Loading...
HomeMy WebLinkAboutC-3252 - Grant Howald Athletic Field RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 10, 2001 Ecology Construction, Inc. 22019 Vanowen St., Suite F Canoga Park, CA 91303 Subject: Grant Howald Athletic Field Rehabilitation, (C -3252) To Whom it May Concern: On October 10, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 12, 2000, Reference No. 20000545830. The Surety for the contract is National Surety Corporation, and the bond number is 11141707866. Enclosed are the Labor & Materials Payment Bond and Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Lois Thompson, Administrative Coordinator encls. 3300 Newport Boulevard, Newport Beach PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 PREMIUM INCLUDED IN PERFORMANCE BOND BOND NO. 11141707866 EXECUTED IN FOUR COUNTERPARTS LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Ecology Construction, Inc., hereinafter designated as the "Principal," a contract for construction of GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION PROJECT, Contract No. 3252 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3252 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, NATIONAL SURETY CORPORATION duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of one hundred twenty -four thousand, four hundred ninety-seven and 001100 Dollars ($124,497.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 9 0 PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17th day of APRIL 2000 ECOLOGY CONSTRUCTION, INC. Name of Contractor (Principal) NATIONAL SURETY CORPORATION Name of Surety 17542 E. 17TH STREET, TUSTIN, CA 92680 Address of Surety 14) 669 -0911 Telephone Authorized Signature/Title Aut -Agent Signature SHAWN BLUME, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED STATE OF COUNTY OF CALIFORNIA RIVERSIDE On *7/0 , before me, PERSONALLY APPEARED personally known to me (-; aJ tg'u— @•.:a ^iwo) to be the person(.4 whose name(--+ is lase subscribed to the within instrument and acknowl- edged to me that he /.•executed the same in his/ hor. � authorized capacity4e64, and that by his /kerb 4keir signature(@} on the instrument the personal, or the entity upon behalf of which the person{4- acted, executed the instrument. WITNESS my hand and official seal. Signature & } SS. ROSEMARY STANDLEY SHAWN BLUME OPTIONAL wwl ROSEMARY STANDLEY CONIM. #iogn462 NOTARY PUBLIC- CALIFORNIA RIVERSIDE COUNTY My comm. F)rm Jun 7. M This area for Official Notarial Seal 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 EWrN(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT ZEMAN'S FUND INSURANCE COMPA4P • NATIONAL SURETY CORPORATION ASSOC TED INDEMNITY CORPORATION TILE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a California corporation, NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomestieated'in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, tand AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation (herein collectively called "the Companies') does each hereby appoint Mlctlae D. Ston„ Rosemary Standley, Susan C. Monteon, and Shawn Blume, Riverside, CA their We and lawful Auornev(s) -in -Fact, with full power of authority hereby conferred in their name, place and stead, to execute, seal, acknowledge and deliver any - and all bonds, undertakings, recognizances or other written obligations in the nature thereof -- " - - " - "' -- --- -- ------ -- `---- - - -- - -- and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and duly attested by the Companies' Secretary, hereby ratifying and confirming all that the said Attomey(s)- in -Fact may do in the premises. This power of attorney is granted under and by the authority of Article VII of the By -laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE CONIPANY which provisions are now in full force and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written consent, on the 19th day of March, 1995, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice - President, Assistant Secretary, and Resident Assistant Secretary of the Companies, and the seal of the Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Companies have caused these presents to be signed by their Vice- President, and their corporate seals to be hereunto affixed his 13 day of October 1998 TY en......• ,nnN's F to �e R��•, FIREMAN'S FUND INSURANCE COMPANY PE Cp o ......0 pE.,,...,,,, � ��� �y'y �.• "' ov„LiE kC, NATIONAL SURETY CORPORATION J pWA '$� ox. ...•. �. arc 4't' . x °�0.. boo +.° r� •.E �,,, ° -3; _•_4'g,? THE AMERICAN INSURANCE COMPANY s e A L S =- ASSOCIATED INDEMNITY CORPORATION g5E %iirera A a • > - t Y =.,o z '3'• —j�; AM ERICAN AUTOMOBI LE INSURANCE COMPANY „N� �� +NC[ COQ'+ ��MCE'Ce� ���IOUR ��`o�• STATE OF CALIFORNIA l ss. By -11 Pr�ra<n+ COUNTY OF h1ARIN ) } On this 13 day of October 1998 , before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is aVice- President of each company, described in and which executed the above instrument; that he knows the seals of the said Companies; that the seats affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. L OCAMPO Commission it 1163726 at Notary Public - California Mann County My Comm. Fxpires NOV 28.2D01 Notary Public CERTIFICATE STATE OF CALIFORNIA ss. COUNTY OF MARIN 1, the undersigned, Resident Assistant Secretary of each company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIl of the By -laws of each company, and the Resolution of the Board of Directors; act forth in the Power of Attorney are now in form. Signed and sealed at the County of Marin. Dated the J24k— day of it `7' opPOgC�••�Q ' s.�r.. r. c^'s rs° ,toto �:a Fig y, .+�putE u,� @ } /�'{Jy''pg�j''�:I� A 3 A L B r fi sER 1qA W1 .,N J; 3 ..` C 's `rf/ + 'a}'�'•. -� Y�xl�� � * +'"te GO�'< ��R•IMCE Ge'�'' \p�IQIR.'� aesiECm Auisunt Saeruy 360789 -11.98 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 BOND NO. 11141707866 FAITHFUL PERFORMANCE BOND PAGE 16 PREMIUM: $1,494.00 EXECUTED IN FOUR COUNTERPARTS The premium charges on this Bond is $ 1,494. 00 being at the rate of $ 12.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Ecology Construction, Inc., hereinafter designated as the "Principal ", a contract for construction of GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION PROJECT, Contract No. 3252 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3252 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and NATIONAL SURETY CORPORATION , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of one hundred twenty -four thousand, four hundred ninety -seven and 00/100 Dollars ($124,497.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. a • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 17th day of APRIL 2000 /1 l � ECOLOGY CONSTRUCTION, INC. cy! � �. p7� L_Q � Name of Contractor (Principal) Authorized Signature/Title NATIONAL SURETY CORPORATION Name of Surety 17542 E. 17TH STREET, TUSTIN, CA 92680 Address of Surety (714) 669 -0911 Telephone < Authorize - /�� d Agent Signature SHAWN BLUME, ATTORNEY —IN —FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED f: \users \pbw\shared\contracts \masters \GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION PROJECT.doc 1/99 STATE OF COUNTY OF CALIFORNIA RIVERSIDE On �k e , before me, Iy PERSONALLY APPEARED personally known to me - -•• ••••ja @n^ ^) to be the person(@} whose name(@} s /ass subscribed to the within instrument and acknowl- edged to me that he /,&k executed the same in his/ h ,1 h@F,19R@if authorized capacity4er), and that by his /4@0 •ikeir signature(@} on the instrument the person(s), or the entity upon behalf of which the person(&)- ected, executed the instrument. WITNESS my hand and official seal. Signature �J I SS. ROSEMARY STANDLEY SHAWN BLUME OPTIONAL ROSEMARY STAND Ltrd m COMM. #1090452 NOTARY PUBLIC • CALIFORNIA RIVERSIDE C JuTY My Comm. E;trft m W N 7.2000 This arcafor Official Notarial Sent 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 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EWIT (IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE �. ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT 0 TO: Mayor and Members of the City Council October 10, 2000 CITY COUNCIL AGENDA ITEM NO. 6 FROM: Public Works Department SUBJECT: GRANT HOWALD ATHLETIC FIELD REHABILITATION, CONTRACT NO. 3252 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: E ,-'= ........ - [ 1. Accept the work. j OCT 0 2. Authorize the City Clerk to file a Notice of Completion. ! -APPROVED 1. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION: On April 11, 2000, the City Council authorized the award of the Grant Howald Athletic Field Rehabilitation contract to Ecology Construction, Inc., of Canoga Park, California. The contract provided for hydroseeding the field, a new irrigation system, new landscaping, new fencing, a new storm drain system, parking lot pavement and other miscellaneous work. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $124,497.00 Actual amount of bid items constructed: 131,474.41 Total amount of change orders: 18,059.03 Final contract cost: $149,533.44 The increase in the amount of actual bid items constructed over the original bid amount resulted from laying additional storm drain pipes and wall construction exceeding the bid item quantities. The final overall construction cost including change orders was 20.1 percent over the original bid amount. All change orders exceeding the 10 percent original bid cost had City Manager approval. SUBJECT: Grant Howald Athletic Rehabilitation, Contract No. 3252 . Completion Ar ptance October 10, 2000 Page 2 A total of two change orders were issued to complete the project. They were as follows: 1. A change order in the amount of $8,313.53 provided for the increase in height of a 160 -foot long retaining wall, exporting excess dirt and other minor miscellaneous work. 2. A change order in the amount of $9,745.50 provided for the replacement of a deteriorated chain link fence between the park and parking lot, the installation of a bottom rail to the existing fence along 5th Street and the placement of 180 feet of redwood headers. Funds for the project were budgeted in the following account: Description Account No. Amount Grant Howald Athletic Field 7021- C4120332 $135,747.00 Park and Field Renovation 7021- C4120431 $ 13,786.44 Grand Total $149,533.44 The scheduled completion date was June 19, 2000. Due to lack of full water coverage because of low water pressure, hydroseeding had to be delayed until a booster pump had been installed. This, coupled with added days given for extra work, extended the project until August 15, 2000. Since the Community Services Department has scheduled recreational programs starting in October 2000, the City relieved the Contractor from the 90 -day establishment and maintenance period by deleting that item from the contract. The City's Parks & Parkways Division has assumed the maintenance of the park. Respectfully submitted, a"M - ed4o� I Z11 PUBLIC WORKS DEPARTMENT Don Webb, Director By: lam l� Horst Hlawaty, P.E. Construction Engineer 0 ! l� RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk zti 06 City of Newport Beach o 'N 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder 111111111111111111111111111111111111111111111 NO FEE 20000545830 09:55am 10112100 115 16 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt rom recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Ecology Construction, Inc. of Canoga Park, California, as Contractor, entered into a Contract on April 11, 2000. Said Contract set forth certain improvements, as follows: Grant Howald Park Athletic Field Rehabilitation, C -3252 Work on said Contract was completed on August 15, 2000, and was found to be acceptable on October 10, 2000, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is National Surety Corporation. BY Pubg Works Director 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 ��C- Cc� %rJ f� /�C'C' C_' at Newport Beach, California. BY City Clerk ,jo0 (r I� �N IGF NF CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 23rd day of March 2000, at which time such bids shall be opened and read for GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION Title of Project Contract No. 3252 $155,000 Engineer's Estimate Approved ,/ Q 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 TSE, Project Manager at (949) 644 -3311. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 TABLE OF CONTENTS NOTICEINVITING BIDS .......................................................... ............................... Cover INSTRUCTIONSTO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABORAND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL.................................................................................... ...........................PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. PAGE 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. 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). 9. 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 ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. LLB 3�9 A Contractor's License No. & Classification Hutnorizea oignawrei i me 112I ZZ , 7-(Qf)Cj Date 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIDDER'S BQ.ND PAGE We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMT. BID _ DOltars ($ 10% OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of GRZ NT HOWALD PARK ATHLETIC FIELD REHABILITATION PROJECT, Contract No. 3252 in tt a City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and exe.ute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mai ing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it ie agreed that the death of any such Principal shall not exonerate the Surety from its obli 3ations under this Bond. Witness our hands this 15th day of ECOLOGY CONSTRUCTION, INC. Nar ie of Contractor (Principal) NATIONAL SURETY CORPORATION Narne of Surety 17542 E. 17TH ST, TUSTIN, CA 92680 Adoress of Surety (714) 669 -0911 Tel,sphone MARCH 9 200.0// Authorized SignaturelTitle %�G�'�-� Authrit Signature c _SHAWN BLUME ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) STATE OF CALIFORNIA COUNTY OF RIVERSIDE On *-TL- 00 before me, PERSONALLY APPEARED personally known to me - --• evije^ ^ @� to be the person(sj whose name(•s}- is /.resubscribed to the within instrument and acknowl- edged to me that he /.sAeAlw5i executed the same in his/ hav44 e4 authorized capacity(ier�, and that by his /4@f,/ 4heir signature* on the instrument the person4 or the entity upon behalf of which the persor4&)- acted, executed the instrument. WITNESS my hand and official seal. I SS. ROSEMARY STANDLEY SHAWN BLUME OPTIONAL ROSEMARY STANDLEY ¢H : COMM. #1090462 s ' NOTARY PUBLIC - CALIFORNIA N RIVERSIDE COUNTY • My Comm. Eq)irW JUN 7. 2008 r This areafor Official Notarial Seal 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 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -081 Rev. 6/99 ALL - PURPOSE ACKNOWLEDGEMENT OMAN'S FUND INSURANCE COMPAN NATIONAL SURETY CORPORATION ASSOC ED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a California corporation, NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticated in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation (herein collectively called "the Companies ") does each hereby appoint Mte❑ael D. Stong, Rosemary Standley, Susan C. Monteon, and Shawn Blume, Riverside. CA their we and lawful Attorney(s) -in -Fact, with full power of authority hereby conferred in their name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof ---"'------"----------------"---- ---- - "- ------ --- --------- - -- - -- and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and dull• attested by the Companies' Secretary, hereby ratifying and confirming all that the said Atiorney(s) -in -Fact may do in the premises. This power of attorney is granted under and by the authority of Article VII of the By -laws of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are now in full force and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written consent, on the 19th day of March, 1995, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice- President, Assistant Secretary, and Resident Assistant Secretary of the Companies, and the seal of the Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or cea fica(e bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Com anies have caused these presents to be signed by their Vice - President, and their corporate seals to be hereunto affixed this 13 day of Oc�ober 1998 FIREMAN'S FUND INSURANCE COMPANY Z g rp J b'o st/ oe war P Oaas�ro tOe� 9 q y D ;; "°""` •'^• nr^ u• /rrS ,n?m " � ? o..L§ `_ z t "rr."'V• t rE ,C O`'' ry e Q} N NINCE,CU� .bo'., ."` . S o) — _a(n0UE.,M ' ._...... pa °• : , ? NATIONAL SURETY CORPORATION THEAMERICAN INSURANCE COMPANY " ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY �` ^ uun.n By STATE OF CALIFORNIA COUNTY( l r"P�iarn� } ss. MARIN J On this 13 day of October 1998 , before me personally came M. A. Mallonee to me known, who• being by me duly swom, did depose and say: that he is a Vitt - President of each company, described in and which executed the above instrument; that he knows the seals of the said Companies; that the seals affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein firs) above written. L OCAMPO Commission # 1163726 Notary Pubfic - Calffomila Morin County tvly Cornm. Expire's Nov28.2001 Noury Public CERTIFICATE STATE OF CALIFORNIA as, COUNTY OF MARIN 1, the undersigned, Resident Assistant Secretary of each company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII of the By -laws of each company, and the Resolution of the Board of Directors; set forth in the Power of Aaomey, are now in force. //// Signed and sealed at the County of Marin. Dated the day of M 11111, I . �ETYL.O r«wf n,nr'"'w •nuF lN,y"c 'z SEPr1Y]0 n QYy� c,r,Gq.ny '�,�'•`i'••�,� C *ONCE Ca INCE «CO f��(OUR »o��• °� RcsiECnrAssisum 5,c+cury 360789 -11 -98 0 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 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 represents that he /she is fully qualified to and 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. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. 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 1. 2. 3. 4. 5. 6. 7. S. 9. 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number 0 0 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 NON - COLLUSION AFFIDAVIT State of California ) I n r ) ss. County of ) i-ja , � , belag first duly s orn, gepospsarpksay) that he or s i s I I\A SQ d 2 of — G �il its party making the foregoing bid; that the bid is not made in the intere , or n behalf o , any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is 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, sought 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 perjury of the laws of the State of California that the foregoing is true and correct. Bidder Authorized Signature/Title Subscribed and sworn to before me this?Z -day of y9 . My BEVERLY PARKS Commission # 1182945 Notary Public - Califomia 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of personally appeared BEVERLY PARKS Commission n 1182945 z Notary Public - CaGfomia 1 04 Los Angeles County My Comm. Expires May 9, 2002 Place Notary Seal Above 0 ersonally known to me tD proved to me on the basis of satisfactory evidence to be the perso)ns� whose naQ-IN ss re subscribed to the w' hin instrument and acknowledged tom that e tt executed the same in h r%heit authorized capacity and that by I / %hor signature §§ I the instrument the persothe entity upon behalf of which the pe acted, executed the instrument. official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • Individual • Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact C Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: a 0 1997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatswonh, CA 91313 -2402 Prod. No 5907 Reorder: Call Toll -Free 1- 800 -87b -title1 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 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 receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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. The Labor and Materials Payment Bond and Faithful Performance Bond 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract 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 VII (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. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GRANT HOWALD PARK ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 CONTRACT THIS AGREEMENT, entered into this 11th day of April, 2000, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Ecology Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: Project 3252 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3252, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 E PAGE C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred twenty-four thousand, four hundred ninety-seven and 00/100 dollars ($124,497.