Survey Service Modify this Section to read, "The Contractor shall survey the project so as to provide surface runoff toward the existing concrete bike path as shown on the Plans." SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Modify the first paragraph of this Section to read, "Soon after bid opening or prior to contract award, the Contractor may at his own risk and cost arrange for a pre- construction meeting with the Engineer. At least five (5) working days prior to the pre- construction meeting, the Contractor shall submit to the Engineer for approval a detailed written chronological work schedule and a pedestrian and bicyclist traffic control plan for the areas where work is to be done." 6- 6DELAYS AND EXTENSIONS OF TIME. 6 -6.1 General. Add to the second paragraph of this Section, "The Contractor's failure to timely schedule the pre- construction meeting or submit the required documents for City approval shall not be accepted as grounds for granting a time extension beyond the total time allocated for the completion of all contract work." 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this Section, "The Contractor shall not start any on -site work until July 14, 1997. All construction work under this contract shall be completed within thirty (30) consecutive working days, but no later than September 12, 1997. A maintenance period of sixty (60) consecutive calendar days shall commence immediately after the completion of all construction work " 6 -7.2 Working Day. Add to this Section, 7) Labor Day, September 1, 1997 is a City holiday." 6 -7.4 Working Hours. Add this Section with, "The City's normal working hours for construction activities are between 7:00 AM and 4:30 PM on Mondays through Thursdays and between 7:00 AM and 3:30 PM on Fridays." 0 0 SP 4 OF 13 SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Modify the second paragraph to read, "At the time of bid opening and until the completion of work, the Contractor shall possess a General Engineering Contractor "A" License or a Landscape Contractor "C -27" License. Additionally, from the start and until the completion of work, the Contractor and each subcontractor shall possess a valid City Business License issued by the Revenue Division of the City of Newport Beach Administrative Services Department." 7- 8PROJECT SITE MAINTENANCE. 7 -8.1 Cleanup and Dust Control. Add to this Section, "The work site shall be cleaned, barricaded, and "taped off' at the end of each day until the work is completed." 7 -8.5 Temporary Light, Power and Water. Add to this Section, " If the Contractor elects to use City water, he shall arrange for a construction water meter and tender a $750 deposit for each meter with the City. Upon return of the meter(s) to City, the deposit will be returned to the Contractor, less a water usage quantity charge and any applicable repair charges for damages to the meter(s)." 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Delete the words "within the right -of -way" throughout this Section. Modify the last sentence of the third paragraph to read, "All damaged lawns shall be restored to their original conditions prior to the Contract work." Add to this Section, "The Contractor may utilize the vacant City parcel located between the work site and Superior Avenue to stage his equipment and /or materials on an as needed basis only. The Contractor, however, upon completion of the construction work must restore the parcel to its prior condition. All restoration costs including surveying, soil import, soil compaction, grading, repairs of damaged improvements, etc. shall be borne by the Contractor and no additional compensation shall be made by the City." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The Contractor shall submit pedestrian control plan(s) to the 0 SP5OF13 Engineer which conform with the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), 1996 Edition. Such plans shall be submitted to the Engineer at least five (5) working days prior to the start of any work, and shall include the following: 1. The Contractor shall maintain emergency vehicle access to the concrete bike path adjacent to the work site at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, and any other details required, shall assure that all pedestrian and bicyclist traffic will be handled in a safe and efficient manner with the least inconvenience to the public. 