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