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR City of Newport Beach Ecology Construction, Inc. Public Works Department 22019 Vanowen St., Suite F 3300 Newport Boulevard Canoga Park, CA 91303 Newport Beach, CA 92663 (818) 704 -1093 Attention: Fong Tse, P.E. (949) 644 -3311 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • f PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 0 0 PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 0 Page 13 CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: .ITY CLERK CITY OF NI A Municipal ECOLOGY CONSTRUCTION, INC. �� Authorized Signature and Title f. \users\pbwdshared \contracts \fy 99- 00\grant howald athletic field rehab o3252\contract a3252.doc 03/29/00 04721/2000 11:19 FAX 8054499969 STANTON AND ASSO 1d 02 .'' . .. ..... -.: DATE m, ACORD + /14/2000 DIM _ INtooL1�A (610)H89 -2155 FAX -7379 -4198 ONLY AND CONFERS NO NO RIGHTS THE CERTIFICATE t an t a n 6 Associates HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3617 Thousand Oaks Blvd- Suite 305 COMPANIES AFFORDING COV GE ............................... Westlake Village, CA 91362 ........................................................................................................... COMPANY Legion Insurance C/0 Dumaine Insurance Attn: Ext. A ................ ............................... ..................... .............. _ . ............................... .............. ............................... INSUIiEC " " "' .... .............. . -.... COMPANY RLI insurance Company C/O ARIS Insurance Ecology Construction. Inc. e 22019 Vanowen St. .... .......... ........... .. .... .I. ......... .. .. ..... . . ... .... ............ ....... ............................. COMPANY Fremont Compensation Canoga Park, CA 91303 C .................................. ............................... ......... .............. ............................... COMPANY Commercial Union Insurance Company D .T THIS IS TO CERTIFY THAT THE PO LICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED YO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TEAM 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. EACLVSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .. ........ ........ ....... ... .... .. .... ................................ .................. ... ......... ....... ... ......................... ............................... ....... .. ....... .... ... ..... ....... ...... ...... ...... . ..... ............. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFTNTVe POLICY EXPMATION UNITS DATE W&WITY) DATE (MM MN I LTR GENERAL WBIUTV GENERAL AGGREGATE f 2.000,000 ................... ............................... x COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPICP AGG f 1.000,000 .. ...... ..I .................. CLANS MADE 1( OCCUR i PERSONAL aADV...... i 1.000.000 . A ..__.:... .... C.... CL4 1399255 07/16/1999 07/16/2000 :..CIIti ........................... ..... ....... 1 0 :EACH OCCURRENCE s 1,000,000 OwNER6a CONTRACTORS TROY: ;...... : FIRE DAMAGE IAny one lea) a 50.000 YED FAP IN,y enA vmaa,l x 5,000 AIITOf1001LE LIABILITY : COMBINED SMGLE LIMIT a ANVAUTO ' ............................................. ............................... NI OVMED AUTOS BODILY INJURY f ..... : (Px psne ) SCHEDULED AUTOS ...... .................. ............................... HIRED AUTOS BODILY,NIURV s (Pw sccowl) NON- O•INNED AUTOS :.......... ...... ...... ... ............... ............................... PROPERTY DAMAGE 1 'GARAGE LIABILITY `: AUTO ONLY - EA=NDENT f . ..... ANV AUTO OTHER THAN AUTO ONLY. . ,....._:i:... .., .,;i EACH ACCIDENT f . .... AGGREGATE i Excess LIABILITY EACH OCCURRENCE f 4,000,,000 8 Y ]UMBRELLA FORM RXL- 0257369 07/16/1999 07/16/2000 :AGGREGATE s 4.000,000 OTHER THAN UMBRELLA FORM s M/DRIKEIS COMPENBATI N AND i i ..................,...._:...,,• •,,..:....,,r .::::: ::..;: EMPLOYERS UABINTY i ..................... H 0 EL EACH ACCIDENT s 1.000.0.- C • WN99- 0601$ -Ol 04/00/1999 .04/08/2000 ..................... ... ....... ... THE PROPRIETOW : INCL : EL DISEASE - POLICY LIMIT f 1.000.000 PARTNERSIET(ECUT VE .. ........ ............................... .. ............................... . OFFICERS ARE a EXCL. :EL OI6EASE•EA IaAPLOYEE a 1,000,000 OTHER 51,400,000 in Value Inland Marine Policy 0 CAR 610477 :07/16/1999 '07/16/2000 ! x500.00 Deductible DEECRIPTION OF OPFAI1TgN6A .00ATIpN6NENKLE6/6PECAl ITE96 sty ,officers,DfficialS.employees 6 volunteers are to be covered as additional insured FOrmCC201GIU(93) Ontractors' insurance coverage shall be primary insurance and /or primary Source of recovery. Giver of subrogations applies to the Workers' Compensation POlicy.10 days notice of cancellation for SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCeLLiD BEFORE TIE EXPIRATION DATE tNEREOF, THE ISSUING COMPANY VNILLENDEAVOR TO MAIL City of Newport Beach j0_pAV9wWITkTM NOIICEYO TRl CERTIFICATE PgLOER NAMED IO NNE LEFT. PUBLIC WORKS DEPARTMENT BUT FAILURE TO MAIL SUCH NOTICE 3II141 IMPOSE ND ODIIGATgI OR LIABILITY ATTN: FONG TSE, P.E. 3330 Newport Blvd OF ANY KWDWdiPIIse mMPARn AGENTS OR RLPF45WATINM A Al1VE Newport Beach, CA 92663 .I 04/21!2000 11:19 FAX 8054499989 STANTON AND ASSO COOS Policy Number: GL41199255 Ecology Construction, Inc. COMMERCIAL GENERAL LIABILITY CO 20 10 (11 -85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COIv N ERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, City, Officers, Officials, Employees & Volunteers am to be covered as additional insured. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. It is further agreed that such insurance as is afforded by this Policy for the benefit of the additional insured shown above shall be primary insurance, subject to all policy provisions, including the deductible clause, but only with respect to the liability arising out of "your work" for the additional insured by or for you within the above described job. Any insurance maintained by the additional insured as respects to the liability arising out of "your work" shall be non contributing. Authorize i a Date Form CG 20 10 (11 -85) Copyright, Insurance Services Office, Inc., 1984 ACORD„ CERTIFICA-0 OF LIABILFix 1SU CHCOID DA DATE IMMIDDIYY) LD -1 04/21/00 PRODUCER THIS TIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY &ND CONFERS NO RIGHTS UPON THE CERTIFICATE Theodore Insurance Agency, Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 24001 Ventura Blvd. #240 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Calabasas CA 91302 _ COMPANY A Farmers Truck Insurance Exch. Michael Theodore Phone No. 818 - 223-8822 F.. No. _ INSURED COMPANY - - B COMPANY Ecology Construction, Inc. C I APR - COMPANY 22019 Vanowen St., Suite F Canoga Park CA 91303 D COVERAGES `` Nc•. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE F06,,. OLICY PERibb INDICATED, NOT WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMWDOIYY) POLICY EXPIRATION DATE IMMJDDIYY) LIMITS LTR GENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS • COMPIOP AGG S COMM GENERAL LIABILITY PERSONAL 8 ADV INJURY f C IM LAS MADE ❑ OCCUR OWNEERCIAL R'S B CONTRACTOR'S PROT EACH OCCURRENCE S FIRE DAMAGE (Any ono fire) S MED EXP (Any one parson) ) S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 2,000,000 A ANY AUTO 60099 68 56 01/22/00 01/22/01 BODILY INJURY S ALL OWNED AUTOS (Per person) X SCHEDULED AUTOS X BODILY INJURY f HIRED AUTOS (Per accident) X NON -OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT f OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT S AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE S UMBRELLA FORM f OTHER THAN UMBRELLA FORM TA T SMIi O - WORKERS COMPENSATION AND TOWC RY LIMITS E EL EACH ACCIDENT S EMPLOYERS LIABILITY EL DISEASE - POLICY LIMIT f THE PROPRIETORI INCL EL DISEASE - EA EMPLOYEE S PARTNERSIEXECUTIVE OFFICERS ARE: EXCL OTHER A Comprehensive 60099 -68 -56 01/22/00 01/22/01 ACV 1,000 Collision ACV 1,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESISPECIAL ITEMS *except ten days for non-payment. The City of Newport Beach, its officers, insured. officials, employees and volunteers are named as additional CERTIFICATE HOLDER CANCELLATION ECOL083 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Public Works Department *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. Fong Tse, P.E. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Blvd. Newport Beach CA 92663 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR I EPRESEN ATIVES. AUTHORRED REPRESENTATIVE Michael Theodore ACORD 25S (1195) " ACORD CO PO TI 1988 0 0 PgLICY NUMBER: 60099 68 56 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: THE CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 ❑ This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below forthe policy period indicated. 30 This policy is not subject to cancellation by the Fund except upon MI days' advance written notice to the employer. We will also give you JJN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or after the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. AUT��ESENTC\<�A/TI�VE�/1� PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 81,000.000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 04/20/00 IS ATTACHED.TO AND FORKS A PART OF THIS POLICY. EMPLOYER F- ECOLOGY CONSTRUCTION INC 22019 VANOWEN ST CANOGA PARK CA 91303 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 20, 2000 POLICY NUMBER 1577910 - N CERTIFICATE EXPIRES'- -01 yy1� C CITY OF NEWPORT BEACH � ATTN FONG TSE t IR 2 4`1 33 NEWPORT BLVD 00 NEWPORT BEACH CA. 92658 JBLIC Vs•. ., Wr L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below forthe policy period indicated. 30 This policy is not subject to cancellation by the Fund except upon MI days' advance written notice to the employer. We will also give you JJN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or after the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. AUT��ESENTC\<�A/TI�VE�/1� PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: 81,000.000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 04/20/00 IS ATTACHED.TO AND FORKS A PART OF THIS POLICY. EMPLOYER F- ECOLOGY CONSTRUCTION INC 22019 VANOWEN ST CANOGA PARK CA 91303 APR -ZI -00 FRI 0926 AM FAX N0. . P. 02102 (S:CAL-SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. L� Pv b/+c lvdrkS DATE RECEIVED:,. If � H 010 DEPARTMENT /CONTACT RECEIVED FROM:�%�mn ( ham_, DATE COMPLETED:— T - 4?1— U6 SENT TO: / �9 �y J �/,�,e/ COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE`` 0 $�{� I. GENERA, LIABILITY: / A. INSURANCE COMPANY: —4 E t ?10N - IVSVK4#UC.4 B. AM BEST RATING (A VII or greater):_/ 999 0 t f (mo=d &A�q C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted m California? YesJL' No_,_ D. LIM": (Must be S1,OW.OW or greater) What is linut provided? 1, 000 doo dtr0 494) E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Ycs No 4!rA.X F. ADDITIONAL INSURDED WORDINyTO INCLUDE. ( The City its officers, agents, officials, employees and volunteers). Is it included? Yes V No rQ PRIMARY AND NON CONTRIBUTORY WORDING. (Must be included) Is it included? Yes �NO___ QCAUTIONI ( Confirm that loss or liability of die Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b certified mail: per Lauren Farley the City will accept the endeavor wording. ,r'.r Q. AUTONIOBILELIABILITY: : /`� A -J /OIV� fV&'A A. INSURANCE COMPANY B. AN( BEST RATING (A VII or greater): C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMZITED) Is company admitted? Yes No__ D. LIMITS: ( Must be S 1,000,000 minimum BI & PD and $500,000 UM What is limits provided7 E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included" Yes _ No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes__ No- r.. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation bl certified mail: per Lauren Farley the City will accept the endeavor Wording. III. WORKERS COMPENSATION: rC/Ifd/!� A. INSURANCe COMPANY: __, 1NdCvLF� i.. B. AM BEST RATING (A VII or greater) /949 MJ7 -100 EV _ C. LIMITS: Statutory D. WAVIFR OF SUBROGATION: (To include). Is it included'? Yes V' No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Zak- lerciA" re4l U,, I� C.OK Irwttal. 6HoVL46 #4V6F Oivre co✓c-e0a,, f 4 � NaMed A�swed e1cere+e.c� f5 v L Ilvf CD►s�Ph�e 0 0 PR1of6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL GRANT HOWALD ATHLETIC FIELD REHABILITATION CONTRACT NO. 3252 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. 0. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3252 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization Ca L 6Ueg' Dollars and -Z C):)O� S&ro Cents $ Per Lump Sum 2. Lump Sum Traffic Control @ Dollars and 6 fir° Cents $ Per Lump Sum Lump Sum Ballfield Turf and Planting Area Preparation @ i a til Dollars Nt4trM Y i( and �, 13(7• Zexo Cents $ Per Lump Sum 0 0 PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE n 5. 7 0 Lump Sum Grading Dollars Yld I-00 J and Zero Cents Per Lump Sum 90 L.F. Furnish and Install 3" PVC Pipe @_ IPA Dollars and 2PXV Cents $ Per Linear Foot $ 1S.Goz-� X00 450 L.F. Furnish and Install 4" PVC Perforated Pipe @ Dollars and g 3.6 W 71'61 Cents $ $ Per Linear Foot 5 Each Furnish and Install No. 3 Catch Basin (off Jj{t? Yet}AtyDoIIars and ZGI'D Cents $ 3 SO $ IGSO Per Each 1 Each Furnish and Install 24" X 24" Catch Basin @ a iA Dollars and Z.Gt'b Cents $ Soo.- $ S ©o• Per Each 25 L.F. Furnish and Install 3" PVC Curb Drain ( Dollars and 3 © `75LI — '7�P"D Cents $ $ Per Linear Foot 0 0 PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 130 L.F. Furnish and Install 6" Perforated Drain Line @ rd4v Dollars and 9 /XU Cents $ � O $ SZUV r Per Linear Foot 11. 125 L.F. Constructs 18" Wide PCC Mow Strip @ /alb Dollars and Cents $ p a $ �• �0 Per Linear Foot 12, 200 L.F. Construct Reinforced PCC Edge Strip @ Dollars and 7Y,TV Cents $ 6 $ zoo, Per Linear Foot 13. � -' Construct PCC Curb and Gutter HOD L f' Dollars and :Z&i0 Cents $ 000 Per Linear Foot 14. ns Reconstruct A.C..{,Pavement @ �r IIU( Dollars and 7Z22 Cents $ 3(U $ 6500 Per Ton 15. 1/ ons Reconstruct Aggregate Base vd '10� :?� Dollars I and 12em Cents $ Z3 Per Ton PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Reconstruct PCC Drive Approach S 4 @ � Dollars and 7.rXQ Cents $ ado, Per Lump Sum 17. 250 S.F. Construct 4" Thick PCC Pad @ V Dollars and U ZZO Cents $ / $ / Oco' Per Square Foot 18. 90 L.F. Construct 64" High Retaining Wall With 48" High Chain Link Fence @ ok, �1L Dollars and 71XQ Cents $ a r $ Woo^ Per Linear Foot 19. 30 L.F. Construct 32" High Retaining Wall at Parking Lot Entrance r _Dollars '' to Cents $ -V $ 165d" Per Linear Foot 20, 170 L.F. Construct 24" High Retaining Wall @ /)� Dollars and Cents $ /Z Per Lineat Foot 21. 10 L.F. Construct 16" High Retaining Wall at Par ' g Lot Entrance @ Dollars and 2nz) Cents $ L%Q $ yOO, Per Linear Foot 0 0 PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 125 L.F. Install 48" Chain Link Fence @ MPeA Dollars and v4v Cents $ Per Linear Foot 23. Lump Sum Furnish and Install Ballfield Bases and Pitching Rubber @jQA Ak4kAWDollars and q&V Cents Per Lump Sum 24. Lump Sum Furnish and Install New Irrigation System @ 1� OAK ollars and Cents Per Lump Sum 25. 57,000 S.F. Furnish and Install Hydroseed Turf $ so- e- $ ZS,0 -4S- @ [ ere Dollars and �c6 y 560 �L4�Cents $ � $ Per Sga'are Foot 26. 5 Each Furnish and Install 5- Gallon Shrub ✓ @ Dollars and Cents Per Each 27. 10 Each Furnish and Install 1- Gallon Shrub @ Dollars and 7e.112 Cents $ Per Each zo $ /00, 6 $ 60, E PR6of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 3 Each Furnish and Install 24" Box Tree @ l Dollars and 22� 1Z'O Cents $ Per Each 29. Lump Sum Furnish and Install Annual Nursery Stock _r @ 2 U,1 R Dollars and Cents Per Lump Sum 30. 1,950 S.F. Furnish and Install Ground Cover @ Dollars and Cents Per Squard Foot 31. Lump Sum 90 -Day Plant Establishment and Maii�ntenanc Period C Dollars and %Clep Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and 6**'0 Cents \ 1 I ZZ, z ooD Dat Bidder's Telephone and Fax Numbers 6�-) qq A Bidder's License No(s) and Classification(s) $ • 1/0 $ G6Q /Z $ /DOa $ Total Price (Figures) Bid Bidders Authorized Signature and Title Bidder's Address (�� „e��CAO1l3D3 „03115100 16:59 PUBLIC —WORKS 4 918187041271 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Grant Howard Athletic Field Rehabilitation Project Contract No. 3252 ADDENDUM N0.1 NO. 109 601 Bidders shall propose to complete Contract No. 3252 in accordance with previously issued Contract Documents, as modified by this Addendum: PROPOSAL 1. Replace Sheet PR 3 of 6 with the attached REVISED PR 3 of 6 for: • Bid Item No 13. "Construct PCC Curb and Gutter” to read from "275 L.F." to "400 L.F. ". • Bid Item No 14. "Reconstruct A.C. Pavement" to read from "10 Tons" to "50 Tons ". Bid Item No 15. 'Reconstruct Aggregate Base" to read from "12 Tons" to '160 Tons ". ................................................ ............................... Please execute and date this Addendum No. 1 do so may result in disqualification of your bid. I,5- ZZD Date and attach it t our proposal. ilure to Don Webb Public Works Director I have carefully examined this Addendum No. 1 and included full payment therefor in my Proposal. fAusers\pbwlshared\contracts\fy 99.00\9rant howald athletic field rehab o-32521addendum7.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS GRANT HOWALD ATHLETIC FIELD REHABILITATION PROJECT CONTRACT NO. 3252 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -5 PLANS AND SPECIFICATIONS 1 2 -5.3 Shop Drawings and Submittals 1 2 -5.3.3 Submittals 1 2-6 WORK TO BE DONE 2 2 -9 SURVEYING 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4 -1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE 3 OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3 6 -7 TIME OF COMPLETION 3 6 -7.1 General 3 6 -7.2 Working Day 4 6 -7.4 Working Hours 4 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -5 PERMITS 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.1 Cleanup and Dust Control 4 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Material in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 6 7 -10.6 Notice to and Residents 6 7 -15 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9 -1.1 General 9-3 PAYMENT 9 -3.1 General 9 -3.2 Partial and Final Payment PART 2 - -- CONSTRUCTION MATERIALS SECTION 200 200 -1 200 -1.5 200 -1.5.6 SECTION 201 201 -1 201 -1.1 201 -1.1.1 ROCK MATERIALS ROCK PRODUCTS Sand Play Sand 7 7 7 7 11 11 11 11 11 CONCRETE, MORTAR, AND RELATED MATERIALS 11 PORTLAND CEMENT CONCRETE 11 Requirements 11 General 11 SECTION 203 203 -1 203 -1.1 SECTION 212 0 BITUMINOUS MATERIALS PAVING ASPHALT General 0 11 11 11 LANDSCAPING AND IRRIGATION MATERIALS 12 212 -1 LANDSCAPE MATERIALS 12 212 -1.2 Soil Fertilizing and Conditioning Materials 12 212.1.2.1 General 12 212 -1.2.5 Mulch 12 212 -1.4 Plants 12 212 -1.4.1 General 12 212 -1.4.3 Shrubs 12 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 13 SECTION 302 ROADWAY SURFACING 14 302 -5 ASPHALT CONCRETE PAVEMENT 13 302 -5.4 Tack Coat 13 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 14 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 14 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 14 308 -2.2 Trench Excavation and Backfill 14 308 -2.3 Topsoil Preparation and Conditioning 14 308 -2.3.2 Fertilizing and Conditioning Procedure 14 308-4 PLANTING 15 308 -4.1 General 15 308 -4.5 Tree and Shrub Planting 15 308 -4.7 Ground Cover 16 308 -4.8 Lawn Planting 16 308 -4.8.2 Seed 16 3084.10 Weed Abatement 16 0 0 308 -5 Irrigation System Installation 17 308 -5.2 Irrigation Pipeline Installation 17 308 -5.4 Sprinkler Head Installation and Adjustment 17 308 -5.4.1 General 17 308 -5.4.4 Sprinkler Head Adjustment 17 308 -5.6 Flushing and Testing 17 308 -5.6.1 General 17 308 -5.6.2 Pipeline Pressure Test 18 s • SP1OF18 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS GRANT HOWALD ATHLETIC FIELD REHABILITATION PROJECT CONTRACT NO. 3252 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans P- 5171 -S; (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1994 Edition, including Supplements; (4) the Standard Specifications for Public Works Construction, 1997 Edition, including Supplements, (5) APWA Standard Plans, (Latest Edition), and (6) the Work Area Traffic Control Handbook, 1996 Edition (W.A.T.C.H.). 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 W.A.T.C.H. may be purchased at the Public Works Department for Six Dollars ($6.00) each. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, California, 92802, telephone (714) 517 -0970. Unless otherwise specified, the following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter. PART 1 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, all irrigation components, masonry block, chain link fencing, drainage system components, site furnishings, 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 to the Contractor shall not be made until these documents have been received and accepted by the City: L] • SP2OF18 As -built blueprints which include the as -built location of: a. Routing of irrigation lines. b. Sprinkler control valves. c. Routing of irrigation control wiring. d. Quick coupling valves. e. Other related work as required by the Engineer. 2. Two (2) 3 -rings Operation and Maintenance Manuals that include: a. The Contractor's address and telephone number. b. List of installed equipment and the names and addresses of their respective manufacturers' 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 work necessary for the completion of this contract include: distribute construction notices to nearby residents; removals; excavation; grading; construct retaining walls; install chain link fencing; reconstruct A.C. paving; reconstruct P.C.C. driveway approach; construct P.C.C. pad and curb and gutter; ballfield turf preparation; hydroseed ballfield; install shrubs, trees, and ground cover; install irrigation system; install drainage system; install ballfield bases and pitching rubber; and complete other items of work as required by the Plans and these Specifications. 