3. The Contractor shall protect the work site with barricades equipped with functional flashing beacons and yellow plastic warning tape during non - working hours. 4. The Contractor shall, at all times, provide for very heavy pedestrian and bicyclist traffic adjacent to the work site. 5. No equipment/materials /vehicles shall be stored nor parked within any portion of the Superior Avenue right -of -way at any time. 6. The Contractor shall not stage his equipment or materials on the concrete bike path adjacent to the work site for more than four (4) hours at a time. Such temporary placement or storage of equipment or materials shall not block more than half of the bike path's width. 7. At lease one (1) traffic lane on Superior Avenue shall be open to through traffic during the water service installation work. 8. All Superior Avenue traffic lanes shall be open to traffic immediately after the completion of water service installation work. 9. A solar powered arrowboard shall be used in addition to other traffic control devices for traffic control on Superior Avenue." 7 -10.5 Parking Prohibition Add this Section to read, "The Contractor and his workers shall not, at any time, park or store any personal vehicles on the adjacent concrete bike path." SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT. SP 6 OF 13 9 -3.1 General Add to this Section, "Unless otherwise authorized by the Engineer, all construction quantities to be paid to the Contractor shall not include any work that the Contractor performed beyond the limits and the extents shown on the Plans and the Specifications. In the event that the Contractor performed extra work without prior authorization from the Engineer, the Contractor shall be responsible for the costs of ail unauthorized extra work and no additional compensation shall be made by the City. Payment for incidental work items not separately provided for in the Proposal such as surveying, grading, and for material overages not utilized in the Work shall be included in the unit prices bid and no additional compensation shall be made by the City. Payment for "Mobilization and Traffic Control' shall include all costs and items of work specified on the Plans and these Provisions including, but not be limited to, providing and maintaining barricades with flashing beacons and yellow plastic warning tape during non - working hours. Payment for "Provide and Install Ground Cover and Lawn" shall include all costs and items of work specified on the Plans and these Provisions including, but not be limited to, construction survey, grading, clear and grub, soil import, remove unsuitable materials, top soil preparation, provide and mix soil amendments, provide and mix fertilizers, planting layout, provide and install ground cover materials, provide and seed lawn, provide and spread mulch, watering, and other work items required to complete the work in place. Payment for "Provide and Install Shrubs" shall include all costs and items of work specified on the Plans and these Provisions including, but not be limited to, soil import, remove unsuitable materials, digging, backfill preparation, backfill and soil compaction, provide and mix fertilizers, planting layout, provide and install shrubs, provide and set plant tablets, provide and spread mulch, watering, and other work items required to complete the work in place. Payment for "Provide and Install Concrete Bollards" shall include all costs and items of work specified on the Plans and these Provisions including, but not be limited to, digging, soil compaction, construct concrete foundations, provide and install bollards, level bollards, and other work items required to complete the work in place. Payment for "Construct Waste Receptacle Concrete Pad" shall include all costs items of work specified on the Plans and these Provisions including, but not be limited to, soil compaction, construct concrete pad, and other work items required to complete the work in place. • SP 7 OF 13 Payment for 'Remove Curb and Construct View Area Concrete Pad" shall include all costs and items of work specified on the Plans and these Provisions including, but not be limited to, sawcut existing PCC curb, soil compaction, construct concrete pad, construct expansion joints, and other work items required to complete the work in place. Payment for "Provide and Install Irrigation System" shall include all costs and items of work specified on the Plans and these