2 -9 SURVEYING 2.9.3 Surveying Services. Replace this Section with, "The Engineer will provide one- time construction staking as required to construct the improvements. Any additional staking or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the Engineer in writing two (2) working days in advance of the time that the stakes are needed. " SECTION 3 - -- CHANGES IN WORK 3.3 EXTRA WORK 3 -3.2 Payment. 3 -3.2.3 Markup. Replace this Section with," (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 0 • SP 3 OF 18 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. Add this Section, "All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all first -time testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and re- tests are necessary due to failed tests or inspections, such tests and inspections shall be paid for by the Contractor." SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this Section, "No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to the pre - construction meeting. Such schedule may be bar chart or CPM style. The Engineer will review the schedule and if the work falls behind the approved schedule, the Contractor may be required to submit a remedial schedule, showing how he will meet the time of completion requirement. The Contractor shall schedule and conduct his work in a manner as to minimize the length of time that the field will be closed to the public." 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this Section. "The Contractor shall complete all construction work within forty (40) consecutive working days. • • SP 4 OF 18 It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. The ninety (90) calendar days plant establishment and maintenance period shall commence immediately after all construction work has been completed. By submitting a bid, the Contractor has reviewed and agreed to adhere to the following approximate schedule: • Bid opening: March 23, 2000. • Contract award: April 11, 2000. • Start construction work: April 24, 2000. • Complete construction work: June 16, 2000. • Start plant establishment and maintenance period: June 17, 2000. • End plant establishment and maintenance period: September 22, 2000." 6 -7.2 Working Day. Revise "3)" of this Section to read, "any City holiday, defined as January 151 (New Year), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4"' (Independence Day), the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), the Friday after Thanksgiving, December 25`h (Christmas), December 24th (Christmas Eve), and December 31St (New Year's Eve). If a holiday falls on a Sunday, the following Monday is a holiday" 6 -7.4 Working Hours. Modify this Section to read, "All construction work shall be limited to 7:00 a.m. to 4:30 p.m. Monday through Thursday and from 7:00 a.m. to 3:30 p.m. on Fridays. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) up to 6:30 p.m. weekdays or between 8:00 a.m. and 6:00 p.m. Saturdays, he must first obtain special permission from the Engineer. A request for working during any of these after - hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs at the rate of $50.00 per hour when such time periods are approved." 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 City of Newport Beach Administrative Services Department. No work may proceed without the required valid City Business License." 7-8 PROJECT 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 complete and ready for public use." • SP 5 OF 18 7 -8.5 Temporary Light, Power and Water. Add to this Section, "If the Contractor elects to use City water for the work, he shall arrange for a construction water meter and tender a $1,500 meter deposit for each meter with the City's Public Works Utilities Division at 949 West 16th Street and at (949) 644 -3011. Upon return of the meter to City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this Section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the Bay through storm drains and catch basins." 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing improvements disturbed or damaged by the Work which are not designated for removal. Such restoration work may include, but not limited to, plants and planters, shrubs, trees, irrigation components, electrical components, fences, concrete, asphalt concrete pavement, etc." Add to this Section, "The Contractor is advised to keep records of the existing work site condition prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY. 7 -10.1 Traffic and Access. Add to the third paragraph of this Section, "The Contractor shall, at all times, maintain access through Iris Avenue at all times." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following, "Construction materials shall not be stored outside of the park site." 7 -10.3 Street Closures, Detours, Barricades. Modify this Section to read, "The Contractor shall submit ballfield and parking lot closure plan(s) to the City at least five (5) working days before the pre- construction meeting. Such plans, if submitted, shall conform with the W.A.T.C.H. and shall include provisions for each phase of the work. 1. The Contractor shall anticipate trespassers and school children at the site. 2. Emergency vehicle and personnel access shall be maintained at all times. 3. The location and wording of all barricades, signs, delineators, lights, warning devices, and any other details required shall assure that the park visitors will be handled in a safe and efficient manner with minimum inconvenience to the public. 4. All warning sign installations shall be reflectorized and /or lighted. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this Section, "The Contractor shall be solely and completely responsible for the condition of the job -site, including the safety of all • SP6OF18 persons and property during the performance of the work. The Contractor shall fully comply with all City, State, Federal, and other laws and ordinances, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer to conduct inspections, construction review, or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. Add this Section to read, "The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if the streets already have posted "NO PARKING" signs) which he shall post at least seventy - two (72) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department Parking Control Division at (949) 644 -3717 for verification of posting at least forty -eight (48) hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of the parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting." 7 -10.6 Notices to Nearby Residents. Add this Section to read, "Seventy -two (72) hours before the start of any construction, the Contractor shall distribute to all residents within 500 feet of the project, a written Notice stating when construction operations will start; what disruptions may occur; and approximately when the construction will be completed. The written Notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the Notices are distributed. Errors in distribution, false starts, inclement weather, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer." 7 -15 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS. Add this Section to read, "A stamped set of approved plans and specifications shall be at the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be kept up -to -date and so certified by the Engineer at the time each progress payment request is submitted. Upon project completion, the Contractor shall provide the Engineer with an as -built copy of the Plans. The as -built plans shall be accepted by the Engineer prior to final payment or the release of any bonds. All contract records and documents shall be maintained in accord with generally accepted accounting principles and practices and be retained for at least five (5) years after the date of completion. The Contractor shall provide suitable facilities for access, inspection, and copying of such material by the Engineer." • • SP 7 OF 18 SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9 -1.1 General. Add to this Section, "In case of conflicting method of measurement between the City's Standard Specifications and the Caltrans Standard, the City's Standard Specifications shall take precedence." 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two of this Section to read, "The unit and lump sum prices bid for each item of work shown on the Proposal shall include the full compensation for the labor, materials, tools, equipment, and for performing all of the work required to complete the work in place as shown on the Plans and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not limited to, all preparation, and scheduling of materials and equipment, distribute notices to nearby residents, and other items of work as necessary to complete the work under this contract. Item No. 2 Traffic Control: Work under this item shall include, but not limited to, preparation of traffic control and closure plans, signage, barricades, arrowboards, flagpersons, posting and prompt removal of "NO PARKING -TOW AWAY" signs, closure of ballfield and parking lot, installation and maintenance temporary fencing within the ballfield during the plant establishment and maintenance period, and all other work necessary to comply with the W.A.T.C.H. and other items of work as may be required by the Engineer. Item No. 3 Ballfield Turf and Planting Area Preparation: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to remove and dispose of all dead plants within the work limits, weed abatement, provide and install soil amendments, and prepare the work site for planting, and perform other items of work as required to complete the work as shown on the Plans. Item No. 4 Grading: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to grade the work site as required. Such work shall include excavation, import, export, disposal, retaining wall slope backfill and benching, compaction, and perform other items of work as required to complete the work as shown on the Plans. Item No. 5 Furnish and Install 3" PVC Pipe: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate the pipe trench, furnish and install the pipe, make pipe connections, back fill, compaction, pipe flushing, pressure testing, and perform other items of work as required to complete the work as shown on the Plans. • • SP 8 OF 18 Item No. 6 Furnish and Install 4" PVC Perforated Pipe: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate the pipe trench, furnish and install the pipe, furnish and install filter fabric and crushed aggregates, furnish and install pipe sleeves, connectors and drain vents, make pipe connections, back fill compaction, pipe flushing, pressure testing, and perform other items of work as required to complete the work as shown on the Plans. Item No. 7 Furnish and Install No. 3 Catch Basin: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to trench, furnish and install the catch basin, make and seal the pipe /catch basin connection, backfill, secure the drain cover, and perform other items of work as required to complete the work as shown on the Plans. Item No. 8 Furnish and Install 24" X 24" Catch Basin: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to trench, furnish and install the catch basin, make and seal the pipe /catch basin connection, backfill, secure the drain cover, and perform other items of work as required to complete the work as shown on the Plans. Item No. 9 Furnish and Install 3" PVC Curb Drain: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to trench, sawcut and remove the existing PCC curb, furnish and install the pipe, make pipe connections, furnish and install curb drain pipe sleeves, backfill, compaction and perform other items of work as required to complete the work as shown on the Plans. Item No. 10 Furnish and Install 6" Perforated Drain Line: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate the pipe trench, furnish and install the pipe, furnish and install pipe connectors, make pipe connections, backfill, compaction, pipe flushing, pressure testing, and perform other items of work as required to complete the work as shown on the Plans. Item No. 11 Construct 18" Wide PCC Mow Strip: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, soil compaction, and perform other items of work as required to complete the work as shown on the Plans. Item No. 12 Construct Reinforced PCC Edge Strip: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, soil compaction, place reinforcing bars, and perform other items of work as required to complete the work as shown on the Plans. Item No. 13 Construct PCC Curb and Gutter: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, soil compaction, and perform other items of work as required to complete the work as shown on the Plans. Item No. 14 Reconstruct A.C. Pavement: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to sawcut, remove and dispose of the existing pavement, compact the existing subgrade and new aggregate base to a minimum of 95% relative compaction, tack coat all joining surfaces, and perform other items of work as required to complete the work as shown on the Plans. • • SP 9 OF 18 Item No. 15 Reconstruct Aggregate Base: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to sawcut, remove and dispose of the existing pavement, compact the existing subgrade to a minimum of 95% relative compaction, and perform other items of work as required to complete the work as shown on the Plans. Item No. 16 Reconstruct PCC Drive Approach: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to sawcut, remove and dispose of the existing drive approach, furnish and place aggregate base, compact the existing subgrade and new aggregate base to a minimum of 95% relative compaction, steel plate and protect the new improvements from vehicle traffic until the concrete has cured to support vehicle loadings, and perform other items of work as required to complete the work as shown on the Plans. Item No. 17 Construct 4" Thick PCC Pad: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, soil compaction, install expansion joints, construct rounded edges, restore adjacent soil to level with the top of the new PCC pad, and perform other items of work as required to complete the work as shown on the Plans. Item No. 18 Construct 64" High Retaining Wall With 48" High Chain Link Fence: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, construct foundation, soil compaction, furnish and install reinforcing bars, grout masonry cells, make wall connections, backfill behind new wall, install water proofing behind new wall, install chain link fence, and complete other items of work as required to perform the work as shown on the Plans. Item No. 19 Construct 32" High Retaining Wall at Parking Lot Entrance: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, construct foundation, soil compaction, furnish and install reinforcing bars, grout masonry cells, make wall connections, backfill behind new wall, install water proofing behind new wall, and perform other items of work as required to complete the work as shown on the Plans. Item No. 20 Construct 24" High Retaining Wall: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, construct foundation, soil compaction, furnish and install reinforcing bars, grout masonry cells, make wall connections, backfill behind new wall, install water proofing behind new wall, and perform other items of work as required to complete the work as shown on the Plans. Item No. 21 Construct 16" High Retaining Wall at Parking Lot Entrance: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to excavate and dispose of excess soil, construct foundation, soil compaction, furnish and install reinforcing bars, grout masonry cells, make wall connections, backfill behind new wall, install water proofing behind new wall, and perform other items of work as required to complete the work as shown on the Plans. • • SP 10 OF 18 Item No. 22 Install 48" High Chain Link Fence: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to remove and dispose of existing post and chain, construct fence foundation, soil compaction, and perform other items of work as required to complete the work as shown on the Plans. Item No. 23 Furnish and Install Ballfield Bases and Pitching Rubber: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to install City furnished brick dust, furnish and install base, pitching rubber, and home plate per Plan Details, and perform other items of work as required to complete the work as shown on the Plans. Item No. 24 Furnish and Install New Irrigation System: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make water connection, furnish and install backflow preventer and enclosure, furnish and install irrigation controllers, lines, valves, sprinkler heads, and wirings, pressure test system, adjust coverage as required, provide system operation manuals to the City, train City personnel on system operations, and perform other items of work as required to complete the work as shown on the Plans. Item No. 25 Furnish and Install Hydroseed Turf: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to prepare the graded ballfield for hydroseed, hydroseed ballfield, and perform other items of work as required to complete the work as shown on the Plans. Item No. 26 Furnish and Install 5- Gallon Shrub: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make planting pits, provide and place mulch, soil amendments, fertilizers, and planting tablets, provide plant watering until the start of plant establishment and maintenance period, and perform other items of work as required to complete the work as shown on the Plans. Item No. 27 Furnish and Install 1- Gallon Shrub: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make planting pits, provide and place mulch, soil amendments, fertilizers, and planting tablets, provide plant watering until the start of plant establishment and maintenance period, and perform other items of work as required to complete the work as shown on the Plans. Item No. 28 Furnish and Install 24" Box Tree: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make planting pits, provide and place mulch, soil amendments, fertilizers, and plant vitamins, provide plant watering until the start of plant establishment and maintenance period, tree staking, and perform other items of work as required to complete the work as shown on the Plans. Item No. 29 Furnish and Install Annual Nursery Stock: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make planting pits, provide and place mulch, soil amendments, and fertilizers, provide plant watering until the start of plant establishment and maintenance period, and perform other items of work as required to complete the work as shown on the Plans. • • SP 11 OF 18 Item No. 30 Furnish and Install Ground Cover: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to make planting pits, provide and place mulch, soil amendments, and fertilizers, provide plant watering until the start of plant establishment and maintenance period, and perform other items of work as required to complete the work as shown on the Plans. Item No. 31 90 -Day Plant Establishment and Maintenance Period: Work under this item shall include, but not limited to, the cost of all labor, materials, and equipment to provide weed abatement, maintain healthy turf and plant growth, turf mowing, replace all unhealthy and /or dead plants and turf, and perform other items of work as required to complete the work as shown on the Plans. 9 -3.2 Partial and Final Payment. Add to this Section, "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 200- -ROCK MATERIALS 200 -1 ROCK PRODUCTS 200 -1.5 Sand 200 -1.5.6 Play Sand Play sand shall be non - compact washed plaster sand as supplied by D. Mario Building Supplies, 310/923 -9292. The Contractor shall supply a sample to the Engineer for approval. Any existing sand, which is stockpiled for re -use, shall be approved by the Engineer for re -use before reincorporating the material into the project. SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements 201 -1.1.1 General Add to this Section, "All portland cement concrete used on the work shall be 560 -C- 3250." SECTION 203 - -- BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this Section, "All asphalt concrete used on the work shall be III- C3 -AR- 4000." • • SP 12 OF 18 SECTION 212 - -- LANDSCAPING AND IRRIGATION MATERIALS 212 -1 LANDSCAPE MATERIALS 212 -1.2 Soil Fertilizing and Conditioning Materials 212 -1.2.1 General Add to this Section the following, "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 -1.2.5 Mulch Replace this Section with the following, "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 follows: 90% to 100% passing a 1 -inch sieve, 80% to 100% passing a %2 inch sieve, and 20% to 60% passing a '/ inch sieve." 212 -1.4 Plants 212 -1.4.1 General Add to this Section the following, " 1. The Contractor shall notify the Engineer 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. 3. All plants shall be handled and stored in a manner that will adequately protect them from drying out, windburn, or any other injuries. 4. Care shall be exercised in the handling of plant materials. All damaged materials shall be replaced at the Contractors sole expense and no additional compensation shall be made by the City. 5. All plant materials that would not 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 the following, "Plant materials shall be verified 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. 