Provisions and trench, trench backfill, make electrical service connections, provide and install backflow preventer, provide and install backflow preventer enclosure, provide and install control valves, provide and install system controller, provide and install spray heads, provide and install irrigation lines, sawcut/remove /replace Superior Avenue concrete sidewalk panel, all required items shown on STD - 105 -L, STD - 106 -L, and STD - 503 -L, sawcut existing roadway pavement, excavation, compaction, tack coat, provide and install water meter box and cover, make water service connections, adjust and optimize irrigation system, test irrigation system, train City staff on system operations, and other work items required to complete the work in place. Payment for "Modify Electrical Service" shall include all costs and items of work specified on Sheet 6 of the Plans. Payment for "Provide Maintenance and Plant Establishment Period" shall include all costs and items of work specified on these Provisions including, but not be limited to, watering, weed abatement, lawn mowing, plant trimming, irrigation system adjustments and repairs, electrical repairs, replacement of plant materials, and other work items required. 9 -3.4 Mobilization Add to this Section, "Partial payments for mobilization, shall be made in accordance with Section 10264 of the California Public Contract Code." PART II CONSTRUCTION MATERIALS SECTION 212 - -- LANDSCAPE AND IRRIGATION MATERIALS 212 -1 LANDSCAPE MATERIALS. 212 -1.1 Topsoil 212 -1.1.2 Class "A" Top soil Add to the second paragraph with, "Topsoil shall be a natural and fertile material possessing the characteristics which produce heavy growth of crops, grasses or other vegetation. It shall be obtained from naturally well drained areas. The source of topsoil shall be free from Bermuda grass, crab grass, and all noxious weeds or grasses. It shall be free of subsoil, refuse, heavy roots, clay lumps or other deleterious substances." 0 0 SP8OF13 212 -1.2 Soil Fertilizing and Conditioning Materials 212 -1.2.1 General Add after the first paragraph of this Section with, "Fertilizing materials shall be delivered to the work site in their original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to State laws. The Contractor shall retain all containers, bags, etc., on site until otherwise directed by the Engineer." 212 -1.2.3 Commercial Fertilizer All materials to be provided and all work to be done under this Section shall be performed per the attached Wallace Laboratory soil tests report and recommendations. 212 -1.2.4 Organic Soil Amendment All materials to be provided and all work to be done under this Section shall be performed per the attached Wallace Laboratory soil tests report and recommendations. 212 - 1.2.4.1 Soil Amendments All materials to be provided and all work to be done under this Section shall be performed per the attached Wallace Laboratory soil tests report and recommendations. 212 -1.2.5 Mulch Replace this Section with, "Mulch shall be Walk -On Bark consisting of a fibrous, woody bark mixture of varied particle size. The mixture's size distribution shall be as follow: 90% to 100 % passing a 1 inch sieve, 80% to 100% passing a 1/2 inch sieve, and 20% to 60% passing a 1/4 inch sieve." 212 -1.4 Plants 212 -1.4.1 General Add to this Section with, 1. The Contractor shall notify the City at least five (5) working days in advance of plant materials delivery. Each delivery shall be itemized for the Engineer's record. 2. Plants shall be delivered with legible identification labels. Containers of like shrubs and ground cover materials shall be bundled and labeled with the correct plant names and sizes. All plants shall be handled and stored in a manner that will adequately protect them from drying out, from wind burn, or from any other injuries. 4. Care shall be exercised in the handling of plant materials. All damaged materials shall be replaced at the Contractor's sole expense and no additional compensation shall be made by the City. 5. All plant materials that would not to be planted within four (4) hours after their removal from the containers /flats shall be protected and maintained in a healthy and vigorous condition." 212 -1.4.3 Shrubs Replace this Section with," Sizes of Plants: 1. Plant materials shall be as stated on the Plans. Container stock shall have been grown in containers for at least one (1) year, but not more than two (2) years, and their roots shall not have been confined nor root - bound. 2. The sizes of the plants provided by the Contractor shall be as specified on the Plans, and are pre - pruning measurements with the branches in normal position. 0 SP9OF13 Larger plants may substitute smaller plants upon approval from the Engineer. Such plant size substitution shall be made at the Contractor's sole expense and no additional compensation shall be made by the City." PART III CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1.3 Removal and Disposal of Materials. 300 -1.3.1 General. Replace this Section with, "All unsalvageable and unsuitable materials that are removed from the work site shall become the Contractor's property and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All removal and disposal costs shall be included in the unit price bid for that item of work. The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business License office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. The Contractor shall maintain monthly tonnage records of solid wastes generated and solid wastes disposed at a sanitary landfill. The Contractor shall report said monthly tonnages to the Engineer on a form provided by the Engineer." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -2 EARTHWORK AND TOPSOIL PLACEMENT. 308 -2.2 Trench Excavation and Backfill All work to be done under this Section shall be performed by the attached Wallace Laboratory soil tests report and recommendations. Additionally, replace the last paragraph of this Section with, 1. The Contractor shall not backfill the trench until all required tests have been successfully performed and witnessed by the Engineer. 2. The Contractor shall initially backfill trenches only with fine granular materials. No particles larger than 1/2 inch diameter shall be used as part of this initial backfill. 3. Flooding of trenches will not be permitted. 4. The Contractor, at his sole expense, shall make all necessary repairs as needed to correct all trench settlement damages including, but not be limited to, pipes, valves, sprinklers heads, lawn, plantings, and other affected improvements." SP 10 OF 13 308 -2.3 Topsoil Preparation and Conditioning 308 -2.3.2 Fertilizing and Conditioning Procedure All work to be done under this Section shall be performed per the attached Wallace Laboratory soil tests report and recommendations. 308 -4 PLANTING. 308 -4.1 General Replace this Section with, 1. The Contractor shall only plant when weather and soil conditions are optimum, and approved by the Engineer. 2. The Contractor shall layout the planting areas with flagged grade stakes. The grade stakes shall contain the plant name and the specified plant size. Each plant species shall be flagged by its own different colored flags. 3. The plant locations and the outlines of planting areas shall be identified and approved by the Engineer before any plant pits are dug. 4. The Contractor shall only distribute as many plants as can be planted and watered that same day." 308 -4.5 Tree and Shrub Planting Amend this Section with, 111. The Contractor shall strip and stack locally excavated materials, if the materials have been approved by the Engineer for planting reuse. 2. The Contractor shall not use any imported materials without the Engineer's prior approval. 3. All planting excavations shall be shaped with vertical sides. Circular and flat bottoms shall be used for canned materials. 4. Cans shall be cut on two sides with approved can cutter, only and without injure to the rootballs. Edge roots shall be cut with a sharp knife on three sides after the plant has been removed from the can. Plastic containers do not require cutting. 5. Plants shall be centered in the pit or the trench. Face plants with fullest growth into prevailing wind. Plant plumbs shall be set and held rigidly in position until the soil mix has been tamped firmly around the ball or the roots. 6. The bottom of the plant containers shall be removed before planting. Raise all of the plants that have settled deeper than the surrounding grade. After the settled plant has been re- positioned, add sufficient backfill to the pit to cover approximately 112 of the root -ball. Then add water to the top of the rootball and thoroughly saturate rootball and the surrounding soil. 8. After the water has completely drained, three (3) planting tablets shall be placed for each 1- gallon container plant. 0 SP 11 OF 13 9. Place the planting tablets 3 inches below the surface along the side of plant ball. Backfill the remainder of pit and firm tamp the soil mix. Construct a basin with amended backfill around each plant after backfilling. The basin shall have sufficient depth to hold at least 2 inches of water. Remove all basins within turf areas after the maintenance period. 10. The Contractor shall apply water to each shrub immediately after its planting. Sufficient quantities of water shall be applied to the plants as required by seasonal conditions to keep the planted areas moist below the root system. 11. The Contractor shall not compact the planting areas when trucking plants or other materials to the work site. 12. The Contractor shall remove all excess soil generated from planting pits that will not be used for backfilling." 308 -4.7 Ground Cover and Vine Planting Amend this Section with, 1. Grow ground cover in flats and ensure they remain in the flats until transplanting. Flat's soil must contain sufficient moisture so it will not fall apart when lifting plants. 2. The ground cover shall not be allowed to dry out before or while being planted. Their roots shall not be exposed to the air except during planting. Wilted plants shall be replaced and shall not be planted. 3. Ground cover shall be planted in straight rows, evenly and triangular spaced, and at the intervals specified on the Plans. 4. Each rooted plant shall be planted with the proportionate amount of flat soil. Each plant shall be watered immediately after plantings, and until the entire area has been soaked to the full depth of each pit. 5. The Contractor shall protect each and every plant from damage and trampling at all times. 6. Topdress all ground cover and shrub areas with 1 -112 inch layer of approved mulch. 308 -4.8 Lawn Planting 308 -4.8.2 Seed. Replace the first sentence of this paragraph with, "Lawns shall be seeded per Method '13'." 308 -4.10 Weed Abatement Add this Section to read, 1. If live perennial weeds exist within the work site at beginning of work, the Contractor shall spray a non - selective systemic contact herbicide in a manner as recommended by the product's manufacturer. Such chemical shall be recommended by a licensed pest control advisor and be applied by licensed applicator. Sprayed plants shall remain intact for at least fifteen (15) calendar days. 2. All weeds shall be removed by either mowing or grubbing off all plant parts at least 2 inches below the soil's surface, over the entire area to be planted. 0 0 SP 12 OF 13 Pre -plant weed control: After the completion of soil preparation and the establishment of final grades prior to planting, the Contractor shall irrigate the planting areas for 2 to 3 weeks or as directed by the Engineer or until all weed seeds have germinated. Then apply post emergent contact weed killer when sufficient weeds have germinated. The Contractor shall then allow two (2) additional weeks for the weed killer to dissipate before starting any planting operations. Remove residual foliage and roots. Repeat as necessary. 4. The Contractor shall maintain the site weed free until City acceptance." 308 -5 Irrigation System Installation 308 -5.2 Irrigation Pipeline Installation Add to the end of the first paragraph with, "Actual P.V.C. to metal connections shall only be made with P.V.C. male adapters screwed into metal female fittings. All PVC pipes and fittings shall be thoroughly cleaned of dirt, dust, and moisture for installation and solvent welding." Add after the first paragraph with, "Plastic lines shall not have multiple assemblies. Each assembly shall have its own outlet." 308 -5.4 Sprinkler Head Installation and Adjustment 308 -5.4.1 General Add to the end of the first paragraph with, "The entire irrigation system shall be operating properly before the start of any planting operations." 308 -5.4.4 Sprinkler Head Adjustment Add to the end of the first paragraph with, "Adjust all sprinkler heads for optimum performance. Redirect sprinkler heads to prevent overspray onto walks." Replace the third paragraph of this Section with, "If it is determined by the Engineer that adjustments in the irrigation equipment will make the system more effective, the Contractor shall make the approved adjustments prior to planting. Such needed adjustments may include changes in nozzle sizes, degrees of arc, etc." 308 -5.5 Automatic Control System Installation Add to this Section with, 1. The Controller shall be installed per manufacturer's instructions. The remote control valves shall be connected to the controller in accordance with the numerical sequence shown on the Plans. Remote control valves shall be connected to the irrigation wires using prefilled Dri- Splice wire connectors or equal. 2. The controller shall be programmed to operate the irrigation system during periods of minimal use." 308 -5.6 Flushing and Testing 308 -5.6.1 General Add to the end of the first paragraph, "The Contractor shall schedule with the Engineer, at least 48 hours, in advance of the required tests. The pressure and coverage tests shall be performed prior to plantings" ' • • SP 13 OF 13 308 -5.6.2 Pipeline Pressure Test Replace this Section with, 1. All pressure lines shall be tested under a 150 PSI of hydrostatic pressure. 2. All lines shall be water tight. 3. All pressure main lines shall be tested prior to the installation of electric control valves. 4. The pressure lines shall be able to maintain pressure for at least four (4) consecutive hours. If the pressure lines develop leaks, the Contractor shall replace joints and retest the system until entire system has been proven watertight. 5. Pipes shall not be backfilled until they have been inspected, tested, and approved by the Engineer." 308 -6 MAINTENANCE AND PLANT ESTABLISHMENT. Replace the figure "30" with the figure "60" within the fifth paragraph of this Section. 308 -7 GUARANTEE. Add to this Section, "The Contractor shall replace all dead planted materials without one (1) year of City acceptance. These guarantee plant replacements shall be made at the Contractor's sole expense and no additional compensation shall be made by the City to the Contractor." by:,. WALLACE LASS CG CO 3106406863 09/25/96 2:55PM Job 705 WALLACE LABORATORIES 365 Coral Circle El Segundo, CA 90245 phone (310) 615 -0116 fax (310) 640 -6863 September 25, 1996 . fax (714) 650 -0747 Bob Martinez Park Maintenance Crew Chief General Services Department City of Newport Beach PO Box 1768 Newport Beach, CA 92658 RE: Hoag Linear Park Dea: Bob, Three composite soil samples were taken 0 -12 inches deep. Three individual soil sampic-s were taken along a transect for each of the three composite samples in order to Five a better representation of the a--tu21 soil properties. The area ccntained grass°.s and a few other plants. The soil was dense and compacted in most locations. A few sites were mostly sand. The area contained building debris and gravel. Sample area A 3 was very compacted below about 10 inches. Soil samples A 1 and A 3 were high in sodium and chloride. The salinity of sample area A 1 was very high. at 6.83 millimhoicm. The salinity of sample area A 3 was high at 3.29 millimho /cm. Sample area A 2 was low. Boron was no, high in any of the samples. The fertility of the three samples was low. The soils are alkaline and contain a variable amount of limestone. The use of acid - loving plants will not be .suitable in this condition. The chloride and sodium content was too high for the growth of most ornamentals. Some grass species will tolerate this much salinity. For the growth of most plants, a lower amount of salinity will be preferred. Recommendations The whole area should be ripped or cultivated to at least twelve inches deep. Amend the soil for ground cover and for turf with the following amendments and fertilizers. Rates are for 1,000 square feet for a 6 -inch incorporation: ammonium sulfate (21 -0 -0) - 5 pounds single superphosphate (0 -20 -0) - 4 pounds potassium sulfate (0 -0 -50) - 3 pounds agricultural gypsum - 75 pounds good quality humus - two cubic yards Soil Analyses Plant Analyses Water Analyses Page 1 a L 9en:•by*. WALLACE LABS CG CO 3#406863 C9/25!96 24M Job 705 Page 2 Hoag Linear Park, September 25, 1996 page 2 If salt- sensitive plant species are to be used, the soil should be preleached prior to planting. The area may riot have good drainage. In the drainage is poor, an augered hole in the base of the planting pits may be used for improving the drainage of the surface soils. The hole should be at least six inches wide and three or four feet deep. It can be barkfilled with amended soil. The rate of water percolation can be tested. It should be at least one inch per hour for fair drainage. The planting pits should be several times wider than the rootballs. Use the following for backfilling of transplants. Rates per cubic yard of amended site soil. These materials need to be homogeneously blended into the excavated soil. If the salinity of the deeper soil is higher than for the surface soils, the back-fill should be limited to the use of surface soil, The surface will be low in salinity if the site is pr--leached. Debris, rack and other materials should be removed from the soil to be used for backfilling. ammonium sulfate (21 -0 -0) - 1/4 pound single superphosphate (0 -20 -0) - V4 pound potassium sulfate (0 -0 -50) - 114 [K)und agricultural gypsum - 2 pounds good quality humus - 15% by volume Sincerely, Gam A. Wallace, Ph. D. Executive Director GAW:n Soil Analyses Plant Analyses Water Analyses Fent,bq: YVALLACE LABS CG 00 6406863 09/25/96 VM Job 705 Hoag Linear Park, September 25, 1996 page 3 Definition of Good Humus for soil amending 1. Humus material shall have an ash content of no less than 8% and no more than 50 %. 2. The pH of the material shall be between 6 and 7.5. 3. The salt content shall he less than 10 millimho /cm a 25° C. (ECe less than 10) in a saturated paste extract, The maximum rate of application shall not exceed 15% by volume unless the salinity is lower than 10 millimho /cm Q 25° C. If the concentration of both sodium and chloride are 25% or less on an equivalent basis in the saturation extract, the maximum level of acceptable salinity shall be 13 millimho /cm @ 25° C., and if the sodium and chloride are 10% or less, the maximum acceptable salinity shall be 15 millimho /cm @ 25° C. If the concentration of calcium sulfate in the saturation extract is greater than 25 milliequivalents per liter, the maximum level of salinity can be increased 3 millimholcm @ 25° C. units (13 millimholem (0 25° C. for more than 25% sodium chloride, 16 for 10% to 25% sodium chloride and 18 for less than 10% sodium chloride). 4. Boron content of the saturated extract shall be less than 1.0 parts per million. 5. Silicon content (acid- insoluble ash) shall be less than 20%. 6. Calcium carbonate shall not be present if to be applied on alkaline soils. 7. Types of acceptable products are composts, manures, mushroom composts, straw, alfalfa, sludges, peat mosses etc. low in salts, low in heavy metals, free fronn weed se°ds, free of pathogens and other deleterious materials. 5. Composted wood products are conditionally acceptable [stable humus must be present). Wood based products are not acceptable which are based on redwood or cedar. 9. Sludge -based materials are not acceptable if the soil already has a high 1=vel (toxic level) of zinc, copper or other heavy metals based on soil analysis. 10. Carbon: nitrogen ratio is less than 20:1. 11. The compost shall be aerobic without malodorous presence of decomposition products. Maximum total permissible pollutant concentrations in amendment: mercury parts per million molybdenum on a dry weight basis arsenic 40 cadmium 15 chromium 300 cobalt 50 copper 250 lead 300 mercury 10 molybdenum 60 nickel 100 selenium 50 silver 30 vanadium 50 zinc 300 Higher amounts of salinity or boron may be present if the soils are to be preleached to reduce the excess or if the plants species will tolerate the salinity and /or boron. Soil Analyses Plant Analyses Water Analvses Page 3 Sent•by: WALLACE LABS CG CO 1!wrALLACE LABS--IS-OILS RE C 365 Corot Circle Location El Segundo, CA 90245 Requester ,(310)615-0116 12nn,hic intemretxti extractable - mg /kg soil 1 Interpretation of data low medium high 0.3 4- 7 8.11 0-60 60 -120 121 -190 0. 3 3. 5 over 5 0-0.5 0.6- 1 over 1 0.1 1 - 1.5 over 1.5 0-0.2 0.3- 0.5 over 0.5 0-0,2 0.2- 0.5 over 1 ratio of calcium to magne 09(25(96 2 #td Job 705 September 24, 1996 Hoag Linear Park City of Newport Beach • very low, •• low, ••• moderate Sample 1D Number 96-267-1 IsarnnIz A I potassium iron manganese zinc copper I reads to be more than 2 or 3 magn should be less shim potassium sodium sulfur ;The following trace jelemerts rray M toxic IThe degree of tox city ;depends upon five pri of ;the sail. soil tezhure, icrganic marer, anJ the iconcertratlons of the 11ndwidual elements as ;well as to thtir The pli optm:un depends uupon Soil Organic matter and clay content- fix, clay and loam soils: sunder 5.21s too acidic ,6.5 to 7 is Ideal over 9 is too alkidine The ECe is a measure of Ihe soil salinity: 1 -1 affects a few plants I2-4 affa.ts some plants, > 4 affeeB many plants. aluminum arsenic barium cadtnurn chrocrdtun cobzk toad lithium mercury nickel um value relative inriltratioo rate estimated soil textunr rime (calcium carbonate) orgaale matter moisture content of soil graphic 4.73 ••• 37.33 •• 4.82 "•• 2.46 •••• 1.00 •• 0.43 • "• 0.19 •' 323.12 •'• 261,48 ••••• 712.713 • "••• 82.88 •• 0.03 ••• 0.99 •• 0.11 021 0.02 d nd 0.83 0.071 n 0.12 nd nd 0.r_ 0.02 0.39 ° 7.46 ••• 6.83 ••••• 96 -267 -2 uwplc A 2 graphic 3.96 ••• 34.35 '• 4.56 ••- 2.72 •••• 0.87 •• 0.48 ••• 0.04 370.29 ••• 131.78 '•••` 52.49 •• 2.97 0.02 •• 0.82 •• 0.12 0.95 0. CC n 0.02 0.99 0.03 • n 0.10 ' n n ' 1.83 0.03 0.25 + 7.73 •••• 0.70 •• nple A 3 graphic 4.71 ••• 35.96 •• 9.35 '••• 3.05 •••• 0.86 •• 0.65 •••' 0.16 •• 356.41 ••• 120.85 ••••• 441.69 `•••• 41.87 '- 0.03 ••• 0.83 •• 0.06 " 0.72 - 0.0: 0,Cr 0.01 0.87 0.03 P.03 C.11 n n 1.68 nd • 0.3'_ 8.01 .... 3.29 •••• 178.5 potassium 52.4 cation sum problem, over 150 ppm chloride good 20 - 30 ppm nitrate as N toxic over 800 sulfate as S 21.3 anion sum toxic over 1 for many plants boron as B ji.-reasLg prnblrss start at 4 - SAR relative inriltratioo rate estimated soil textunr rime (calcium carbonate) orgaale matter moisture content of soil graphic 4.73 ••• 37.33 •• 4.82 "•• 2.46 •••• 1.00 •• 0.43 • "• 0.19 •' 323.12 •'• 261,48 ••••• 712.713 • "••• 82.88 •• 0.03 ••• 0.99 •• 0.11 021 0.02 d nd 0.83 0.071 n 0.12 nd nd 0.r_ 0.02 0.39 ° 7.46 ••• 6.83 ••••• 96 -267 -2 uwplc A 2 graphic 3.96 ••• 34.35 '• 4.56 ••- 2.72 •••• 0.87 •• 0.48 ••• 0.04 370.29 ••• 131.78 '•••` 52.49 •• 2.97 0.02 •• 0.82 •• 0.12 0.95 0. CC n 0.02 0.99 0.03 • n 0.10 ' n n ' 1.83 0.03 0.25 + 7.73 •••• 0.70 •• nple A 3 graphic 4.71 ••• 35.96 •• 9.35 '••• 3.05 •••• 0.86 •• 0.65 •••' 0.16 •• 356.41 ••• 120.85 ••••• 441.69 `•••• 41.87 '- 0.03 ••• 0.83 •• 0.06 " 0.72 - 0.0: 0,Cr 0.01 0.87 0.03 P.03 C.11 n n 1.68 nd • 0.3'_ 8.01 .... 3.29 •••• 178.5 8.9 52.4 2.6 i 754 3.8 76.9 6.4 15.3 1.3 21.3 1.8 1,034,9 45.0 108.2 4.7 551.0 24.0 6.3 O2 4.8 0.1 16.0 _ 0.4 17.4% 60.4 16.2% 8.7 29.9 1,293 36.4 56 1.6 653 18.4 11.0 0.8 0.8 0.1 5.6 0.4 2583 16.1 28A 123.1 7.7 53.4 _1.7 3.4 26.5 018 • I 0.03 • 0.12 + 163 sa :.: 3.4 •` 14.4 + +••• 125 9 75 good i good good andy loam ;sandy loam sandy loam no no yes low bow lowMair 3.0% 1.4% 2.3% 17.4% 16.8% 16.2% Elements are expressed as mg�fkg dry soil or m9l for saturated extract. pM and EC* are measured In a saturated extract, nd means not delectable. Page 4 • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 C j (714) 644 -3005 June 13, 1997 Ryco Construction, Inc. P.O. Box 327 Gardena, CA 90247 Gentlemen: Thank you for your courtesy in submitting a bid for the Hoag Linear Park project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 13, 1997 Gillespie Construction, Inc. 245 Fischer Ave., Suite B -3 Costa Mesa, CA 92626 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the Hoag Linear Park project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, i LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 June 13, 1997 Hi Tech Pro Construction Co. 2301 1 Moulton Parkway #C2 Laguna Hills, CA 92653 Gentlemen: (714) 6443005 Thank you for your courtesy in submitting a bid for the Hoag Linear Park project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similar nature. Sincerely, U, ti m ti�z_ LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach 9 • C� TO: FROM: • Mayor and City Council May 27, 1997 CITY COUNCIL AGENDA ITEM NO. 17 Parks, Beaches and Recreation Commission SUBJECT: Naming of Hoag Linear Park Site Recommendation MAY 2 7 `199997y Formally approve the name of Sunset View Park for that site currently referred to as Hoag Linear Park. Background At their May 6, 1997 meeting, the Parks, Beaches and Recreation Commission reviewed 16 names for the Hoag Linear Park site. They unanimously voted to recommend to the City Council that the name of the site be Sunset View Park. The alternate choice of the Commission was Ocean View Park. The site consists of a 0.52 acre linear view park, extending along the top of the bluff parallel to the existing bike trail, and rising to a 0.28 acre consolidated view park. Only the linear portion is being landscaped at this time as Phase I of the project. Sketch map attached. Attachment C: orr o °j. a w>vi° T PRELIMINARY 14 OAG LINEAR PARK LANDSCAPE VE CITY OF NEWPORT BEACH 1 / I I I 0 O jF O -p p / 3 � 00 c� L L x m / : F _ s m ; ol 9 ; s 1 e n e I r i. e 1 I z 1 n r I < � a • •I