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. Larger plants may be substituted for 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." • SP 13 OF 18 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Replace this Section with, "Removed pavement and unsalvageable material shall become the property of the Contractor and be disposed of at the Contractor's expense in a manner and at a location acceptable to the 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. Unless otherwise specified elsewhere in this contract, non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. 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 the form provided by the Engineer." 300 -1.3.2 Requirements (a) Bituminous Pavement. Replace the second sentence of this Section with, "Sawcutting of edges to be joined with existing A.C. pavement is required." (b) Concrete Curb, Walk, Gutters, Cross Gutters,, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of 2 inches and replace the words 1 '/z inch" of the last sentence with the words "2 inches." SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.4 Tack Coat. Add to this Section, "Prior to placing asphalt concrete, a tack coat of Grade SS -1h asphaltic emulsion at a rate not to exceed 1/10 of a gallon per square yard shall be uniformly applied to the existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." • SP 14 OF 18 SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements. 303 -5.1.1 General. Add the following to this section, " 1. The Contractor shall not begin any removal work within existing walks or driveways unless the removed areas can be reconstructed and barricaded to protect the public by the end of same day. 2. All P.C.C. pads and walks shall be at least 4 inches thick unless otherwise shown on the Plans. 3. All curb and gutter shall be constructed on top of 10 inches of 95 percent relative compacted subgrade or on top of 95 percent relative compacted 4 -inch thick aggregate base. 4. All forms shall be removed and all damaged private improvements shall be repaired in -kind to the satisfaction of the respective owner within 24 -hours following concrete placement. 5. P.C.C. work subject to vehicle loads such as driveways and gutters shall not be opened to traffic until the concrete has been sufficiently cured. The Contractor shall detour traffic around such work until the work is ready for public use." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.2 Trench Excavation and Backfill Replace the last paragraph 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 granular materials. No particles larger than '/z 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, sprinkler heads, lawn, plantings, and other affected improvements." 308 -2.3 Topsoil Preparation and Conditioning 308 -2.3.2 Fertilizing and Conditioning Procedure. Add to this Section with, " A. After the proper finished grades have been established, the soil shall be conditioned and fertilized in the following manner: • SP 15 OF 18 1. Planting areas with slopes of 2:1 or steeper shall not be soil prepared. 2. In all planting areas with gradients less than 2:1, or as indicated on the plans, a layer of soil amendments shall be uniformly spread and cultivated by means of mechanical tiller into the top 6 inches of soil so that the soil shall be loose, friable, and free from rocks, sticks, and other object undesirable to planting. 3. The following soil amendments shall be added per 1,000 square feet to all planting areas with gradients less than 2:1: Organic amendment, 2 cubic yards Ammonium Sulfate (21 -0 -0), 5 pounds Single Superphosphate (0- 20 -0), 4 pounds Agricultural Gypsum, 100 pounds Potassium Sulfate (0- 0 -50), 3 pounds" 308-4 PLANTING 308 -4.1 General. Replace this Section with the following, •• 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 the following, " 1. The Contractor shall not use any imported materials without the Engineer's prior approval. 2. All planting excavations shall be shaped with vertical sides. Circular and flat bottoms shall be used for canned materials. 3. Cans shall be cut on two sides with approved can cutter only, and without injury 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. 4. 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. 5. The plant containers shall be removed before planting. 6. Raise all 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 • • SP 16 OF 18 approximately % of the root ball. Then add water to the top of the rootball and thoroughly saturate rootball and the surrounding soil. 7. After the water has been completely drained, three (3) planting tablets shall be placed for each 1- gallon container plant. 8. Place the planting tablets 3 inches below the surface along the side of the root ball. Backfill the remainder of the 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 at the end of the maintenance period. 9. The Contractor shall apply water to each tree and shrub immediately after 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. 10. The Contractor shall not compact the planting areas when delivering plants or other materials to the work site. 11. The Contractor shall incorporate into the site grade all excess soil generated by planting pits that will no be used for backfilling." 308 -4.7 Ground Cover. Amend this Section with the following, " 1. Grow ground cover in flats until transplanting. Soil in flats must contain sufficient moisture so it will not break apart when lifting plants. 2. The ground cover shall not be allowed to dry out before or during planting. Their roots shall not be exposed to the air except during planting. Wilted plants shall be replaced and not planted. 3. Ground cover shall be planted in straight rows, evenly and triangularly spaced, and at the intervals specified on the Plans. 4. Each rooted plant shall be planted with at least 2 cubic feet of flat soil. Each plant shall be watered immediately after planting, and until the entire area within 5 square feet of the root 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. Top dress all ground cover and shrub areas with a minimum 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 'B'." 308 -4.10 Weed Abatement. Add to this Section the following, " 1. If live perennial weeds exist within the work site at the beginning of work, the Contractor shall spray a City approved non - selective systemic contact herbicide in a manner as recommended by the product's manufacturer. Such chemical shall be r • SP 17 OF 18 applied by a 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. 1 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 3 weeks or until all weed seeds have germinated or as directed by the Engineer. Post emergent contact weed killer shall be applied when sufficient weeds have germinated. The Contractor shall allow two (2) additional weeks for the weed killer to dissipate before starting any planting operations. Residual foliage and roots shall be removed. Repeat as necessary. 4. The Contractor shall maintain the site weed free until the end of plant maintenance period. 308 -5 Irrigation System Installation 308 -5.2 Irrigation Pipeline Installation. Add to the end of the first paragraph the following, "PVC to metal connections shall only be made with PVC male adapters 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 the following, "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 the following, "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 the following, "Adjust all sprinkler heads for optimum performance. Redirect sprinkler heads to prevent overspray outside of the construction limits." Replace the third paragraph of this Section with the following, "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 -5.6 Flushing and Testing 308 -5.6.1 General. Add to the end of the first paragraph the following, "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." 0 SP 18 OF 18 308 -5.6.2 Pipeline Pressure Test. Replace this Section with the following, " 1. All pressure lines shall be tested under a 150 PSI of hydrostatic pressure. 2. All lines shall be watertight. 3. All pressure main lines shall be tested prior to the installation of electric control valves. 4. The pressure lines shall maintain pressure for at least four (4) consecutive hours. If the pressure lines develop leaks, the Contractor shall replace the joints and retest the system until the entire system has been proven watertight. 5. Pipes shall not be backfilled until they have been inspected, tested, and approved by the Engineer." E TO: Mayor and Members of the City Council C -�asa- April 11, 2000 CITY COUNCIL AGENDA pkTEM, NO. . OR II FROM: Public Works Department SUBJECT: GRANT HOWALD ATHLETIC FIELD REHABILITA' CONTRACT NO. 3252 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3252 to Ecology Construction, Inc. of Canoga Park for the Total Bid Price of $124,497.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $12,500.00 to cover the cost of unforeseen work. 4. Authorize a budget amendment transferring $16,582.00 from Park and Field Renovation Account No. 7021- C4120431 to Account No. 7021- C4120332. DISCUSSION: At 11:00 A.M on March 23, 2000, the City Clerk opened and read the following bids for this project: BIDDER Low Ecology Construction, Inc. of Canoga Park 2 Golden Bear Arborists of Monrovia 3 John C. Ettlin of San Juan Capistrano 4 Green Giant Landscape, Inc. of La Habra 5 Sunrise Landscape Co., Inc. of Santa Fe Springs 6 E & M Construction Company of Sylmar 7 Metro Builders & Engineers of Newport Beach 8 Beador Construction Co, Inc. of Corona Del Mar * The corrected bid total amount is $161,669.28. ** The corrected bid total amount is $194,696.66. TOTAL BID AMOUNT $124,497.00 $143,595.85 $156,785.00 $157,631.00 $161,621.59 $167,006.00 $194,673.00 $238,000.00 * ww The low total bid amount is 22% below the Engineer's Estimate of $160,000.00. The low bidder, Ecology Construction, Inc., possesses a General Engineering "A" contractor's license as required by the project specifications. Although Ecology has not Subject: Grant Howald Athletic Field Rehabilitation — Award of Contract No. 3 April 11, 2000 Page: 2 constructed public works improvements for the City, a reference check of Ecology's past work indicated that it has satisfactorily completed athletic field rehabilitation projects for other Southern California agencies. This project provides for hydroseeding the athletic field (Field); installing a new irrigation system; installing new landscaping; extending the existing 5' high retaining block wall behind the northerly backstop; constructing a 2' high debris wall along the bottom of the northerly slope; installing storm drain pipes and catch basins; installing chain -link fences; installing new softball pitching rubber, home plates, and bases; constructing concrete curb and gutter; rehabilitating the 5th Avenue Park entry with a new concrete drive approach, minor grading, a stepped retaining block wall, and new landscaping; and reconstructing a portion of the existing parking lot asphalt concrete pavement between the Field and the tennis courts. In order to avoid having the new Field turf damaged by the public during the 90 -day planting establishment and maintenance period, Ecology Construction will install temporary fences around and across the Field to discourage trespassers until the improvements are ready for use. The contract requires Ecology Construction to begin work during the last week of April and end the plant establishment and maintenance period no later than September 22, 2000. This will allow the Community Services Department to schedule their recreational program starting the first of October. Sufficient funds are available for award and unforeseen work in the following accounts: Account Description Grant Howald Athletic Field Park and Field Renovation Respectfully submi �, PUBLIC WORKS DEPARTMENT Don Webb, Director By: �e Fon se, P.E. Project Manager Attachment: Project Location Map Bid Summary Account Number 7021- C4120332 7021- C4120431 Amount $120,415.00 16,582.00 Total: $136,997.00 COMMUNITY SERVICES DEPAR T LaDonna Kienitz, Director \\mis l\sys\users\pbWA .shared \council \y99- 00\april -11 \grant howald athletic field c- 3252.doc 0 GRANT HOWALD ATHLETIC FIELD REHABILITATION PROJECT CONTRACT NO, 3252 P ,Q GPO J� J� �J P J� �J eve /' N O �F Harbor Vlew NO Elementary School �O LEGEND, LOCATION MAP OEM WORK LOCATION NOT TO SCALE F = Z U W 2 W r— m �a OD a Y W K Z O LL 3. O U zi U j a a N U E O � O O Y U W U � U Z W O Q y Uco O LL J in O W O Vr N O M w LL O .9 'a r K LL d L W a m W o H < C5 Z Q c7 0 W H W W J Z O 0 � 0 z 0: H U W d 000000a000a00000000000000000 0 0000000 0000000000000000000 O �000000Gi Z o000000ao0ooui00000 o O O O O N O O N N O O O O O O N O O O N O O N N N O CON�ON Q� �NtO tN<Q��NO NNOM M � Q M ID W Q U c 0000000000000000000000000000000 L O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O t O o 0 0 N 0 0 0 0 N O O N O 0 0 Q N O 0 0 n O 0 0 0 N 0 0 0 0 Z0000 nn= - O NO O ---- an 0 O N r GO Q- O 00 O M- O N O w O O Q M 000000000000000000000NOOOOOOOOo O O t0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O O O N O O O O O O O N O 0ON ��tNON <O (NO N�r Q mO�n GQO N m m nNN 60000 GNO �o N M N - C4 r N c N M -10 � 0 N DD N N N Q Q d 0] 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O O O O N O O N O O O O N O OOtp 0000000000000 NcO lOO W Q OOOOOOON O NH 00 TOGO N OOO Q � r G ON (00000 pZ N[ON� N n N W M ---- - M M O� O) N r "N N N oM O 00 A M NO NN O O m� N 00000000000000000000 0000000000 ti 0000000000000000000000000000000 O N O N O N O 0 0 0 0 0 0 Z O O M O O O N O N O O O O O OO G O O O N N O A N A l O O f O f O O G 0 0 c�O tO N W (O tO N ANO N O NMOOAGpN Q GDnON•- (O N r 0 Gi aiN M� =0 02 in c O O O O O O O O O O O O O O O O O O O O O O O O O M 0 0 0 0 0 0 U O O O O O O O O O O O O O O O O O O O N O O O O O O O O O Q O f..000 NONOOOON(ON O M O O Q N O N O N 0 p 0 0O 0 OooZ 0 O M 0 W M MN O M Q M N 0 O N Q Q N n0 A N N NN O O J 6 ci to N W N 0000000000000000000000000000000 0000000000000000000000000000000 000000Gi GioOUi Gioo0000000�ci000000000 m a0000MNNNONn000 000 oorooQOONONo E n t6 tp- 0- ENO MCI N r+lO N 0 1N N W i N N O O O O O O O O O O O O O O O O O O O O O O O N O O O O O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c OOOOr 0 000 ((10000 -NN �[l u10N000GDO000N0000000 -MN(Owo MO tO Q.-00 N 00 O cjj W N O co O M n N N O M M O IN M W N N J QQ LL J LL W J J J J �yf J J J J F J J J J J J J W W W J N N � N M� 0 00a O O N d d O C C A C Lu O C_ 73 a c c N W C C d c m ) y C U C L y 2 v �' N W ; m y N O c O W m O O x d ammo- c m mCmC crmC f IC O N aaUa y C C C C!0 z Q a m v 90 9J 5 a «> m « U N y 0 C C C C oa C C. ¢ C WL) H GE 1 GE I c tE p c c y 7 Ti Zhu 2 mmmmmmmA� W _ E E c g 4 g y c Er c c N c GT G o E O N W N O O O y E E r,> Ga m C7 LL U �NMQ NtOr 00 �'� QN{D ntOM O�NM N N N Q NtOA N N N W N OHO N � f S Z U W Q w� m Q 00 IL 3x W 0: Z LL 3 O U V j a W Q w S U E O O W Y U w U N U Z O ¢ Hcm Q O U c O ° J LL m C 9 N O 6 x t u 111 H F- I W � W C7 W Z rn < it wW Z_ C7 O Zm w n. y 0 00 0 0 0 000 0 0 0 0 OaD0000 0 0 0 0 0 O OOOp00 O O O N NOO O O 00 O 00 O 0 0 00 0 ry� cp viN N.-N ON Npi aO i(IN Otp tOn00� e 0 �O 0 C ._ S n f O T M cO N W N t p t p M N N N 0 0 Ol n C O n N � �� t0 N � N � -:,d N� f l - N c N 0 � N W < �+6 Q w d �< o O m —n fONN Y 0 �N�pN pi C')eD MAO i[I cp p�O 0 � r N N d O O O O O O O O O o 0 N O O 0 O 0 O 0 O 0 O O O O O 0 N 0 O 0 O 0 N 0 O 0 O O O N O O p U O G OOp G O N n00N O O 1� OO O OO n rn.-n N i� t0 tV Nf0 O f0 O n 0 C� OOoMip NO "Nnv0pin�� 00 NN•- V 0 "a t0 0 o L6 "N v vi t2� N C U 000 000 NNOO 00 Opp O O 00 M O NO Op N N 00 000 MO 0 OMB ON -000 M p�0 n00 N� f0 N 00 Y �F- 'o N M NUi r .=M N W �ONaOp NOh �Op,� 'nSpNiMMONY C —Z.6 'Z��inN aOp p) MNNN n O� N N O G n NM CIO v �n,wv "M� U T WO V �eDM �OMV V 00 0 v NOD N� "N "a N0 "N' �n N N b � �p�pNiO yy �Na000NN NtnOO�p r t7� N n ON tin OwO�OM�Nno V rwn ZOC a0 aD v0 co co d O Q O O C O O O o p O NN O Ci0 NO O N 0 N_0 N� _ fV n N N if1 "pi M r N b D J q CR w i� DM-- N NMN aoN go N N 91 � 'N C N N O O O O d d e G LO J Lo ca LL Z J J O oc, N N O o N 0 n 00 0 O 0 N 0 00l 9 C C C c o �W 2 2 W 0 m r a �wm opo .«N 3w m �� m w Q O N a C b w w w w C C X A C w b U @@ w a c W m j > C C w N Q >> C Q E b a U 10 C C C �wwMawwf° p C ww C C N w C g P N C C C C C C CC ui -pw o f m W W w °cw m 2 w a a w w m w m w p S C w M b m N C C C fA b b b w w w to W p`mw w c0OR m m m b b c o b b cc o w EEEEEEEE > > > > > > > > t7 >'LL�LLLLCT v ao v ao a ',.. O 0 n oj O coM n to O b w 3 d EE 0 m :2a as t0 X10„ O O Fd N O � N N EE w W d UU F xZ f.) W Q I- W ~ Q W O ❑ CL WY Z 3 0 LL OU U j a w a ❑ m U m 0 O o m o O y o Y U � w U N U Z W U Q N H ❑ F Q U c O ° J LL 07 I O O W O V- O Vr N O Z N10 n LL O 9 n N K LL V L H . a �w a 3 H C7 O 2 C Z w Q �UWF- F w W W J Z(90 F O Z cr P:0wn. r • v o0000000000000 OOOOOOO OOO O000000 c In00000000oo oo 0 O 00 00 00 00 00 O O O 00 00 O OO IIIo 0 0 ° � O O O m r r� N 0 O O � N N 00 00 � O O� O a N l00 a00 O O IOO IOO 10 I n I ri co n N N M (O 16 C6 N N M I 6 N N N c l �z C6 N O " c 00 o9000OOOOO o10000 oo 0 oIO oo 9 n oN or oNoO9 9 0.. gc?or0000000gnln'o U r o OO 0 o a O) OOOoNo� IO (7l� O nON �N N oo N-00 mr or uI 'O In lj O N N l7 n N r D ID co U) CO LLQQLLLL LLZ Z co LL LL LL QQ LLf7 O O III d C C C m C_ m C O O a c IL C m y C c O C 3 y C C T m N c 0 c m m d o 2 ` N N 6 m 0 T 'c IS p 3' m t0 N Q= y Z ° A m L$ Vxx% N 6 m m 10 m l9 x C C C K C ` > U L b W 0 c ji m Ei moE c >uUV10 a> > C C C E m N � y O. R V d p� C m a m m m m `S m m m m m m m a a c N m C C C C C C C C 0 0 c c a c a a °r° j is c c c c c c c c c m Na V OI N N m y m N 2 2 N C C c N C J``` J L7 T - O m C b E E E2 'E E T� 'E 'E c 8 8 8 c c c c c V E E c c c c E c D O O m m m 0 0 0 0 0 C >> j j j j n D m (7 lm LL LL V V 010 for eo O)ON ANN N N o"N NN N N co N t7 N (Sy of Newport Beach BUDGET AMENDMENT 1999 -00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 052 AMOUNT: StS,saz.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer $16,582.00 from Park & Field Renovation fund to the Grant Howald Athletic Field fund to provide sufficient funds for the field rehabilitatation, Contract No. 3252. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Signed: Signed: Signed: F nancial Approval: Administraat vv See es DireDirector §4; / _ — Administrative Approval: tity Manager City Council Approval: City Clerk Amount Increase Decrease $16,582.00 $16,582.00 _3 -erg -eDo Date 3//4000 D Date Description Division Number 7021 Park -In lieu Account Number C4120431 Park and Field Renovation Division Number 7021 Park -In lieu Account Number C4120332 Grant Howald Athletic Field Division Number Account Number Division Number Account Number Signed: Signed: Signed: F nancial Approval: Administraat vv See es DireDirector §4; / _ — Administrative Approval: tity Manager City Council Approval: City Clerk Amount Increase Decrease $16,582.00 $16,582.00 _3 -erg -eDo Date 3//4000 D Date 4ry of Newport Beach BUDGET AMENDMENT 1999 -00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations qX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 052 #� AMOUNT: Sts,sa2.00 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance X No a jaatAa5m4gete. Fund.Balance This budget amendment is requested to provide for the following: To transfer $16,582.00 from Park & Field Renovation fund to the Grant Howald Athletic Field fund to provide sufficient funds for the field rehabilitatation, Contract No. 3252. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description OR I I Amount Increase Decrease $16,582.00 $16,582.00 Signed: . — .2g —GiJ F nancial Approval: Administrative Se ices Director Date Signed:! 0 Ad�miyn,� QJ/ative Approval: yyi�ly Manager D Signed: City Council Approval: City Clerk Date Description Division Number 7021 Park -In lieu Account Number C4120431 Park and Field Renovation Division Number 7021 Park -In lieu Account Number C4120332 Grant Howald Athletic Field Division Number Account Number Division Number Account Number OR I I Amount Increase Decrease $16,582.00 $16,582.00 Signed: . — .2g —GiJ F nancial Approval: Administrative Se ices Director Date Signed:! 0 Ad�miyn,� QJ/ative Approval: yyi�ly Manager D Signed: City Council Approval: City Clerk Date CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 Beador Construction Company, Inc. P.O. Box 1 Corona del Mar, CA 92625 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 Metro Builders & Engineers Group Ltd. 2610 Avon Street, Suite A Newport Beach, CA 92663 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 E & M Constructors Co. P. O. Box 922306 Sylmar, CA 91392 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 Sunrise Landscape Co., Inc. 12520 Clark Street Santa Fe Springs, CA 90670 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, i/�Fi l/l�iVr�f. �< IVG�Ly� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 -3400 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 John C. Ettlin 30082 Saddleridge Drive San Juan Capistrano, CA 92675 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, fir/ , . Y)'3 % LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 April 25, 2000 Golden Bear Arborists 146 East Railroad Avenue Monrovia, CA 91016 Gentlemen: Thank you for your courtesy in submitting a bid for the Grant Howald Park Athletic Field Rehabilitation (Contract No. 3252) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. 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 similiar nature. Enclosure Sincerely, &9-z� 12) LaVonne M. Harldess, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach