Loading...
HomeMy WebLinkAboutC-3599 - Big Canyon Reservoir Landscape and Site ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC Fp March 9, 2005 Mega Way Enterprises 9191/2 N. Azusa Avenue Covina, CA 91722 Subject: Big Canyon Reservoir Landscape and Site Improvements (C-3599) To Whom It May Concern: On March 9, 2004, 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 35 days 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 Labor & Materials Bond was released on April 19, 2004. The Surety for the contract is North American Specialty Insurance Company, and the bond number is 193185. Enclosed is the Faithful Performance Bond. Sincerely, 44 LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 - Fax: (949) 644-3039 • www.city.newport-beach.ca.us PREMIUM IS FOR CONTRACT TEAM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE EXECUTED IN 4 ORIGINALS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AMD SITE IMPROVEMENTS CONTRACT NO, 3599 BOND NO. 193185 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4635.00 being at the rate of $ 1.875%/1.5% thousand of the Contract price. Wr!EREAS,,the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Maga Way Enterprises, hereinafter designated as the 'Principal', a contract for construction of BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS, Contract No. 3599 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. 3599 and the terns thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and North American Specialty Insurance Cornpany 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 two hundred eighty-three thousand, nine hundred ninety-five and 001100 Dollars ($283,995.00) 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 anv 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 faits to indemnity, defend, and save harmless the City of Newport Beactt, 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. 28 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 shalt be extended and maintained by the Principal in full force and effect for one (1) 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 26th day of September 2003. Mega Way Enterprises ,Principal) North American Specialty Insurance Company Name of Surety 701,S. Parker St.,#3800 Orange, CA 92868 Address of Surety 714-550-7799 Telephone Authorized Authorized Agent Signature Matthew R. Robyn, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ikr"ACHFD "SPS C�r,m"sssior a� 131 tl883 i .�; Notary mutat - California Lo .. A, s!es County rq, �' or � ��"sres Suf 24, ?fYJS NA State of o'snty ^t rs , T _ Y.: STA7'EOF California SS. COUNTYOP Orange On �—�+C�' STs J _'� before me, Mary Martignoni — Notary Public PERSONA LL Y A PPEARED Matthew R. Dobyns personally brown to me to be the person(X) whose nanle(N iskaWsubscribed to the within instrument and acknowledged to me that herd executed the saute in hivXMjt5M wahorized capacity{r$$ and that by hiV .cignaerre(g on the insirmnew the person(A or the entity upon behalf gl*whic h the person(A arced, executed the instrument. W17NESS my hand and g(licial seal. OPTIONAL AARYMARTIGVNOM m COMM. r1438322 � MITARrwauc caucc> W, This urea for Oficial 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 CI PARTNERIS) ❑ LIMITED ❑ GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIW(IES) North American Specialty Insurance Company DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ID-1232(REV. 5ro1) ALL-PURPOSE ACKNOWLEDGEMENT A.M. Best's Rating for North American Specialty Insurance Co 01866 - North American Specialty Insurance Co Member of Swiss Re Group A.M. Best #: 01866 NAIC #: 29874 View a list of group members or the group's rafing 4 Best's Rating A++ (Superior)• Financial Size Cateooka!O ry XV ($2 billion or more) 'Ratings as of 10/15/2003 11:59:05 AM E.S.T. Page 1 of 1 Rating Category (Superior): Assigned to companies that have, in our opinion, a superior ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2003 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http://w-A,",3.ainbest.com/ratings/rating.asp?A-MMNum--Ol 866&Refnum=01866 &Siteza... 10/15/2003 April 19, 2004 Mega Way Enterprises 9191/2N. Azusa Avenue Covina, CA 91722 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC Subject: Big Canyon Reservoir Landscape and Site Improvements (C-3599) To Whom It May Concern: On March 9, 2004, 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 35 days 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 March 15, 2004, Reference No. 2004000207805. The Surety for the contract is North American Specialty Insurance Company, and the bond number is 193185. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN 4 ORIGINALS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 BOND NO. 193185 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Mega Way Enterprises, hereinafter designated as the "Principal," a contract for construction of BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS, Contract No. 3599 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. 3599 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, North American Specialty Insurance Company duly authorized to transact business under the laws of the State of California, as Surat;, (referred to herein as 'Surety") are held firmly bound unto the City of Newport Beach, in the sum of two hundred eighty-three thousand, nine hundred ninety-five and 00/100 Dollars ($283,995.00). 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 Ccde 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. 26 The Bond shall inure to the benefit of any and eft 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 Principai and Surety, on the 26th day of September —12003. Mega Way Enterprises (Principal) North American Specialty Insurance Company Name of Surety 701 S. Parker St., 13800 Orange, CA 92868 Address of Surety 714-550-7799 Telephone Authorized Signature; Title uthori� Signature Matthew R. Dobyns, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FARAH Cor,i�on81310883 Nctan' "ublic-California q OF gelesCounty :1y ^ :r * sg11Rs JW 24, 2005 27 State of County of Subscribed and sworn to(or affirmed) before me by thisday of Notary Public Signature ST A'I'L OF 0 California COUNTYOF Orange I SS. On l.Gefiireme, Mary Martignoni — Notary Public 0 PER.SONALLYAPPLARED Matthew R. Dobyns personally known m me 91190M w be the person(;) whose name(N WelIl;subscribed to the wilhin insinmleni and acknowledged to me that h&'jbum executed the same in hivI21012M authorized capacity(($$ and that by hivIlifflEff signanve(s3 nn the instrument the person(A or the entity upon behalf o(whu h the person(.3¢ arled, executed the instrument. WITNESS my hand and official seal. ISJOILO1112 MARY MARTIG6NONG COMM. $1438392 NOTARY I$WC-CALWORMA MWG3E COUNfY wlyw —a . E -P W 9. $007 This area for Oficial 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 Q CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENiINIIES) North American Specialty Insurance Company DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ID -1232 (REV. 5/01( ALL-PURPOSE ACKNOWLEDGEMENT 0 0 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington Intemational Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Les M. Mantle and Matthew R. Dobyns jointly or severally its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington Intemational Insurance Company at meetings duly called and held on the 24a of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attomey qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attomey, and to attach therein the seal of the Company; and it is 11 FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. \,uWTY I&By G Qp°Ri'. - [1CAI •Z JLI�I Pool a.Amamly Praldem&Chico Eamulireofficerecii.. of WEalt, nln¢rmllon.l lnsuvn¢Cvmpmy6 [mc r� .1973 _ VicePmidenl of Nvrl6 Ameriun Spec4lty tmunnce Company BY 14� pull\\P\\\\ alevm P.AM Vice oorWnMplovllmCompany& - Vice Pecsidmt of NocthAmerican specialty Insureace Conpany IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington Intemational Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of February 20 02 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of DuPage ss: 25 day of February 20-H— before me, a Notary Public, personally appeared Paul D. Amstutz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Sr. Vice President of Washington Intemational Insurance Company & Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as officers of, and acknowledged said instrument to be the voluntary act and deed of, their respective companies. OFFICIAL SEAL OFFICIAL A S A EL .w u,+c, n "°"�` "°' Yasmin A. Patel, Notary Public I, James A. Carpenter , Vice President & Assistant Secretary of Washington Intemational Insurance Company and the Assistant Secretary of North American Speciality Insurance Company, M hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26tlgay of September , 2003 . Jvmc A Cvrpemer, Vim Pmide t &.bdrbm Seem., of Wvv6lnenn Ime,nvaonvl rnvvvnn Cempvm' & Aida..[ Scerelery vfN.Mb Ametlnn Specivlly Inrvnnu Co.,, 0 POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ENDORSEMENT Coverage for acts of terrorism as defined in § 102(1) of the Terrorism Risk Insurance Act of 2002 ("the Act") is already included in this surety bond. You should know that, effective November 26, 2002, under your existing coverage, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. The portion of your annual premium that is attributable to coverage for acts of terrorism is As your insurance/surety company we are sending you this notice to comply with the Terrorism Risk Insurance Act of 2002. For questions regarding this notice please visit our website www.nassurety.com or you may call our office at 630- 227- 4825. REV: 2/03 agent notice RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Ci Clerk '141V-'.:'_2 ".%3 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, County of Orange Tom Daly, Clerk -Recorder 111111I11H11111111111I1f1111llllllllllllllllNllNllIII11111111111N0 FEE 200400020780510:09am 03/15/04 110 67 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recordin fees pursuant to Government Code ection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Mega Way Enterprises., of Covina California, as Contractor, entered into a Contract on September 23, 2003. Said Contract set forth certain improvements, as follows: Big Canyon Reservoir Landscape Improvements (C-3599) Work on said Contract was completed on February 11. 2004, and was found to be acceptable on March 9. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is North American Specialty Insurance Company, VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on /l�1Cfi1 ��i at Newport Beach, California. BYi�( City Clerk • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT c � I Agenda Item No. 7 March 9, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949-644-3311 rgunther@city.newport-beach.ca.us CITY COUNCIL EWPORTBEACH MAR U U 2004 SUBJECT: BIG CANYON RESERVOIR LANDSCAPE IMPROVEMENTS, COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3599 RECOMMENDATIONS: 1. Accept the work. • 2. Authorize the City Clerk to file a Notice of Completion. 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 September 23, 2003, the City Council authorized the award of the Big Canyon Landscape Improvements Contract to Mega Way Enterprise. The project provided for the landscaping and site improvements around the Big Canyon Reservoir (BCR) prior to start of construction of the floating cover for the reservoir. The work included an irrigation system and tree replacement on the northeast side of the reservoir site between the Pacific View Cemetery property and BCR. Screening trees were added between the reservoir and San Miguel Drive. A decorative split face block wall, planters and plantings were installed adjacent to the street right-of-way. 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: $283,995.00 Actual amount of bid items constructed: 283,995.00 • Total amount of change orders: 24,275.00 Final contract cost: $308,270.00 SUBJECT: BIG CANYON &RVOIR LANDSCAPE IMPROVEMENTS, CONTR` NO. 3599- COMPLETION AND ACCEPTANCE March 9, 2004 Page 2 Funding Availability: The final construction cost including change orders was 8.55 percent over the original bid amount. Three change orders in the amount of $24,275.00 were issued for the project as follows. Change Order 1 for $10,550.00 provided for an additional 1,620 feet of electrical conduit and 5 pull boxes. Change Order 2 for $10,181.00 provided for an additional 1,462 feet of schedule 40 irrigation pipe, modifications to the wall cap and miscellaneous extra work. Change Order 3 for $3,544.00 provided for the additional repair of sidewalk along San Miguel Drive and for increased irrigation lateral size. Funds for the project were budgeted in the following account: Description Water Enterprise Fund, BC Reservoir Account No. Amount 7503-C5500690 $308,270.00 The original contract completion date was February 2, 2004. The contract was extended 7 working days for the change order work. All work was completed by the revised completion date of February 11, 2004. Environmental Review: A Negative Declaration in accordance with the California Environmental Quality Act (CEQA) has been prepared and approved by the City Council on June 27, 1994. An environmental document in accordance with the NEPA will be developed by EPA as part of the implementation of the grant program. Public Notice: Not Applicable. Prepared by: R. Gunther, P.E. Construction Engineer Submitted by: 0 pFien G. Badum /Pu Ii'Works Director • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK L.aVonne M. Harkless, CMC March 10, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: 1) Balboa Island Pavement repair, Phase III — Crystal, Abalone North of Park Ave. (C-3648); 2) Big Canyon reservoir Landscape Improvements (C-3599) Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincerely, iml LaVonne M. Harkless, CMC City Clerk Enclosures 3,300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us �J RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 0 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Mega Way Enterprises., of Covina California, as Contractor, entered into a Contract on September 23 2003. Said Contract set forth certain improvements, as follows: Big Canyon Reservoir Landscape Improvements (C-3599) Work on said Contract was completed on February 11. 2004, and was found to be acceptable on March 9. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is North American Specialty Insurance Company, VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed onGi BY (-Yl City `lerk at Newport Beach, California. CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS 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 2:00 p.m. on the 13th day of August 2003, at which time such bids shall be opened and read for BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS Title of Project Contract No. 3599 $299,000 Engineer's Estimate =0 p'fien G. Badum is Works Director Prospective bidders may obtain one set of bid documents for $ 25.00 from the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor General "A" License required for this project. For further information, call Michael J. Sinacori, Project Manager at (949) 644-3342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover TABLEOF CONTENTS.................................................................................................. 2 INSTRUCTIONS TO BIDDERS..................................................................................... 3 BIDDER'S BOND............................................................................................................ 5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ........................................... 7 NON -COLLUSION AFFIDAVIT..................................................................................... 11 DESIGNATION OF SURETIES.................................................................................... 12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL. 13 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 15 INFORMATON REQUIRED OF BIDDER...................................................................... 16 NOTICE TO SUCCESSFUL BIDDER.......................................................................... 19 CONTRACT................................................................................................................. 20 LABOR AND MATERIALS BOND................................................................................. 26 FAITHFUL PERFORMANCE BOND............................................................................. 28 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 TECHNICAL SPECIFICATIONS.................................................................................T-1 2 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 INSTRUCTIONS TO BIDDERS 1. 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 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. 3 0 0 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. 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. 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. ? ?R q)&q A, g, Uro �l -7 Contractor's License No. & Classification VIA F �w Authorized Signature/Title , l Date 0 0 Bond# 163 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 BIDDER'S BOND 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 bid amount ----------------- Dollars ($ 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 BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS, Contract No. 3599 in the 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 fats to duly enter into a execute the Contract Documents and provide the required original insurance documents for t m E construction of the project within thirty (30) days (not including Saturday, Sunday, and Fede o E xN. holidays) after the date of the mailing of "Notification of Award", otherwise this obligation sh become null and void. $ Fon �B If the undersigned Principal executing this Bond is executing this Bond as an individu it is agreed that the death of any such Principal shall not exonerate the Surety from i < r o y obligations under this Bond. ' S Witness our hands this 19th day of August , 2003. Mega Way Enterprises Name of Contractor (Principal) Authorized Signaturerf-Itle North American Specialty Insurance Company Name of Surety 701 S. Parker #3800 Orange, CA 92868 Address of Surety (714) 550-7799 Alm t!21 f Authorized Agent Signature Matthew R. Dobyns Attorney -in -Fact Print Name and Title Telephone State of � - County of (Notary acknowledgment of Principal & Surety must be attached) Subscribed and sworn to(or affirmed) before me this a( qday ofd Eby Notary Public Signature NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existingunder the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: Les M. Mantle and Matthew R. Dobyns jointly or severally its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 241h of March, 2000: "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shalt be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. By Paul D. A—ror, Prnldem&Chief Erennve nRmrofWvrbingmnlnlernanuml lnsuraott Cumpauy& O f �y�.•XYZ' Vire PrmiMm of Nur16 Amrriran Speupy insunuce Cumpvny �CORPORATE,� Q., 3 =i SEAL io ��,.,y N1J10tU . aac s4 ? . Sleven P. A.&.., Sr. Vice President of Wnsbinetw lnlernJlonJ lvxunntt Cumpvny S' ,*nes }`",, Vlec P cud.t of Non\ Amefun Specialty Inaunnce Compvny M WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25 day of February 2002 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County ofDuPage ss: 25 day of February 2002 , before me, a Notary Public, personally appeared Paul D Amstutz , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instrument to be the voluntary act and deed of, their respective companies. OFFICIAL SEAL �2�az.-�,.d,r7 C[ ��•1�� YA$M1N A EALL (f ren,wrr�<..e rzos,ur�on M `"rYYO"."""" Yasmin A. Patel, Notary Public I, James A. Carpenter , Vice President & Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. }}� IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this � 9 tray of August03.3 Jame A.Carpe., Vire Preidcm& All'W Scenlvry or .hi.e.. IJerovamal Insurance Company& Aa6tmrl Snnlary orN.dh Ara Ac.. spedality Imunou Cumpuy STAT'F- OF 0 0 California COUNT'YOF Orange On 8/19/03 before me, Les Michael Mantle — Notary Public PF-RSONALLYAPPFARFD Matthew R. Dohyns personally known to inn XXMXEM to be the personX-) whose nante(lo isljEKsubscribed to the within instrument and acknowledged to me that hel.% executed the stun in hivIK>WU authorizer) capacif)CW and drat by hivaEjam signaaveglon the instrument the person(.$ or the entity upon behalf ol'whir'h the personW acted, executed the instrument. W17NESS my hand and o.Xcial seal. Sigattaire OPTIONAL deseeeaeses.4..s..+.Nwe+oo+.seot000aaao LES MICHAEL MANTLE r COMM # 1318355 W NOTARY PUBLIC - CALIFORNIA M Q ORANGE COUNTY My Commission Expires Aug. 19, 2005 ooeo......ee.oee+a.ee.eeo.c.w.eocoes...Y This area for Oficial 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICER TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL )ki ATTORNEY-IN-FACT ❑ TRUSTEE(S) CI GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: IIAIAE OF PERSOmISI OR ENIM(IES) North American Specialty Insurance. Company NUMBER OF PAGES DATE OF DOCUMENT ID-1232(nEv. srol) ALL-PURPOSE ACKNOWLEDGEMENT P L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 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. (Use additional sheets if needed) Subcontractor's Name, Address, Telephone Number Bid Item Number Description of Work Percent of Total Bid JU .-.Signature/Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form. Please print or type. FAILURE OF THE BIDDER TO` PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number kuiL /1y&na, (%NiAoe go, ► 1'eGtux'o [.Kltd5` pe -o Project Description jUbfJ.1Q,� Ialo��,%p�iP.--n`Y-147­0 d2L2L/!2-ie Approximate Construction Dates: From 3"11— To: 7 —1 Gj� o '2— Agency Name Contact Person Iry a0 Telephone 01 ^gyp ;L 36, 7 2t �O A, Original Contract Amount $ 100j J 75 . Final Contract Amount $ It final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 2 Wn _ Project Name/Number YQ-1-6 C.&NYOtJ RA'Q-fG L�N nS44/�L� r Project Description Ltmd5ca(2Lnqf� t✓ler*meo.l grvd2.m-eAts Approximate Construction Dates: From 'S onz 31 I-02TTo: w Wo '>- Agency Name n f -q d F Lu ounonn� Contact Person Telephone ocl i{7i' a1 Original Contract Amount $ 99,12q Final Contract Amount $ 8211799 '� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Project Description niet4.leth LAV -5 ' - Approximate Construction Dates: From to/ n Z To: Agency Name v Contact Person V11 Telephone 0 fj � 33 Original Contract Amount $zS*© OA, Final Contract Amount $ If final ar9Punt is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. a Project Name/Number QrckW d Art Project Description F Approximate Construction Dates: From Agency Name h Contact Person !a LCk— �CJ�m�i/�i a Telephone N 1117 D�W-D Original Contract Amount $�c/.q Final Contract Amount $ If fjal aripunt is di. ffere fromoriginal, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/ Project Descri{ Approximate C Agency Name Contact Persoi Original Contra If Und5 C&A G n�� nt is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 9 0 No. 6 Project Name/Number 19)D_ �ryIle, P,"k, Project Description i2SVhYAOrJ42- Approximate Construction Dates: From To: Agency Name Contact Person 61Y V Q TelephonAXO Original Contract Amount Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims agr3inst ypu/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. ao-a of ct -�O �00� D -1� 07wo q S a i . Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Me BiddeV V Authorized Signature/Title Pr'e5ICie& 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of ) ` 6 (h 0� , being first duly sworn, deposes and says that he or she is VI"p � of ASG rn JA)pj�,, ]j zanc,eh, the parry making the foregoing bid; that the bid is not made in the inferest 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 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. i8 c��ef Authorized Signature/Title Y2$1 d Subscribed and sworn to before me this „2 day of L-. 2003. SEAL] ETT. _ __ Notary Public ggp.DT. FARAH Tj dCommisaionik13t0 1 '< Notary Public - CalitOMie 5 My Commission Expires:, /< D .Z f ,_ o r —• � t.oa Mgalas County My Comm. Expires Jul 24,20M 11 Bidders CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 DESIGNATION OF SURETIES Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): u( jo' Jbinn'S l�ln5urahr� (o�� �0 ,dc�j 0"g�flr6 Cam • (�,4 h ; Po oars G Coa �o-a vim- 33 s I LPh u' Irf " c_ alk'Wv M CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 CONTRACTOR'S INDUSTRIAL SAFETY RECORD pp TO ACCOMPANY fl - PROPOSAL Bidders Name gerno U Y/YY� �`l�✓eh Record Last Five (5) Full Years Current Year of Record i The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2002 2001 2000 1999 1998 Total 2003 No. of contracts r_ 30 Total dollar Amount of Contracts (in Thousands of $ No. of fatalities No. of lost Workday Cases /b i A ion No. of lost workday cases involving permanent ADr r. transfer to another job or termination of employment i The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 13 0 0 Legal Business Name of Bidder M WaifnyPr,y Business Address: q)q ¢ rj, ! h ht • ColtIgAj('/EAl7vz' Business Tel. No.: State Contractor's License No. and / Classification: Title ad - prru,d,,,,f The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signat Signature of bidder Date Title Signature of bidder Data Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. Lff bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of_the--- corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. . state of e" g� County of 4a R s Subscribed and sworn to(or affirmed) before me this 2r Y day ofZp-s by 14 '�TNoWy Public Sigrature 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 ACKNOWLEDGEMENT OF ADDENDA The bidder shall signify receipt of all Addenda here, if any: Addendum No. I Date Received I Signature 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation:I�LP1n �j Business Address: 4) qk� /�• A-7JJhAr ho _ (',AUI km An A171� • • • •- i ,i 1, ► o .0 mo California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued:kl�(J 0 Expiration Date:X30 - b 4 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone _�I •P/1'YP. .SGiLI_�_- QI'ph I c�-ei�i' ' � I�1 �, �'� • % �' 3 35885 tiVL � J?�� Corporation organized under the laws of the State of (�A 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: .ti All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Are any claims or actions unresolved or outstanding? Yes (Na 17 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Pferyp <,A6[4 (Print name of Owner or President of Corporation/Company) Infan4rx�r1(76 Bidder r Authorized Signature/Titler�_CXCk0n_t_ `Yes► dervi- TitleT QI,/O 3 Date Subscribed and sworn to before me this oL • ` t day of 2003. [SEAL] � ASAD T. FARAH Commission 01310883 d Notery Public - Ce1it0mis Los Angeles County My Comm. moires Jul 24, 2P i[] 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. 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. 19 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 CONTRACT THIS AGREEMENT, entered into this 9th day of September, 2003, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Mega Way Enterprises, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS Contract No. 3599. The work to be done under this contract consists of the construction of a new masonry block wall along San Miguel Drive, drainage ditch, chain link fencing replacement, landscaping and irrigation on San Miguel Drive and the Big Canyon Reservoir site. 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. 3599, 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. 20 0 9 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 two hundred eighty-three thousand, nine hundred ninety-five and 001100 Dollars ($283,995.00). 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 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644-3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Mega Way Enterprises 919'/2 N. Azusa Avenue Covina, CA 91722 626-339-8899 Fax: 626-339-8859 Contractor, by executing this Contract, "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 original 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 21 0 0 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 0002 (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 0002 0287 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. 22 0 0 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, agents, officials, employees, design engineer, Tetra Tech, Inc., 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. ii. 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, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 6. Right to Stop Work for Non -Compliance City shall have the right to direct 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, representatives, and design engineer, Tetra Tech, Inc. 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 and the design engineer, Tetra Tech, Inc., 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 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 0 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 .nA vcor fire# umiHen �hnvc CITY OF NEWPORT A Municipal 9prporat SM APPROVED AS TO FORM: MEGA WAY ENTERPRISES LA •' /Authorized Signature and Title 25 Oct 17 03 09:34a 10/16/2003 17:06 mega way 88848314• 626 3398859 p.3 FEATHER • PAGE 01/02 6GOW. CERTIFICATE OF UABIUTY INSURANC r1 I °Ai,' UP""'m PAOpIRL[ Powers a C=Wany Insurance Agents a Drokars P. 0. Bax 619043 Lie #0902564 Roseville CA 95661-9043 Phones916-630-8643 Pax=800-783-0083 N TE ISSNEO A MA OF ■R'OHA ONLY AND CONFERS NO RIGHTS UPON THE CERTWICATE HOLDER TNM CERTIFICATE DOES NOT AMEND. EXTEND OR ALWM THE COViRA06 AFiOMED 9Y THE POUCM BELOW. INStHA1R�OROBlGCRAGE Waste? 1/e Lighting DDA -Vega May Yat 2X. ovina CA Ursa Aw M99 2 slate A Western 9erits" Ina Cc sa$aws: • InaTaance Cot®any suwsao: sauswa w9U10� E �: 1 aT1 -1 IME POLclu OF PauRAm E Law$FLOWMMa 9M aum TO/KM&TMaO Mees AMM FOR TE POLRrPEMa00aM50EB. NOTOWN"AmEri AMT ftMpeeMT, TEAM OM CONONOM OF AEwCONOUeT OR OTHM OQCMWT WW" FAMPEOT TOWM TUO OWWW"M MMI$ MED OR MMPERTARLTM6 MMRAMM ANPI®aTl1E POaC!$OpgIeEOMaEN MOUSAMTOALLM TOM Excud NaAmcomemomsOPux" POLriEi. Ar.REWTs l$MI6 eats aArMIWE OEdiMaM10ED erMOCUse. T`:PEOP $atI1M11R POInr NIeeP LOM A saesALLuaam ; COAeHlO4OilMPAWWTr CLAMMAOE (]OCCUR I Owner/Cont Prot. SCP0475723 06/12/03 06/12/04 P046CMNWJCE 61,000,000 flMsawLeExWer+e.l •100,000 /9 upWTavPPeN 61.000 PER$OMM.ARMIRAW 81,000,000 CBA9W AOARiATE 52,000,000 am AOOR$GTE La$T MUM rER M= F I '. LDC PMOaICA-Go~ Am $2,000,000 Aursrose.$LMaem AWAMUTO Auu AUTO AMTO$ so"EDKMMMe$ WRWAVMM NOMM4MMMDAOTO$ INSURANCE O / OATair PR M.ANAG R coca ar:DLsu $ rawer e DIMMAM! $ GUAO Lt " AMr AMID p AMTOONLr-$AACCOE1R 5 OTWR7,:M1 MACC 5 AIROOMLY. AM 5 D "AMLMesm OCCUR MMAMMM Omucrou . •. ME1ENt10M s XL16734 07/25/03 06/12/04 L40M000UPJWKE $1,000,000 OwTE 8110001000 5 e $ IRMPLW NLeEN$ATIDNAND kyLOYEIe' LM$AT' TORr IR$T! LL $1101 ACCOEN{ 5 EL 016$ATE •EA 8 EL d5EAK-POLICY 1Mc $ OTHER OE$OUPTOaOF OPMATOMgAGapIR�ADDED RBIDOMMEMPU POLm, PMOVAI M$ Certificate holder, it's offiears, Its Officials, employees and volunteers are shown as Adaitionai Inured but only with respect to liability &rising out of operations per£orned by need ineared. RR: Dig Canyon Reaevior Laadecape a site imp Contract 0 3999 Ravised 30-16-03 CITTOPa CSTT or MRNPORT DYACS, POBLIC WORKS DYPT. ATSX: SYARI ROOKS PAT 626-339-8859 3300 MICKPORT BLVD 9BwPORT BRACH CA 92663 BATE a1aRmP, TlcsasM6 ee1welwu eraavOnTnrm 10 OAraMaRp1 Monc6totrawnanLTEMaAs■.Emmn�ELar,serFAtuR6toso5osxALL i MP05E MOOCULaeMOR 15AwAYOF M W KMDWOM TMEea1MMIL Rs AC[MT3 OR Oct 17 03 09:34a mega way 10/16/2003 17:06 888483140 )POLICY NUMBER: SCP0475723 626 3398859 p.4 FEATHER • PAGE 02/02 COMMERCIAL GENERAL LIABOSTY CG 20 1010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifie insurance provided under du following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE New of Pamoet or Orgarhaation: City of Newport Reach, its officer, its officials, employees and volunteers Public Worts Dept 3300 Newport Blvd. NewpM Behheh, Ca 92658 RE:Big tasyoa Reamer Landscape d_ site improvement Contract # 3599 (If no entry appears above, information required to complete this endotsemmt will be shown in the Declarations os applicable to this endorsement.) A. Section R - Who la An Inured is amended to mclade as an assured the Person or otganiestion shows in the Schedule, but only with respect to liability arising out of your ongoing operations perknmd for that nsrred. B. With respect to the insurance afforded to these additional insureds, thefodowing mclmion is added: 2. Enhtsions This tonansece does rat apply to bodily u0ury" or "progeny darmge" om°riog atkr: CG 2010 10 01 Copyright, ISO Properties, Inc., 2rloorage 1 of 1 (1) All wank, including saaterials, pans or equipmrnt furnished in cowtccuos with such wait' on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insotad(s) at On site of the covered operationshas been complecdi or (2) That potion of "your work" otit of which the injury or damage arises has been put to is intended use by any person or orptimaboo other than another contractor or subcoaraetor taegaged in pafomtng operations for a principal as a part of the same project. ACORD CERTIFICA-* OF LIABILITY INSU WCF,.CSR�R DAoioi6iD3 IRODUCER THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION Johns Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE License #0589663 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. BOX 660339 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.rcadia CA 91066 Phone: 626-445-7030 INSURERS AFFORDING COVERAGE NSUREO INSURER A: Mercury Casualty C as FIRE DAMAGE (My one fire) $ INSURER B: 9 i INSURER Mer II,,lghting, Inc. 919 IN N Azusa Ave Covina CA 91722 INSURER D; INSURERE: ' OVERAGES r�o0 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY CATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THWO" E 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 4SR ,TR TYPE OF INSURANCE POLICY NUMBER POLICY EFF THE DATE MAID POLICY EXPIRATION DATE (MMIDDIM LIMITS GENERAL LIABILITY "- - .A-.CKOCCURRENCE $ FIRE DAMAGE (My one fire) $ COMMERCIAL GENERAL LIABILITY GYMS MADE ❑ OCCUR MED EXP (Any one Person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OP AGG $ POLICY °Ea F7 LOC A AUTOMOBILE LIABILITY MY AUTO AC11042384 07/17/03 07/17/04 COMBINED SINGLE LIMIT (Eaamident) $1 ,000,000 BODILY INJURY $ (Per person) X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per accident) X X HIRED AUTOS NON -OWNED AUTOS X Uninsured Motoris ACLI042384 MMLT$25/50000 07/17/03 07/17/04 PROPERTY DAMAGE (Per woldent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO _..- AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR FICLAIMS MADE p� (. F INS�JRAU E APPR©y AGGREGATE $ a DEDUCTIBLE $ RETENTION $ D E $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY LIMITS ER .L. EACH ACCIDENT $ EL. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT 1 $ OTHER JESCRPTION OF OPERATIONS4.00ATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS *10 day notice of cancellation in the event of non-payment.City of Newport Beach its officers, agents, officials employees & volunteers are named as additional insured as respect to insured's use of owned, leased, hired or borrowed vehicles. :.ERTIFICATE HOLDER I Y I ADDITIONAL INSURED; INSURER LETTER: _ CANCELLATION City of Newport Beach Attn: Public works Dept 3300 Newport Blvd. Newport Beach CA 92658-8915 NEWPRTB I SHOULD ANY OF THE ABOVE DESCRIBED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3-0-*- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, RS AGENTS OR REPRESENTATIVES. From: Norma Reveles To: Sherri Rooks Date: 10/17/2003 Time: 10:33:46 AM STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 GOM►CNs,kTI ON IHSNRAHC9 FUNDICERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE; 1C-16-2003 CROUP. POLICY NUMBER: 1.592618-2603 CERTIFICATE ID: 6E CERTIFICATE EXPIRES: 07-01-2004 07-01-2003;07-01-2004 CITY OF NEWPORT HEACH PUBLIC WORKS DEPT 3300 NEWPORT BLVD NEWPORT BRACH CA 92656-8915 This is to certify that we have issued a valid Workei s Compensation insurance policy in a forth approved by the California Insurance Commissioner to the employer named below for the policy period Indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this Policy be Gfnceilled prior to ile normal expiramon This certificate of insurance is not an insurance policy and does not amend, extend or altar the coverage afforded by the policies listed heroin. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued a may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. eRECiCFNT EMPLOYER'S LIAETLT-'Y LIMIT INCLUDING DEFFNSE COSTS: 51,000,000 PER OCCURRENCE ENDORSEMENT #0015 ENTITLED ADU1'1'13NAL INSURED EMPLOYER EFFECTIVE 10-16-2003 IS ATTACHED. TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITICNAL :NSURED: CITY OF NEWPORT BEACH ENDORSEMENT 41600 - PIERRE S SAAD PRES,SEC,TRES - EXCLUDF,D. ENDORSEMENT 02065 ENTITLED CERTIFICATE ROLOERS' NDTT7F EFFECTIVE 07-01-2001 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 10-15-2003 IS ATTACHED TO AND FORMS A PART OF TIIIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH CMPLO9ER MEGA LIGHTING,INC 919 1/2 N AZUSA AVE COVINA CA 91722 Page 2 of 2 luu',Sul P"WIn 10.16 ,l s SGF IM69E A=Wlsnf<,elYepy Fynu Mo. faimw f"i iee4e'OFFICIA/ STATE FUND DOOLWHr PAGE 1 Oft OCT -15-2003 WED 01:06 PIMA CAL SURANCE FAX N0, 7149391654 Fax #: to 1 r- • • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: Date Completed: Sent t Company/Person required to have certificate: GENERAL LIABILITY A, INSURANCE COMPANY: B. AM BEST RATING (A: VII P. 01 Dept./Contact Received From: t1,%_✓I 1 S o: S_f_\Llt By: (1-1 f6 Q J C. ADMITTED Company (Must be California Admitted): Is Company admitted in Califomia? ❑ Yes kNo D. LIMITS (Must be $1M or greater): What is limit provided? a rn i E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? grYes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its r�lin officers, officials, employees and volunteers): Is it included? 5 WYes ❑ No �V G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ❑ Yes jkrNo H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ❑ No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. IL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: 111 B. AM BEST RATING (A: VII or greater): xT T C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes ❑ No D, LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? Ml E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ,Yes ❑ No F, PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): / Is it included? n! 6�-- ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail: per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes - No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes )� No 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, Newport Beach, California 92663 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. 3599 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, Demobilization and Cleanup @ 5 iu I Y P46 Thov�w�lbollars and 2e(2 -o Cents $ 0 Per Lump Sum 2. Lump Sum Furnish and Install Masonry Block Wall, Planter Box and Drainage Ditch IN @(ane lftun it,-546ollars and _ 1 �0� Cents $ Ib oo '' $ G C Per Lump Sum 3. 214 L.F. Furnish and Install Chain Link Fencing and Gate p n CVI k h Q rye ci'uti e �M`ti, @SwP1rt}Dollars and -2 Cents Per L.F. PR -1 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Furnish and Install Landscaping ihi rkvj(nne T�XiVsE�lGi @ P-qI* Va560En"r(,l ollars and r1� Cents Per Lump Sum 5. Lump Sum Furnish and Install Irrigation System Thlru)SF,, p—lThc�DSAT l @ 4 Dollars and 2� cc> Cents Per Lump Sum 6. Lump Sum Furnish and Install Access Road @ lhtr+Ch'Thovtldi�LDollars and Cents Per Lump Sum 7. Lump Sum Demolition @ I n hp�5a, hGH Dollars and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS h and ::ZA2,�Y-D Cents Date $ 37, Soo. $ t7 $ tz Dollars $ Z83,gK 05 Total Price (Figures) MM c4yunt,� lea r Bides Bidder's Telephone and Fax Numbers Bidder's Autho " Signature and Title Bidder's License No(s). Bidderg Address and Classification(s) PR -2 0 Mega Way Enterprises License 9 779869 ON-SITE CONSTRUCTION SUPERINTENDENT: Pierre Saad An electrical engineer with over 20 years experience in the general construction industry with an emphasis in electrical work. Supervised and assigned various tasks of projects to personnel. Projects completed have been from installing lighting at the Manhattan Beach Pier, Parking lights in the city of Chino, street lighting in Riverside to street medians, park equipment and also, landscaping. He takes pride in the completion of his projects and is committed to perform top quality workmanship. 919-1/2 N. Azusa Avenue Covina, CA, 91722 Phone: 626-339-8899 Fax: 626-339-8859 • • Page: 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CONTRACT NO. C-3599 DATE: August 7, 2003 TO: ALL PLANHOLDERS Notice Inviting Bids - The bid opening date shall be revised from Wednesday, August 13, 2003, 2:00 pm and changed to Wednesday, August 27, 2003, 2:00 pm. PLANS 1. Drawinq C-1 — For replacement of the existing chain link fence per City Std Dwg 230 -L-A, fencing shall have either black or tan vinyl insert slats into the fabric mesh. Color to be selected during shop drawing submittal. 2. Drawing S-1 — Under Masonry Notes, Note 1, Delete the following, "Blocks shall be tan with split -face texture to match existing concrete block wall located at the reservoir entrance on Pacific Drive'. Replace with the following: "Blocks shall be dark brown such as Angelus split -face "Oak" with a light cap such as Angelus precision block 'Warm Gray' or equal. The cap block shall have a 1 inch reveal on the side facing San Miguel Drive." f:\users\pbw\shared\contracts\fy 02-03\big canyon reservoir landscape c-3599\addendum.doc l • Page: 2 of 3 3. Drawing S-1 — Detail 1. The cap block shown at the top shall have a 1 inch reveal. The vertical pipe post and three barbed wire strands shall be deleted from the top of the cap block. 4. Drawing L- 6 — Replace existing Drawing L-6 with the revised drawing in this addendum. SPECIAL PROVISIONS 5. Add to Section 02900 at the end of 3.04 PLANTING INSTALLATION a new section E as follows: E. Planting of Groundcovers: 1. Groundcover plants shall be grown in flats, peat pots, sodded or taken as cuttings, as indicated on the plans. Flat -grown plants, (rooted cuttings), shall remain in those flats until transplanting. The flat's soil shall contain sufficient moisture so that it will not fall apart when lifting the plants. If plants from peat pots are used, the pots shall be protected at all times prior to planting to prevent unnecessary drying of the root ball. 2. Unrooted cuttings shall be 10" or more in length. They shall be insect and disease free tip cuttings from healthy, vigorous and strong -growing plants. Mature or brown -colored stem growths or cuttings which have been trimmed or rooted before planting will not be accepted. Cuttings shall be planted not more than two days after cutting and shall not be allowed to dry or wither. 3. Groundcover shall be planted in straight rows and evenly spaced, unless otherwise noted, and at intervals called out on the drawings. Triangular spacing shall be used unless otherwise noted on the drawings. Plants shall be located a minimum distance of % the spacing distance from adjacent paving, curbs, or other edges. 6. Change numbering of Section 02970 — 3.03 IRRIGATION SYSTEM to 3.04 IRRIGATION SYSTEM. 7. Change numbering of Section 02970 — 3.04 FINAL ACCEPTANCE to 3.05 FINAL ACCEPTANCE. f:\users\pbw\shared\contracts\fy 02-03\big canyon reservoir landscape c-3599\addendum.doc • • Page: 3 of 3 8. Add to Section 02970 —3.03 GROUNDCOVER CARE as follows: 3.03 GROUNDCOVER CARE A. Weed Control: 1. Control weeds, preferably with pre -emergent herbicides, but also with post —emergent systemic herbicides. Hoe weeds as little as possible since this may result in plant damage. Take care not to overspray post -emergent herbicides onto groundcover plants. B. Watering: 1. Water enough that moisture penetrates throughout the root zone and only as frequently as necessary to maintain healthy growth. Attention shall be given to plant material type, watering requirements, solar orientation and topographical variances when setting controller station times. 2. Operate irrigation system to maintain a uniform moist condition until the root structure develops to a depth of 12". Thereafter reduce watering schedule to produce a deep-rooted groundcover with healthy growth. C. Remove trash in groundcover areas weekly D. Edge groundcover to keep in bounds of planting areas and trim top growth as necessary to achieve an overall even appearance. E. Replace dead and dying plants at the Contractor's expense. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. f:\users\pbw\shared\contracts\fy 02-03\big canyon reservoir landscape c-3599\addendum.doc 0 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS SP -1 1-2 DEFINITIONS SP -1 SECTION 2 SCOPE AND CONTROL OF THE WORK SP -1 2-6 WORK TO BE DONE SP -1 2-9 SURVEYING SP -2 2-9.3 Survey Service SP -2 2-9.5 Survey Monuments SP -2 SECTION 3 CHANGES IN WORK SP -2 3-3 EXTRA WORK SP -2 3-2.2 Payment SP -2 3-3.2.3 Markup SP -2 SECTION 4 CONTROL OF MATERIALS SP -3 4-1 MATERIALS AND WORKMANSHIP SP -3 4-1.3 Inspection Requirements SP -3 4-1.3.4 Inspection and Testing SP -3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK SP -3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK SP -3 6-7 TIME OF COMPLETION SP -4 6-7.1 General SP -4 6-7.2 Working Days SP -4 6-7.4 Working Hours SP -4 6-9 LIQUIDATED DAMAGES SP -4 6-11 SEQUENCE OF CONSTRUCTION SP -4 6-11.1 Sequencing Construction SP -4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR SP -5 7-5 PERMITS SP -5 7-7 COOPERATION AND COLLATERAL WORK SP -5 7-8 PROJECT SITE MAINTENANCE SP -5 7-8.5 Temporary Light, Power and Water SP -5 7-8.6 Water Pollution Control SP -5 7-10 PUBLIC CONVENIENCE AND SAFETY SP -5 7-10.2 Storage of Equipment and Materials in Public Streets SP -5 7-10.4 Safety SP -5 7-10.4.1 Safety Orders SP -5 7-15 CONTRACTOR LICENSES SP -6 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS SP -6 SECTION 8 FACILITIES FOR AGENCY PERSONNEL SP -6 SECTION 9 MEASUREMENT AND PAYMENT SP -6 9-3 PAYMENT SP -6 9-3.1 General SP -6 9-3.2 Partial and Final Payment SP -7 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS SP -7 201-1 PORTLAND CEMENT CONCRETE SP -7 200-1.1 Requirements SP -7 201-1.1.2 Concrete Specified by Class SP -8 201-2 REINFORCEMENT FOR CONCRETE SP -8 201-2.2.1 Reinforcing Steel SP -8 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK SP -8 300-1 CLEARING AND GRUBBING SP -8 300-1.3 Removal and Disposal of Materials SP -8 300-1.3.1 General SP -8 300-1.3.2 Requirements SP -8 300-1.5 Solid Waste Diversion SP -8 0 0 SECTION 302 ROADWAY SURFACING SP -9 302-5 ASPHALT CONCRETE PAVEMENT SP -9 302-5.1 General SP -9 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION SP -9 306-1.1.1 General SP -9 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION SP -9 308-1 GENERAL SP -9 TECHNICAL SPECIFICATIONS 2810 Landscape Irrigation T-1 2900 Landscape Planting T-17 2970 Landscape Maintenance T-27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BIG CANYON RESERVOIR LANDSCAPE AND IRRIGATION FACILITIES CONTRACT NO. 3599 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. W -5295-S); (3) the City's Standard Special Provisions and Standard Drawings for. Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction ("Greenbook") (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 1 --- TERMS. DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 DEFINITIONS. Add to this section: "Design Engineer - Tetra Tech, Inc. 16241 Laguna Canyon Road, Suite 200 Irvine, California 92618 Attention: Mr. Steve Tedesco, P.E. (949)727-7099 (949) 727-7097 Fax" SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE. Add to this section: "Landscape and Site Improvements The work to be done under this contract consists of the construction of demolition of existing chain link fence and asphalt, construction of a new masonry block wall and drainage v -ditch along San Miguel Drive, access driveway, chain link fencing SP -1 0 0 replacement, landscaping and irrigation on San Miguel Drive and Big Canyon Reservoir site." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City's Surveyor will file a Corner Record or Record of Survey with the County Surveyors Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Comer Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property comer monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2-9.5 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractors Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. 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 Contractors 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 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 Subcontractors 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. SP -2 0 0 The markups shown in this section include all home office, overhead and profit including costs for interruption of schedule, extended overhead and delay costs. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. 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 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 retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, 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: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and 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 working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include all removals, installations, adjustments and replacements and abandonments necessary for a complete installation, as shown on the Contract Drawings and as described in the Contract Specifications." SP -3 0 0 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within forty-five (45) consecutive working days after the date on the Notice to Proceed. " It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these 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 supplemental inspection costs of $65.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the forty-five (45) working days specified for completion of the work, as adjusted in accordance with subsection 6-6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the downtime of the potable water reservoir. 6-11 SEQUENCE OF CONSTRUCTION 6-11.1 Sequencing Construction. The Contractor shall prepare shop drawing submittals in accordance with these Special Provisions and the Standard SP -4 0 0 Specifications. The contractor may work simultaneously on construction improvements along San Miguel Road and on the Big Canyon Reservoir site. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Delete the first sentence and replace with the following: "The Contractor will be required to obtain a no fee City of Newport Beach Encroachment Permit prior to the start of work. An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City five working days notice of the time he desires the shut down of facilities to take place. 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the 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, chemicals 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 reservoir, any catch basin, Newport Harbor, the bay, or the ocean." The Contractor will be required to comply with the City's NPDES permit. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction equipment and materials shall not be stored in streets, roads, or sidewalk areas. The Contractor may store equipment and materials within the contractor's storage yard off Pacific View Drive and the entrance to Big Canyon Reservoir, and near San Miguel Drive inside the Big Canyon Reservoir fenced area, per the City's direction. Contractor will restore all areas to its pre - construction condition. The Contractor shall under no circumstances use residential tract streets adjacent to the project site for stockpiling construction materials or equipment or for access to the work site." 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. SP -5 E 0 The right of the Engineer or the City's Representative to conduct 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." 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORD/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, 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 up-to-date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As -Built" corrections upon a copy of the Plans. The "As -Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 8 — FACILITIES FOR AGENCY PERSONNEL No facilities will be required for the City personnel. SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place 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 other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, clearing and grubbing of planted and other work areas, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during construction. This item also includes any costs incurred for securing bonds, insurance permits and financing prior to SP -6 0 0 beginning the construction work. Payment schedule for this item shall be per Public Contract Code (See Section 9-3.2) Item No. 2 Furnish and Install Masonry Block Wall, Planter Box and Drainage Ditch: Items shall include masonry block, grout, concrete footings, barbed wire fencing, drainage v -ditch, earthwork, excavation and compaction, necessary to install the complete system in place. Item No. 3 Furnish and Install Chain Link Fencing and Gates: Work under this item shall include furnishing and installing material including, but not limited to, chain link fencing around the reservoir perimeter and the site perimeter, fence posts, screening, gates, and all other work necessary to install the facilities complete in place. Item No. 4 Furnish and Install Landscaping: Work under this item shall include furnishing and installing planting materials including but not limited to trees, staking, soil amendments, fertilizer as shown on the drawings, and all other work necessary to install the facilities complete in place, including reproducible record prints as per the specifications. Item No. 5 Furnish and Install Irrigation System: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, PVC pipe material, excavation and backfill, sprinkler heads, irrigation control valves, controllers, and all other work necessary to install the facilities complete in place. Item No. 6 Furnish and Install Access Road: Work under this item shall include construction of new driveway, DG access road, redwood header, and replacement of existing driveway with sidewalk, and all other site work necessary to install the facilities, complete in place. Item No. 7 Demolition: Work under this item shall include removal and disposal of existing chain link fence, gates, asphalt as shown on the drawings. Contractor shall be responsible for all disposal costs in accordance with City and State regulations. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements. Add to this section: "Concrete mix design shall be subject to review and approval by City of Newport Beach." SP -7 0 0 201-1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560-C-3250, Type V unless otherwise specified." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 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. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300-1.3.2 Requirements (c) 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 two (2) inches." And replace the words 1 %2 inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that 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 total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SP -8 0 0 SECTION 302 ---ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: `The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks '/<-inch or greater in width shall be cleaned and sealed with a hot -applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.1 General. Add to this section: "Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off-site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL. Add to this section: `The Contractor is responsible for protecting in place existing trees at the reservoir site. The Contractor shall arrange for any necessary coordination with the City's Urban Forester, Mr. John Conway at (949) 644-3083, a minimum of five workdays prior to beginning work. In addition, the Contractor shall coordinate the marking of the existing irrigation pipes and control wiring a minimum of 5 working days in advance by contacting Randy Kearns, Park Maintenance Supervisor at (949) 644-3082, relative to the work performed on-site. All new landscaping and irrigation and subsequent final approval shall be coordinated with the project engineer." F:\USERS\PBW\Shared\Contracts\FY 02-03\Big Canyon Reservoir Landscape C-3599\Big Canyon Landsc Specs Version 2\SPECS C-3599.doc SP -9 0 0 TECHNICAL SPECIFICATIONS 0 SECTION 02810 LANDSCAPE IRRIGATION PART 1 -GENERAL 1.01 SCOPE OF WORK: 0 A. Furnish all labor, materials, appliances, tools, equipment facilities, transportation, and services necessary for and incidental to performing all operations in connection with the installation of "Landscape Irrigation" complete, as shown on the drawings and/or described herein. B. Related work In other sections: 1. Landscape Planting 2. Landscape Maintenance 1.02 QUALITY ASSURANCE AND REQUIREMENTS: A. Permits and Fees: 1. The Contractor shall obtain and pay for any and all permits and all inspections as required. B. Manufacturers Directions: 1. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations: 1. All local, municipal and state laws and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Contractor Responsibilities: 1. A qualified superintendent shall be present on the site at all times during the progress of the work. The superintendent shall be fluent in the English language. 2. The Contractor shall train each person in techniques for making correct solvent and rubber gasket joints prior to their performing work on the site. 3. The Contractor shall protect work and materials from damage during construction and storage. Polyvinyl chloride, (PVC) pipe and fittings shall be protected from dirt and sunlight. 4. The Contractor shall assume responsibility for damage to existing construction and shall restore damaged property to the original condition to the satisfaction of the City. 5. The Contractor shall handle plastic pipe and fittings carefully and store T-1 0 0 undercover to avoid UV or other damage. 6. Immediately notify the City in case of discrepancies. 7. Do not proceed with installation in areas of discrepancy until all such discrepancies have been resolved. If the Contractor provides and installs material or performs work without resolving such discrepancies, the Contractor shall be fully responsible for removing, restocking and re- installation of such areas until all discrepancies are resolved to the City's satisfaction. E. Site Safety: 1. Erect and maintain barricades, warning signs, lights and/or guards as necessary or required to protect all persons on the site. F. Explanation of Drawings: 1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc. as may be required to meet such conditions. Drawings are essentially diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies exist that might not have been considered in the irrigation design. Such obstructions or differences should be brought to the attention of the Landscape Architect. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary to correct these discrepancies. 1.03 SUBMITTALS: A. Material List: 1. The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the drawings and specifications. No substitutions shall be allowed without prior written approval the City. 2. Submittals shall be provided within ten (10) working days from the award of the contract. The complete material list shall be submitted prior to the starting of any work. Catalog data and full descriptive literature shall be submitted. Although equipment on the plans may be different from the examples below, the following is a guide for proper submittal format: Item No Description Manufacturer Model Size(sl 1. Backflow Preventer Febco 860 2" 2. Pop-up Spray Head Rainbird 1806 NA Material list must include all irrigation materials utilized on the project T-2 0 0 including fittings, glue, primer, etc. B. Substitutions: 1. The contractor may submit proposed substitutions for equipment and materials listed on the irrigation plans in the following manner. The landscape contractor shall submit to the Landscape Architect for approval on a separate sheet of contractors letterhead paper the following: a. A statement indicating the reason for making each individual proposed substitution(s). b. Provide descriptive catalog literature, performance charts and flow charts as required for each item the contractor proposes to substitute, including the sales/manufacturer's regional telephone number. C. Provide the amount of cost savings or overage if the proposed substitute item is approved. 2. Substituted equipment of materials installed or furnished without prior approval of the Landscape Architect may be rejected and the Contractor required to remove such materials from the site at his own expense. The City shall have the sole discretion in accepting or rejecting any proposed substitution. 3. No exception taken to any item, alternate or substitute indicates only that the product apparently meets the requirements of the drawings and specifications on the basis of the information or samples submitted. All items must meet or exceed these specifications. 4. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. 5. Manufacturer's warranty is required on any product offered. 6. If, in the opinion of the City, the substitution proves to be unsatisfactory, the Contractor shall remove such work and replace it with the originally specified item at the Contractor's own cost. C. Record Drawings: 1. The Contractor shall provide and keep up to date a complete "record" set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications and the exact locations, sizes and kinds of equipment. These drawings may also serve as work progress sheets and shall be the basis for measurement and payment for work completed. This set of drawings shall be kept on the site and shall be used only as a record set. 2. The Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection and shall be kept in a location approved by the City. 3. Before the date of the final inspection, at the end of the Maintenance Phase, the Contractor shall transfer all information from the record prints to a photo mylar. The mylar may only be procured from the Landscape Architect via a bonded reprographics firm which will pick up the original plans, print them and return the originals to the Landscape Architect's office. The cost of these prints shall be paid to the reprographics firm directly from the Contractor. All work shall be neat, drawn in waterproof ink by a technical ink pen designed specifically for use on mylar material. Work completed in felt tip pen or ballpoint pen shall be rejected because of the non -permanent T-3 0 0 nature of both devices. All work shall be subject to the approval of the City. 4. The Contractor shall verify the needs of the City Inspector or Local City Planning Department as to any requirements for city -required record drawings. The Contractor shall be responsible for providing all drafting and required plans on the required medium to the City Inspector as required. All costs for drafting services shall be borne by the Contractor. This includes all microfilm or other processes the city may deem necessary for record purposes to the satisfaction of the City. The Landscape Architect is not responsible, nor contracted for drafting Contractor record drawings. 5. The Contractor shall dimension from two (2) points of reference the location of the following items. The depth of each item shall also be indicated if required by the City. The minimum height of dimensions and/or notes shall be .10 inch unless otherwise directed by the City Inspector. Provide a "bar scale" on the plan. a. Water Point of Connection, (POC) b. Backflow preventers C. Master valve d. Flow sensor e. Gate or ball valves f. Quick coupling valves g. Remote control valves h. Routing of pressure main line piping, ( dimension max. 100' along routing) i. Routing of control and common wire j. Routing of communication cables k. Pull Boxes I. Other related equipment 6. On or before the date of the final inspection at the end of the Maintenance Phase, the Contractor shall deliver the corrected and completed mylar to the City Inspector. Delivery of the mylar will not relieve the contractor of the responsibility of furnishing required information that might have been omitted from the prints compiled at the site. The Contractor shall be fully responsible for correct record drawings. D. Controller Charts: 1. Record drawings shall be evaluated by the Landscape Architect and/or City Inspector before controller charts are prepared. 2. Provide one controller chart for each controller, unless otherwise directed by the City Inspector. 3. The chart shall show the area controlled by each automatic controller and shall be sized %" smaller than the controller door on all sides. 4. The chart is to be a reduced drawing of the actual record drawings. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be revised and made readable when the final controller chart is completed. 5. The chart shall be at least a 30# presentation bond copy. A differing color shall be used to indicate each valve and the same color used to identify the area of coverage for that valve. 6. When completed and approved, the chart shall be hermetically sealed by a plastic lamination process. The plastic laminating sheets shall each be a minimum of 20 mil. thick. T-4 0 • 7. The charts shall be mounted using Velcro tape. 8. Controller charts shall be completed and approved prior to final inspection of the irrigation system. E. Operation and Maintenance Manuals: 1. Prepare and deliver to the City within ten calendardays priorto completion of construction, hard -covered three ring binders containing the following information: a. Index sheet stating Contractor's name, address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. b. Catalog and parts sheets on every material and equipment installed under this contract. C. Guarantee statement d. Complete operating and maintenance instructions on all major pieces of equipment. e. Equipment list providing the following for each item: • Manufacturer's name • Make and model number • Name and address of local manufacturer's representatives • Spare parts list in detail 2. Provide two (2) manuals, unless otherwise directed by the City Inspector. F. Equipment to be furnished: 1. Supply as a part of this contract the following tools and equipment: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve installed under this contract. b. Two (2) five foot valve keys for operation of gate valves (as required). C. Two (2) keys for each automatic controller. d. Two (2) quick coupling valve keys. e. Sprinklers: (5) — spray head bodies, (5) rotor bodies and (5) nozzles of each type. f. The above equipment shall be turned over the City at the completion of contract work. Before final observation can occur, evidence that the City has received materials must be shown to the Landscape Architect. 2. The above-mentioned equipment shall be turned over to the City at the beginning of the Maintenance Phase. 1.64 PRODUCT DELIVERY. STORAGE AND HANDLING: A. Handling of PVC Pipe and Fittings: 1. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new pipe. T-5 0 1.05 GUARANTEE: A. The guarantee for the irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications, if any, shall be filed with the City prior to acceptance of the irrigation system. S. A copy of the guarantee form shall be included in the Operations and Maintenance Manual. C. The beginning date of the one year guarantee shall be from the written final acceptance date established by the City at the end of the Maintenance Phase. If no Maintenance Phase is included in the contract, the beginning date shall be from the acceptance date established by the City at the end of the Construction Phase. D. The guarantee form shown below shall be re -typed onto the Contractor's letterhead and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials, equipment and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defects in material equipment or workmanship which may develop during the period of one year from the date of acceptance. We also guarantee to repair or replace any damage resulting from the defects, or the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within a reasonable time as determined by the City after receipt of written notice form the City. All repair work shall completed to the satisfaction of the City. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense. We will pay the costs and charges therefore upon demand. Any temporary repairs made by others to keep the irrigation system operable, does not void or relieve the Contractor of his responsibilities during the guarantee period. PROJECT: ADDRESS: LOCATION: SIGNED: ACCEPTANCE: SIGNED: PHONE: PART 2 — PRODUCTS 2.01 MATERIALS: A. General: 1. Use only new materials of brands and types noted on the drawings, specified herein, or approved equivalents. B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping shall be PVC Class 315 for all pipe 2" and larger, and Schedule 40 for all pipes 1-1/2" and smaller with solvent welded joints. T-6 0 2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification D 1784 or D 2241. All pipe must meet requirements as set forth in Federal Specification PS -21-70 (Solvent - Weld Pipe) and meet requirements of Cell Classification 124548. This compound shall have a 2,000 -PSI hydrostatic design stress rating. 3. PVC solvent -weld fittings shall be Schedule 40, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2466. 4. Solvent cement and primerfor PVC solvent -weld pipe and fittings shall be of the type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size C. Schedule or Class d. Pressure rating in PSI e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. Fittings shall be standard weight Schedule 40, injection molded of PVC fitting compound which meets current ASTM D 1784-69 and requirements described in Cell Classification 13454B. Threads required in plastic fittings shall be injection molded. Tees and ells shall be side gated. C. PVC Non -Pressure Lateral Line Pipe: 1. Non -Pressure buried lateral line pipe shall be PVC Class 200 with solvent - weld joints, '/2" shall be Class 315. 2. Pipe shall be made from NSF approved, Type 1, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of this section, all requirements for non -pressure lateral line pipe and fittings shall be the same as that for solvent -weld pressure main line pipe and fittings. D. Threaded Nipples: 1. Threaded nipples shall be standard weight, schedule 80, grey, with molded threads. 2. Assemble threaded fittings using teflon tape applied to male threads only. E. Joint Primer: 1. Type as recommended by manufacturer of pipe. 2. Type IPS -P-70 or equivalent for Flex hose to PVC fittings. F. Joint Cement: 1. Solvent type as recommended by manufacturer. G. Brass Pipe and Fittings: 1. Where indicated on the drawings, use 85% red brass, schedule 40 screwed pipe conforming to Federal Specification #WW -P-351. 2. Fittings shall be medium red brass, screwed, 125 pound class conforming to T-7 • 11 Federal Specification #WW -P-460. 3. Assemble using teflon tape applied to male threads only. H. Backflow Prevention Devices: 1. Backflow Prevention Units shall be of the size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details and all local applicable codes and ordinances. 2. Wye strainers at backflow prevention units shall have a bronzed screwed body and shall be the type as specified on the plans. 3. Provide enclosure only if denoted on plans. Ball Valves: 1. Shall be as specified on plans. J. Quick Coupling Valves: 1. Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI operable with quick coupler key. Key size and type shall be as shown on plans. 2. Hinge cover shall be of heavy duty brass construction with a durable high quality locking yellow, (potable) or violet, (reclaimed) thermoplastic rubber cover bonded to it in such a manner that it becomes a permanent -type cover. 3. Locate valves within 12 inches of hardscape edge unless otherwise noted on plans. K. Electric Remote Control Valves: 1. Electric control valves shall be of the size and type shown on the drawings. 2. Unless otherwise noted on plan or construction details, all electric control valves shall have a manual flow adjustment. 3. Provide and install one control valve box for each electric control valve. 4. Provide and install Christy tags with valve sequence for each valve. L. Valve Boxes: 1. Gate Valves: Use 10" diameter x 10-1/4" round boxes, Carson industries #910-12B with green bolt down cover or approved equivalent. Extension sleeve shall be PVC -6" minimum size. 2. Electric Control Valves: Use 12"x1 T'xT deep rectangular boxes, Carson Industries #1419A -12B with green bolt down cover or approved equivalent. 3. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom diameter and 10-1/4" deep round box with lock bolt cover. Box shall be green in color. 4. Identification numbers shall be branded in 2 inch high letters and numbers on all boxes. 5. Christy R-8 Concrete Pit Vault: As shown on the drawings, group equipment into vaults. Provide hinged metal covers and enough knock -outs to install a maximum of one pipe per knock -out. Christy Concrete Products, Fremont, CA (800) 486-7070. M. High Voltage Wiring: 1. Electrical work shall conform to all applicable codes, ordinances and union authorities having jurisdiction. Only qualified electricians shall work with high voltage design, equipment or wiring. Contractor shall verify all hook-ups with City Inspector prior to any work. T-8 0 0 N. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -UF 600 volt. Pilot wires sharing the same automatic controller shall be the same color. Common wire shall be white in color. Provide different colors for each controller installed on the same project. Install wire in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. Wire sizes shall be 14 ga. up to 750', 12 ga. up to1200% 10 ga. up to 2,000' from valve to controller. Provide one (1) spare wire for every five (5) control wires. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible 3. Where more than one wire is placed in a trench, the wiring shall be secured together with vinyl cable ties at intervals of ten (10) feet, and placed under the pipe for protection from shovels. 4. An expansion curl shall be provided within three (3) feet of each wire connection. The expansion curl shall be of sufficient length at each splice connection at each electric control valve so that in case of repairs, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 5. All splices shall be made with Scotch Lok, Connnector Kings, or King "One - Step" wire connectors. Use one wire connector per wire splice. An expansion loop of 18 inches shall be provided at each wire connection and/or directional turn. 6. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the Landscape Architect. 7. All extra valve wires and the common wire, shall extend from the controller to a pull box at the farthest valve location for future or spare wires. If more than one route is available for extra wires, contact the Landscape Architect for the number of extra wires to be run in differing directions. 8. The following sleeve sizes shall be incorporated for the number of wires installed at each hardscape crossing indicated on the drawings: 1/2" up to 2 wires, %" up to 4 wires, V up to 6 wires,1-1 /4" up to 10 wires, 1-1/2" up to 14 wires and 2" up to 25 wires. More than 25 wires shall be reviewed by City Inspector. O. Automatic Controllers: 1. The temporary battery-operated automatic controllers shall be of the size and type shown on the drawings. 2. The City Inspector shall approve final location of automatic controllers prior to installation. 3. Unless otherwise noted on the plans. The 120 -volt electrical power to the automatic controller location shall be furnished by others. The final hook-up of the automatic controller to the 120 -volt power source shall be the responsibility of the irrigation contractor. P. Sprinkler Heads: 1. All sprinkler heads shall be of the size, type and deliver the same rate of precipitation with the diameter (or radius) of spray, pressure and discharge in T-9 GPM as shown on the drawings. 2. All spray type sprinklers shall have a screw adjustment. 3. Riser/swing joint assemblies shall be fabricated in accordance with the irrigation construction details shown on the drawings. 4. Riser nipples for all sprinkler heads shall be the same size as the base opening in the sprinkler body. Q. Location Tape: 1. Submit a plastic warning/location tape to be used over all mainline, wires, conduit, sleeves etc. Do not provide location tape over lateral non -pressure lines. PART 3 — EXECUTION 3.01 INSPECTION: A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damage to utilities that are caused by his operations or neglect. Check existing utility drawings or call utility companies for existing utility locations. 3. Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be no interference with utilities, other construction or planting or trees, shrubs and ground covers. 4. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the sprinkler irrigation system. Verify that the specified depths for buried materials and equipment can be maintained. 5. Verify that landscape irrigation systems may be installed in accordance with all pertinent codes, regulations, design, reference standards and the manufacturer's recommendations. Any installation not in conformance with the above shall be removed and returned at the Contractor's expense. 6. Grades shall be within a tolerance of +/- 0.10 foot prior to installing irrigation systems. 3.02 PREPARATION: A. Physical Layout: 1. The irrigation lines as indicated on the drawings are diagrammatic. All piping and equipment shall be installed within the project boundaries, even if shown outside the boundaries on the drawings. Equipment or piping shown outside the boundaries on the drawings is for design clarity only. Install all piping and equipment within planting areas. 2. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. Install all materials and piping to avoid conflict with trees, shrubs, and all underground utility services. Contact the Landscape Architect immediately if obstructions prevent routing as denoted on plans. T-10 • 0 3. Lay out irrigation emitters/heads and make any minor adjustments required due to differences between actual site conditions and the drawings. Adjustments shall be maintained within the original design intent and only after receiving approval from the Landscape Architect. Do not exceed the maximum or minimum spacing indicated by the manufacturer. 4. Lay out each system using staking method as approved by the City. Maintain and protect staking layout. B. Water Supply: 1. Sprinkler irrigation system shall be connected to water supply points of connection as shown on drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. C. Electrical Supply: 1. An electrical connection for automatic controller shall be made to electrical points of connection as shown on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. 3. Temporary TBOS controllers shall be battery operated until such time as electricity is provided. Contractor shall provide batteries for the controllers that comply with the manufacturer's specifications. 3.03 INSTALLATION: A. Trenching 1. Dig trenches straight to support pipe continuously on bottom of the trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings or as noted. a. Provide for a minimum of eighteen- (18) inches cover for all pressure supply lines. b. Provide for a minimum of twelve- (12) inches cover for all non- pressure lateral lines. C. Provide for a minimum of eighteen- (18) inches cover for all control wiring. B. Backfilling: 1. The trenches shall not be backfilled until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand or other approved materials, free from large clods of earth, stones, asphalt, concrete or other construction or organic debris such as plant refuse.. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted.in the initial backfill. T-11 • PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS CONTRACT NO. 3599 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS SPA 1-2 DEFINITIONS SPA SECTION 2 SCOPE AND CONTROL OF THE WORK SPA 2-6 WORK TO BE DONE SP -1 2-9 SURVEYING SP -2 2-9.3 Survey Service SP -2 2-9.5 Survey Monuments SP -2 SECTION 3 CHANGES IN WORK SP -2 3-3 EXTRA WORK SP -2 3-2.2 Payment SP -2 3-3.2.3 Markup SP -2 SECTION 4 CONTROL OF MATERIALS SP -3 4-1 MATERIALS AND WORKMANSHIP SP -3 4-1.3 Inspection Requirements SP -3 4-1.3.4 Inspection and Testing SP -3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK SP -3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK SP -3 6-7 TIME OF COMPLETION SP -4 6-7.1 General SP -4 6-7.2 Working Days SP -4 6-7.4 Working Hours SP -4 6-9 LIQUIDATED DAMAGES SP -4 0 6-11 SEQUENCE OF CONSTRUCTION SP -4 6-11.1 Sequencing Construction SP -4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR SP -5 7-5 PERMITS SP -5 7-7 COOPERATION AND COLLATERAL WORK SP -5 7-8 PROJECT SITE MAINTENANCE SP -5 7-8.5 Temporary Light, Power and Water SP -5 7-8.6 Water Pollution Control SP -5 7-10 PUBLIC CONVENIENCE AND SAFETY SP -5 7-10.2 Storage of Equipment and Materials in Public Streets SP -5 7-10.4 Safety SP -5 7-10.4.1 Safety Orders SP -5 7-15 CONTRACTOR LICENSES SP -6 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS SP -6 SECTION 8 FACILITIES FOR AGENCY PERSONNEL SP -6 SECTION 9 MEASUREMENT AND PAYMENT SP -6 9-3 PAYMENT SP -6 9-3.1 General SP -6 9-3.2 Partial and Final Payment SP -7 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS SP -7 201-1 PORTLAND CEMENT CONCRETE SP -7 200-1.1 Requirements SP -7 201-1.1.2 Concrete Specified by Class SP -8 201-2 REINFORCEMENT FOR CONCRETE SP -8 201-2.2.1 Reinforcing Steel SP -8 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK SP -8 300-1 CLEARING AND GRUBBING SP -8 300-1.3 Removal and Disposal of Materials SP -8 300-1.3.1 General SP -8 300-1.3.2 Requirements SP -8 300-1.5 Solid Waste Diversion SP -8 0 0 SECTION 302 ROADWAY SURFACING SP -9 302-5 ASPHALT CONCRETE PAVEMENT SP -9 302-5.1 General SP -9 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION SP -9 306-1.1.1 General SP -9 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION SP -9 308-1 GENERAL SP -9 TECHNICAL SPECIFICATIONS 2810 Landscape Irrigation T-1 2900 Landscape Planting T-17 2970 Landscape Maintenance T-27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BIG CANYON RESERVOIR LANDSCAPE AND IRRIGATION FACILITIES CONTRACT NO. 3599 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. W -5295-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction ("Greenbook") (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 1 --- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 DEFINITIONS. Add to this section: "Design Engineer - Tetra Tech, Inc. 16241 Laguna Canyon Road, Suite 200 Irvine, California 92618 Attention: Mr. Steve Tedesco, P.E. (949)727-7099 (949) 727-7097 Fax" SECTION 2 --SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE. Add to this section: "Landscape and Site Improvements The work to be done under this contract consists of the construction of demolition of existing chain link fence and asphalt, construction of a new masonry block wall and drainage v -ditch along San Miguel Drive, access driveway, chain link fencing SPA 0 0 replacement, landscaping and irrigation on San Miguel Drive and Big Canyon Reservoir site." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City's Surveyor will file a Comer Record or Record of Survey with the County Surveyor's Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Comer Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 2-9.5 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. 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 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. SP -2 9 The markups shown in this section include all home office, overhead and profit including costs for interruption of schedule, extended overhead and delay costs. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. 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 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 retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, 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: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and 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 working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include all removals, installations, adjustments and replacements and abandonments necessary for a complete installation, as shown on the Contract Drawings and as described in the Contract Specifications." SP -3 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within forty-five (45) consecutive working days after the date on the Notice to Proceed. " It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these 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 supplemental inspection costs of $65.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the forty-five (45) working days specified for completion of the work, as adjusted in accordance with subsection 6-6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the downtime of the potable water reservoir. 6-11 SEQUENCE OF CONSTRUCTION 6-11.1 Sequencing Construction. The Contractor shall prepare shop drawing submittals in accordance with these Special Provisions and the Standard SP -4 0 0 Specifications. The contractor may work simultaneously on construction improvements along San Miguel Road and on the Big Canyon Reservoir site. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Delete the first sentence and replace with the following: "The Contractor will be required to obtain a no fee City of Newport Beach Encroachment Permit prior to the start of work. An OSHA permit to perform excavation or trench work will be required for this project and shall be the responsibility of the Contractor to obtain prior to the start of work. 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City five working days notice of the time he desires the shut down of facilities to take place. 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the 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, chemicals 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 reservoir, any catch basin, Newport Harbor, the bay, or the ocean." The Contractor will be required to comply with the City's NPDES permit. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction equipment and materials shall not be stored in streets, roads, or sidewalk areas. The Contractor may store equipment and materials within the contractor's storage yard off Pacific View Drive and the entrance to Big Canyon Reservoir, and near San Miguel Drive inside the Big Canyon Reservoir fenced area, per the City's direction. Contractor will restore all areas to its pre - construction condition. The Contractor shall under no circumstances use residential tract streets adjacent to the project site for stockpiling construction materials or equipment or for access to the work site." 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. SP -5 The right of the Engineer or the City's Representative to conduct 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." 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 746 CONTRACTOR'S RECORD/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, 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 up-to-date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As -Built" corrections upon a copy of the Plans. The "As -Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 8 — FACILITIES FOR AGENCY PERSONNEL No facilities will be required for the City personnel. SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place 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 other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, clearing and grubbing of planted and other work areas, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during construction. This item also includes any costs incurred for securing bonds, insurance permits and financing prior to SP -6 9 0 beginning the construction work. Payment schedule for this item shall be per Public Contract Code (See Section 9-3.2) Item No. 2 Furnish and Install Masonry Block Wall, Planter Box and Drainage Ditch: Items shall include masonry block, grout, concrete footings, barbed wire fencing, drainage v -ditch, earthwork, excavation and compaction, necessary to install the complete system in place. Item No. 3 Furnish and Install Chain Link Fencing and Gates: Work under this item shall include furnishing and installing material including, but not limited to, chain link fencing around the reservoir perimeter and the site perimeter, fence posts, screening, gates, and all other work necessary to install the facilities complete in place. Item No. 4 Furnish and Install Landscaping: Work under this item shall include furnishing and installing planting materials including but not limited to trees, staking, soil amendments, fertilizer as shown on the drawings, and all other work necessary to install the facilities complete in place, including reproducible record prints as per the specifications. Item No. 5 Furnish and Install Irrigation System: Work under this item shall include furnishing and installing all pipe material and valve including, but not limited to, PVC pipe material, excavation and backfill, sprinkler heads, irrigation control valves, controllers, and all other work necessary to install the facilities complete in place. Item No. 6 Furnish and Install Access Road: Work under this item shall include construction of new driveway, DG access road, redwood header, and replacement of existing driveway with sidewalk, and all other site work necessary to install the facilities, complete in place. Item No. 7 Demolition: Work under this item shall include removal and disposal of existing chain link fence, gates, asphalt as shown on the drawings. Contractor shall be responsible for all disposal costs in accordance with City and State regulations. 9-3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE. MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements. Add to this section: "Concrete mix design shall be subject to review and approval by City of Newport Beach." SP -7 0 0 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250, Type V unless otherwise specified." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 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. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300-1.3.2 Requirements (c) 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 two (2) inches." And replace the words 1 'h inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that 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 total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SP -8 0 0 SECTION 302 --ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: `The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks 'Y4 -inch or greater in width shall be cleaned and sealed with a hot -applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.1 General. Add to this section: "Excavation shall include without classification the removal of all material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off-site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. All excess native material excavated during the construction shall become the property of the Contractor and shall be disposed of by him outside the limits of work in accordance with the applicable ordinances and regulations of the governmental agencies having jurisdiction. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL. Add to this section: 'The Contractor is responsible for protecting in place existing trees at the reservoir site. The Contractor shall arrange for any necessary coordination with the City's Urban Forester, Mr. John Conway at (949) 644-3083, a minimum of five workdays prior to beginning work. In addition, the Contractor shall coordinate the marking of the existing irrigation pipes and control wiring a minimum of 5 working days in advance by contacting Randy Kearns, Park Maintenance Supervisor at (949) 644-3082, relative to the work performed on-site. All new landscaping and irrigation and subsequent final approval shall be coordinated with the project engineer." F:WSERS\PBW\Shared\Contracts\FY 02-03\Big Canyon Reservcir Landscape C-3599\Big Canyon Landsc Specs Version 2\SPECS C-3599.doc SP -9 0 0 TECHNICAL SPECIFICATIONS 0 0 SECTION 02810 LANDSCAPE IRRIGATION PART 1 -GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, appliances, tools, equipment facilities, transportation, and services necessary for and incidental to performing all operations in connection with the installation of "Landscape Irrigation" complete, as shown on the drawings and/or described herein. B. Related work In other sections: 1. Landscape Planting 2. Landscape Maintenance 1.02 QUALITY ASSURANCE AND REQUIREMENTS: A. Permits and Fees: 1. The Contractor shall obtain and pay for any and all permits and all inspections as required. B. Manufacturers Directions: 1. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations: 1. All local, municipal and state laws and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Contractor Responsibilities: 1. A qualified superintendent shall be present on the site at all times during the progress of the work. The superintendent shall be fluent in the English language. 2. The Contractor shall train each person in techniques for making correct solvent and rubber gasket joints prior to their performing work on the site. 3. The Contractor shall protect work and materials from damage during construction and storage. Polyvinyl chloride, (PVC) pipe and fittings shall be protected from dirt and sunlight. 4. The Contractor shall assume responsibility for damage to existing construction and shall restore damaged property to the original condition to the satisfaction of the City. 5. The Contractor shall handle plastic pipe and fittings carefully and store T-1 E. F 0 0 undercover to avoid UV or other damage. 6. Immediately notify the City in case of discrepancies. 7. Do not proceed with installation in areas of discrepancy until all such discrepancies have been resolved. If the Contractor provides and installs material or performs work without resolving such discrepancies, the Contractor shall be fully responsible for removing, restocking and re- installation of such areas until all discrepancies are resolved to the City's satisfaction. Site Safety: 1. Erect and maintain barricades, warning signs, lights and/or guards as necessary or required to protect all persons on the site. Explanation of Drawings: 1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc. as may be required to meet such conditions. Drawings are essentially diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies exist that might not have been considered in the irrigation design. Such obstructions or differences should be brought to the attention of the Landscape Architect. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revisions necessary to correct these discrepancies. 1.03 SUBMITTALS: A. Material List: 1. The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the drawings and specifications. No substitutions shall be allowed without prior written approval the City. 2. Submittals shall be provided within ten (10) working days from the award of the contract. The complete material list shall be submitted prior to the starting of any work. Catalog data and full descriptive literature shall be submitted. Although equipment on the plans may be different from the examples below, the following is a guide for proper submittal format: Item No Description Manufacturer Model Size(s) 1. Backflow Preventer Febco 860 2" 2. Pop-up Spray Head Rainbird 1806 NA 3. Material list must include all irrigation materials utilized on the project T-2 including fittings, glue, primer, etc. B. Substitutions: 1. The contractor may submit proposed substitutions for equipment and materials listed on the irrigation plans in the following manner. The landscape contractor shall submit to the Landscape Architect for approval on a separate sheet of contractor's letterhead paper the following: a. A statement indicating the reason for making each individual proposed substitubon(s). b. Provide descriptive catalog literature, performance charts and flow charts as required for each item the contractor proposes to substitute, including the sales/manufacturer's regional telephone number. C. Provide the amount of cost savings or overage if the proposed substitute item is approved. 2. Substituted equipment of materials installed or furnished without prior approval of the Landscape Architect may be rejected and the Contractor required to remove such materials from the site at his own expense. The City shall have the sole discretion in accepting or rejecting any proposed substitution. 3. No exception taken to any item, alternate or substitute indicates only that the product apparently meets the requirements of the drawings and specifications on the basis of the information or samples submitted. All items must meet or exceed these specifications. 4. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. 5. Manufacturer's warranty is required on any product offered. 6. If, in the opinion of the City, the substitution proves to be unsatisfactory, the Contractor shall remove such work and replace it with the originally specified item at the Contractor's own cost. C. Record Drawings: 1. The Contractor shall provide and keep up to date a complete "record" set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications and the exact locations, sizes and kinds of equipment. These drawings may also serve as work progress sheets and shall be the basis for measurement and payment for work completed. This set of drawings shall be kept on the site and shall be used only as a record set. 2. The Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection and shall be kept in a location approved by the City. 3. Before the date of the final inspection, at the end of the Maintenance Phase, the Contractor shall transfer all information from the record prints to a photo mylar. The mylar may only be procured from the Landscape Architect via a bonded reprographics firm which will pick up the original plans, print them and return the originals to the Landscape Architect's office. The cost of these prints shall be paid to the reprographics firm directly from the Contractor. All work shall be neat, drawn in waterproof ink by a technical ink pen designed specifically for use on mylar material. Work completed in felt tip pen or ballpoint pen shall be rejected because of the non -permanent T-3 0 nature of both devices. All work shall be subject to the approval of the City. 4. The Contractor shall verify the needs of the City Inspector or Local City Planning Department as to any requirements for city -required record drawings. The Contractor shall be responsible for providing all drafting and required plans on the required medium to the City Inspector as required. All costs for drafting services shall be borne by the Contractor. This includes all microfilm or other processes the city may deem necessary for record purposes to the satisfaction of the City. The Landscape Architect is not responsible, nor contracted for drafting Contractor record drawings. 5. The Contractor shall dimension from two (2) points of reference the location of the following items. The depth of each item shall also be indicated if required by the City. The minimum height of dimensions and/or notes shall be .10 inch unless otherwise directed by the City Inspector. Provide a "bar scale" on the plan. a. Water Point of Connection, (POC) b. Backflow preventers C. Master valve d. Flow sensor e. Gate or ball valves f. Quick coupling valves g. Remote control valves h. Routing of pressure main line piping, ( dimension max. 100' along routing) i. Routing of control and common wire j. Routing of communication cables k. Pull Boxes I. Other related equipment 6. On or before the date of the final inspection at the end of the Maintenance Phase, the Contractor shall deliver the corrected and completed mylarto the City Inspector. Delivery of the mylar will not relieve the contractor of the responsibility of furnishing required information that might have been omitted from the prints compiled at the site. The Contractor shall be fully responsible for correct record drawings. D. Controller Charts: 1. Record drawings shall be evaluated by the Landscape Architect and/or City Inspector before controller charts are prepared. 2. Provide one controller chart for each controller, unless otherwise directed by the City Inspector. 3. The chart shall show the area controlled by each automatic controller and shall be sized Y2" smaller than the controller door on all sides. 4. The chart is to be a reduced drawing of the actual record drawings. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be revised and made readable when the final controller chart is completed. 5. The chart shall be at least a 30# presentation bond copy. A differing color shall be used to indicate each valve and the same color used to identify the area of coverage for that valve. 6. When completed and approved, the chart shall be hermetically sealed by a plastic lamination process. The plastic laminating sheets shall each be a minimum of 20 mil. thick. T-4 0 7. The charts shall be mounted using Velcro tape. 8. Controller charts shall be completed and approved priorto final inspection of the irrigation system. E. Operation and Maintenance Manuals: 1. Prepare and deliver to the City within ten calendardays priorto completion of construction, hard -covered three ring binders containing the following information: a. Index sheet stating Contractor's name, address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. b. Catalog and parts sheets on every material and equipment installed under this contract. C. Guarantee statement d. Complete operating and maintenance instructions on all major pieces of equipment. e. Equipment list providing the following for each item: • Manufacturer's name • Make and model number • Name and address of local manufacturer's representatives • Spare parts list in detail 2. Provide two (2) manuals, unless otherwise directed by the City Inspector. F. Equipment to be furnished: 1. Supply as a part of this contract the following tools and equipment: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve installed under this contract. b. Two (2) five foot valve keys for operation of gate valves (as required). C. Two (2) keys for each automatic controller. d. Two (2) quick coupling valve keys. e. Sprinklers: (5) — spray head bodies, (5) rotor bodies and (5) nozzles of each type. f. The above equipment shall be turned over the City at the completion of contract work. Before final observation can occur, evidence that the City has received materials must be shown to the Landscape Architect. 2. The above-mentioned equipment shall be turned over to the City at the beginning of the Maintenance Phase. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Handling of PVC Pipe and Fittings: 1. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new pipe. T-5 0 0 1.05 GUARANTEE: A. The guarantee for the irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications, if any, shall be filed with the City prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the Operations and Maintenance Manual. C. The beginning date of the one year guarantee shall be from the written final acceptance date established by the City at the end of the Maintenance Phase. If no Maintenance Phase is included in the contract, the beginning date shall be from the acceptance date established by the City at the end of the Construction Phase. D. The guarantee form shown below shall be re -typed onto the Contractor's letterhead and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials, equipment and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defects in material equipment or workmanship which may develop during the period of one year from the date of acceptance. We also guarantee to repair or replace any damage resulting from the defects, or the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within a reasonable time as determined by the City after receipt of written notice form the City. All repair work shall completed to the satisfaction of the City. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense. We will pay the costs and charges therefore upon demand. Any temporary repairs made by others to keep the irrigation system operable, does not void or relieve the Contractor of his responsibilities during the guarantee period. PROJECT: ADDRESS: LOCATION: SIGNED: ACCEPTANCE: SIGNED: PHONE: PART 2 — PRODUCTS 2.01 MATERIALS: A. General: 1. Use only new materials of brands and types noted on the drawings, specified herein, or approved equivalents. B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping shall be PVC Class 315 for all pipe 2" and larger, and Schedule 40 for all pipes 1-1/2" and smaller with solvent welded joints. REP 0 0 2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification D 1784 or D 2241. All pipe must meet requirements as set forth in Federal Specification PS -21-70 (Solvent - Weld Pipe) and meet requirements of Cell Classification 124546. This compound shall have a 2,000 -PSI hydrostatic design stress rating. 3. PVC solvent -weld fittings shall be Schedule 40, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2466. 4. Solvent cement and primerfor PVC solvent -weld pipe and fittings shall be of the type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size C. Schedule or Class d. Pressure rating in PSI e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. Fittings shall be standard weight Schedule 40, injection molded of PVC fitting compound which meets current ASTM D 1784-69 and requirements described in Cell Classification 134548. Threads required in plastic fittings shall be injection molded. Tees and ells shall be side gated. C. PVC Non -Pressure Lateral Line Pipe: 1. Non -Pressure buried lateral line pipe shall be PVC Class 200 with solvent - weld joints, %" shall be Class 315. 2. Pipe shall be made from NSF approved, Type 1, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of this section, all requirements for non -pressure lateral line pipe and fittings shall be the same as that for solvent -weld pressure main line pipe and fittings. D. Threaded Nipples: 1. Threaded nipples shall be standard weight, schedule 80, grey, with molded threads. 2. Assemble threaded fittings using teflon tape applied to male threads only. E. Joint Primer: 1. Type as recommended by manufacturer of pipe. 2. Type IPS -P-70 or equivalent for Flex hose to PVC fittings. F. Joint Cement: 1. Solvent type as recommended by manufacturer. G. Brass Pipe and Fittings: 1. Where indicated on the drawings, use 85% red brass, schedule 40 screwed pipe conforming to Federal Specification #WW -P-351. 2. Fittings shall be medium red brass, screwed, 125 pound class conforming to T-7 0 0 Federal Specification #WW -P-460. 3. Assemble using teflon tape applied to male threads only. H. Backflow Prevention Devices: 1. Backflow Prevention Units shall be of the size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details and all local applicable codes and ordinances. 2. Wye strainers at backflow prevention units shall have a bronzed screwed body and shall be the type as specified on the plans. 3. Provide enclosure only if denoted on plans. I. Ball Valves: 1. Shall be as specified on plans. Quick Coupling Valves: 1. Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI operable with quick coupler key. Key size and type shall be as shown on plans. 2. Hinge cover shall be of heavy duty brass construction with a durable high quality locking yellow, (potable) or violet, (reclaimed) thermoplastic rubber cover bonded to it in such a manner that it becomes a permanent -type cover. 3. Locate valves within 12 inches of hardscape edge unless otherwise noted on plans. K. Electric Remote Control Valves: 1. Electric control valves shall be of the size and type shown on the drawings. 2. Unless otherwise noted on plan or construction details, all electric control valves shall have a manual flow adjustment. 3. Provide and install one control valve box for each electric control valve. 4. Provide and install Christy tags with valve sequence for each valve. L. Valve Boxes: 1. Gate Valves: Use 10" diameter x 10-1/4" round boxes, Carson industries #910-12B with green bolt down cover or approved equivalent. Extension sleeve shall be PVC -6" minimum size. 2. Electric Control Valves: Use 12"x17"x7" deep rectangular boxes, Carson Industries #1419A -12B with green bolt down cover or approved equivalent. 3. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom diameter and 10-1/4" deep round box with lock bolt cover. Box shall be green in color. 4. Identification numbers shall be branded in 2 inch high letters and numbers on all boxes. 5. Christy R-8 Concrete Pit Vault: As shown on the drawings, group equipment into vaults. Provide hinged metal covers and enough knock -outs to install a maximum of one pipe per knock -out. Christy Concrete Products, Fremont, CA (800) 486-7070. M. High Voltage Wiring: 1. Electrical work shall conform to all applicable codes, ordinances and union authorities having jurisdiction. Only qualified electricians shall work with high voltage design, equipment or wiring. Contractor shall verify all hook-ups with City Inspector prior to any work. T-8 0 0 N. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -UF 600 volt. Pilot wires sharing the same automatic controller shall be the same color. Common wire shall be white in color. Provide different colors for each controller installed on the same project. Install wire in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. Wire sizes shall be 14 ga. up to 750', 12 ga. up to1200', 10 ga. up to 2,000' from valve to controller. Provide one (1) spare wire for every five (5) control wires. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible 3. Where more than one wire is placed in a trench, the wiring shall be secured together with vinyl cable ties at intervals of ten (10) feet, and placed under the pipe for protection from shovels. 4. An expansion curl shall be provided within three (3) feet of each wire connection. The expansion curl shall be of sufficient length at each splice connection at each electric control valve so that in case of repairs, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 5. All splices shall be made with Scotch Lok, Connnector Kings, or King "One - Step" wire connectors. Use one wire connector per wire splice. An expansion loop of 18 inches shall be provided at each wire connection and/or directional turn. 6. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the Landscape Architect. 7. All extra valve wires and the common wire, shall extend from the controller to a pull box at the farthest valve location for future or spare wires. If more than one route is available for extra wires, contact the Landscape Architect for the number of extra wires to be run in differing directions. 8. The following sleeve sizes shall be incorporated for the number of wires installed at each hardscape crossing indicated on the drawings: '/2" up to 2 wires, %" up to 4 wires, 1" up to 6 wires, 1-1 /4" up to 10 wires, 1-1 /2" up to 14 wires and 2" up to 25 wires. More than 25 wires shall be reviewed by City Inspector. O. Automatic Controllers: 1. The temporary battery-operated automatic controllers shall be of the size and type shown on the drawings. 2. The City Inspector shall approve final location of automatic controllers prior to installation. 3. Unless otherwise noted on the plans. The 120 -volt electrical power to the automatic controller location shall be furnished by others. The final hook-up of the automatic controller to the 120 -volt power source shall be the responsibility of the irrigation contractor. P. Sprinkler Heads: 1. All sprinkler heads shall be of the size, type and deliver the same rate of precipitation with the diameter (or radius) of spray, pressure and discharge in T-9 0 0 GPM as shown on the drawings. 2. All spray type sprinklers shall have a screw adjustment. 3. Riser/swing joint assemblies shall be fabricated in accordance with the irrigation construction details shown on the drawings. 4. Riser nipples for all sprinkler heads shall be the same size as the base opening in the sprinkler body. Q. Location Tape: 1. Submit a plastic waming/location tape to be used over all mainline, wires, conduit, sleeves etc. Do not provide location tape over lateral non -pressure lines. PART 3 — EXECUTION 3.01 INSPECTION: A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damage to utilities that are caused by his operations or neglect. Check existing utility drawings or call utility companies for existing utility locations. 3. Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be no interference with utilities, other construction or planting or trees, shrubs and ground covers. 4. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the sprinkler irrigation system. Verify that the specified depths for buried materials and equipment can be maintained. 5. Verify that landscape irrigation systems may be installed in accordance with all pertinent codes, regulations, design, reference standards and the manufacturer's recommendations. Any installation not in conformance with the above shall be removed and returned at the Contractor's expense. 6. Grades shall be within a tolerance of +/- 0.10 foot prior to installing irrigation systems. 3.02 PREPARATION: A. Physical Layout: 1. The irrigation lines as indicated on the drawings are diagrammatic. All piping and equipment shall be installed within the project boundaries, even if shown outside the boundaries on the drawings. Equipment or piping shown outside the boundaries on the drawings is for design clarity only. Install all piping and equipment within planting areas. 2. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. Install all materials and piping to avoid conflict with trees, shrubs, and all underground utility services. Contact the Landscape Architect immediately if obstructions prevent routing as denoted on plans. T-10 0 0 3. Lay out irrigation emitters/heads and make any minor adjustments required due to differences between actual site conditions and the drawings. Adjustments shall be maintained within the original design intent and only after receiving approval from the Landscape Architect. Do not exceed the maximum or minimum spacing indicated by the manufacturer. 4. Lay out each system using staking method as approved by the City. Maintain and protect staking layout. B. Water Supply: 1. Sprinkler irrigation system shall be connected to water supply points of connection as shown on drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. C. Electrical Supply: 1. An electrical connection for automatic controller shall be made to electrical points of connection as shown on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. 3. Temporary TBOS controllers shall be battery operated until such time as electricity is provided. Contractor shall provide batteries for the controllers that comply with the manufacturer's specifications. 3.03 INSTALLATION: A. Trenching: 1. Dig trenches straight to support pipe continuously on bottom of the trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings or as noted. a. Provide for a minimum of eighteen- (18) inches coverfor all pressure supply lines. b. Provide for a minimum of twelve- (12) inches cover for all non- pressure lateral lines. C. Provide for a minimum of eighteen- (18) inches cover for all control wiring. B. Backfilling: 1. The trenches shall not be backfilled until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand or other approved materials, free from large clods of earth, stones, asphalt, concrete or other construction or organic debris such as plant refuse.. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted in the initial backfill. T-11 0 3. If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the City. C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphalt concrete or concrete will be installed, shall be backfilled with sand (a layer six (6) inches below the pipe and four (4) inches above the pipe), and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in a firm unyielding condition. The sprinkler irrigation Contractor shall set in place, cap and pressure test all piping under paving prior to the paving work. 2. Piping under existing paving may be installed by jacking or boring. No hydraulic driving shall be permitted. Where any cutting or breaking of sidewalks and/or concrete is necessary it shall be done and replaced by the Contractor as part of the contract cost. Permission to cut or break sidewalks and or concrete paving shall be obtained from the City. 3. Provide for a minimum cover of twenty four (24) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non- pressure piping installed under asphalt concrete paving. D. Assemblies: 1. Routing of sprinkler irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assemblies), in such a manner as to conform to the details on the drawings. 2. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. 3. Install all assemblies specified herein in accordance with respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with the best standard practice and with the manufacturer's specifications. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. 4. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape shall be used on male threads on all threaded PVC to PVC, and on all threaded PVC to brass pipe connections. Red lead and boiled linseed oil shall be applied to male threads on all galvanized pipe connections. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. 5. Open pipe or tubing ends shall be taped closed during installation to prevent any foreign matter from entering the system. E. Line Clearance: 1. All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. In case of reclaimed water crossings, refer to local cross connection details and codes. T-12 0 9 2. Place location tape 6" above all mainline piping, low voltage and high voltage wiring. F. Automatic Controller: 1. Install controllers per manufacturer's instructions and drawings. Remote control valves shall be connected to controller in numerical sequence as shown on the drawings. G. High voltage wiring for Automatic Controller: 1. The irrigation contractor shall provide 120 -volt power connection to the automatic controller but not to the temporary battery-operated locations. 2. All electrical work shall conform to local codes, ordinances and union authorities having jurisdiction. H. Remote Control Valves: 1. Install valves where shown on the drawings and per details. When grouped together, allow at least twelve (12) inches between valve boxes. Install each remote control valve in a separate valve box. Align boxes with adjacent paving in a neat manner, squared to the walk and each other. Flushing of System: 1. After all new sprinkler pipe lines and risers are in place and connected, and all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened and a full head of water used to flush out the system. 2. Sprinkler heads shall be installed only after flushing of the system has been accomplished. J. Sprinkler Heads 1. Install the sprinkler heads or emitters as designated on the drawings. Sprinkler heads and/or emitters to be installed in this work shall be equivalent in all respects to those itemized on the drawings. 2. Spacing of sprinkler heads and/or emitters shall not exceed the maximum as indicated on the drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. 3.04 TEMPORARY REPAIRS: A. The City reserves the right to make temporary repairs as necessary to keep the sprinkler system equipment in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.05 EXISTING TREES: A. Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or T-13 0 01 excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through roots. Roots one-half (1/2) inch and larger in diameter shall be painted with two coats of tree seal, or equivalent. Trenches adjacent to trees should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. 3.06 FIELD QUALITY CONTROL: A. Adjustment of the System: 1. The Contractor shall flush clean and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways and buildings as much as possible. 2. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting at the contractor's cost. Adjustments may also include changes in nozzle sizes and degrees of arch as required. 3. Lowering or raising of sprinkler heads by the Contractor shall be accomplished within five (5) days after notification by the Landscape Architect. 4. All sprinkler heads shall be set perpendicular to finished grade unless otherwise designated on the plan. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the Landscape Architect at the intervals listed below in advance of any testing. 2. The Contractor shall provide 'Walkie-talkies" for communication from the review area to the controller location. 3. The Contractor shall provide current record drawings at each review. 4. Before testing mainlines, fill the lines with water for a period of at least 24 hours. 5. All hydrostatic mainline testing shall be completed prior to the installation of remote control valves, quick couplers, or other valve assemblies. 6. Test all pressure mainline pipes under hydrostatic pressure of 150 PSI and prove watertight. Testing of pressure main line piping shall occur prior to installation of electric control valves or quick coupling valves. 7. All piping under paved areas shall be tested under hydrostatic pressure of 150 PSI and proved water tight, prior to paving. 8. Sustain pressure in tested lines for not less than two (2) hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 9. All hydrostatic tests shall be made in the presence of the City Inspector. No pipe shall be backfilled until it has been observed, tested with all couplings exposed and all pipe sections center loaded, and approved in writing. 10. The Contractor shall furnish the force pump and all other test equipment necessary for the testing of the irrigation system. 11. The Contractor shall make all necessary provisions for thoroughly bleeding the line of air and debris. 12. When the sprinkler irrigation system is completed, perform a coverage test T-14 in the presence of the Landscape Architect, to determine if the water coverage for the planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviation from plans, or where the system has been willfully installed as indicated on the drawings when it is obviously inadequate for field conditions. This test shall be accomplished before any groundcover or shrub material is planted. 13. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements to the satisfaction of the Landscape Architect. 3.07 MAINTENANCE: A. The entire sprinkler irrigation system shall be under full automatic operation prior to any planting. B. The Contractor shall keep the irrigation system completely operational for the entire length of the Construction and Maintenance Phases or work. 3.08 CLEAN-UP: A. Clean up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed or washed down, and any damage sustained on the work or others shall be repaired to original conditions. 3.09 FINAL OBSERVATION PRIOR TO ACCEPTANCE: A. The Contractor shall operate each system in its entirety for the Landscape Architect at the time of final observation at the end of the Maintenance Phase. Any items deemed not acceptable by the Landscape Architect shall be reworked to the complete satisfaction of the Landscape Architect. B. The Contractor shall show evidence to the Landscape Architect that the City has received all accessories, charts, record drawings and equipment as required before the final observation can occur. 3.10 OBSERVATION SCHEDULE: A. The Contractor shall be responsible for notifying the Landscape Architect in advance for the following observations, according to the following time schedule. The number of site visits may vary with the contract between the Landscape Architect and the City. The Contractor shall be familiar with the number and type of irrigation observations necessary prior to work. Typical observations may consist of, but not be limited to the following: 1. Pre -job conference 7 days 2. Pressure supply line installation and testing 48 hours 3. Automatic controller installation 48 hours 4. Control wire installation 48 hours 5. Lateral line and sprinkler installation 48 hours 6. Coverage test 48 hours 7. Observation to begin Maintenance Phase 7 days T-15 0 9 8. Final observation at the end of the Maintenance Phase 7 days B. When persons other than the Landscape Architect have conducted observations, show evidence of when and by whom these observations were made. C. In the event the Contractor calls for an observation without record drawings, without completing previously noted corrections, or without preparing the system for proper observation to the satisfaction of the Landscape Architect, the observation shall be postponed. The Contractor shall then be responsible for reimbursing the Landscape Architect at the current normal office hourly rate per hour (portal-to-portal), plus transportation or mileage costs (at $.36/mile), for the inconvenience. No further observations will be scheduled until this charge has been paid current. -End- T-16 Ll SECTION 02900 LANDSCAPE PLANTING PART 1 -GENERAL 1.06 SCOPE OF WORK: L A. Furnish all labor, materials, equipment, transportation, and services necessary to provide and install landscape planting as shown on the drawings and described herein. B. Related Work Specified In Other Sections: 1. Landscape Irrigation 2. Landscape Maintenance 1.07 QUALITY ASSURANCE AND REQUIREMENTS: A. Source Quality Control: 1. Arrange procedure for inspection of plant material with City Inspector prior to work. Should the contractor desire the Landscape Architect to inspect the plant material at the nursery prior to delivery, the Contractor shall notify the Landscape Architect one week prior to this requested inspection. The Landscape Architect shall invoice the Contractor for the inspection on an hourly basis, portal to portal, including any other expenses incurred. All such invoices shall be paid to the Landscape Architect prior to any other inspections by the Landscape Architect to the project site. 2. Submittal of pictures shall not be considered as a final inspection of plant material. Final acceptance or rejection of plant material shall only be considered on-site with the actual plant material being considered. 1.08 SUBMITTALS: A. Certificate of Inspection of plant material by State or Federal Authority shall be presented if requested by the City. 1.09 PRODUCT DELIVERY. STORAGE AND HANDLING: A. Delivery: 1. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to state law. 2. Deliver plants with legible identification labels. a. Label trees, evergreens, bundles of containers of like shrubs, or groundcover plants. b. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. 3. Protect plant material during delivery to prevent damage to root ball or T-17 0 desiccation of leaves. 4. The Contractor shall notify the City Inspector forty eight (48) hours in advance of delivery of all plant materials and shall submit an itemized list of the plants. B. Storage: 1. Store plant material in the shade and protect from the weather. 2. Maintain and protect plant material not to be planted within four (4) hours. C. Handling: 1. Do not drop plant materials. 2. Do not pick up container plant material by stems or trunks. 1.10 JOB CONDITIONS: A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted industry practice. 1.11 SAMPLES AND TESTS: A. The City reserves the right to take and analyze samples of materials for conformity to specifications at any time. Rejected materials shall be immediately removed from the site at the Contractor's own expense. The cost of testing of materials not meeting specifications shall be paid by the Contractor. B. The Contractor shall have soil samples tested after finish grades have been established at the numbered locations indicated on the plans. Take samples to best represent the site soil conditions at both the San Miguel streetscape and separately at the slope site adjacent to the cemetery. Surface samples shall be taken with a trowel at 0" to 12" deep into finish grade. All samples shall be tested by an established soils laboratory for soil fertility and agricultural suitability. Each sample shall contain approximately one quart, but no less, and be labeled per plan location. Copies of the laboratory's recommendations shall be sent to the City and the Landscape Architect upon receipt by the Contractor with a statement denoting and additional or deductive costs. The Contractor shall then install soil amendments and backfill to conform to the soil laboratory's recommendations by first requesting and receiving a written change order from the City. This report shall also contain recommendations for any special conditions particular to the project site and design. The City may request additional testing of finish grades to determine actual amendment rates per 1.06 A above. The contractor shall include the plant list from the Planting plans along with the soil samples for compatibility comparison by the soils laboratory. 1.12 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year for trees, and one hundred twenty (120) days for shrubs and groundcovers from the effective date of completion of the Maintenance Phase of the project as established by the City. Any plant found to be dead or in poor condition due to faulty materials or workmanship, as determined by the City Inspector, shall be replaced by T-18 0 0 the Contractor at his expense. Material to be replaced within this guarantee period shall be replaced by the Contractor within seven (7) days of written notification by the City. B. Any materials found to be dead, missing or in poor condition during the Maintenance Period shall be replaced immediately. The City Inspector shall be the sole judge as to the condition of the material. PART 2 — PRODUCTS 2.01 MATERIALS: A. The following organic and soil amendments and fertilizer are to be used for bidding purposes only. Specific amendments and fertilizer specification will be made after grading operations are complete and soil samples are tested by the Contractor. B. All materials shall be of standard, approved and first grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply the City Inspector with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis upon request. C. Organic Material: 1. Nitrogen Stabilized: 0.56 to 0.84% N based on dry weight for redwood sawdust. 2. Particle Size: 95%-100% passing 6.35mm standard sieve; 80%-100% passing 2.33mm standard sieve. 3. Salinity: The saturation extract conductivity shall not exceed 3.5 millimhos/centimeter at 25 degrees centigrade as determined by saturation extract method. 4. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis. 5. Ash: 0-6.0% (dry weight). D. Soil Amendments: 1. Gypsum: Agricultural grade produce containing 98% minimum calcium sulfate. E. Fertilizer: 1. Commercial planting fertilizer for groundcover/shrub areas. Fertilizer shall consist of the following percentages by weight and shall be mixed by a commercial fertilizer supplier: 12% nitrogen 12% phosphoric acid 12% potash 2. Planting tablets: a. Slow-release type, containing the following percentages of nutrients by weight: T-19 0 0 20% nitrogen 10% phosphoric acid 5% potash b. 21 gram tablets as manufactured by Agriform or approved equivalent, applied per manufacturer's recommendations. F. Top Soil: 1. Top soil, as required, shall be obtained from on-site planting excavations if at all possible. Topsoil shall consist of a natural, fertile, friable, sandy loam soil possessing the characteristics of representative soils in the vicinity which produce heavy growth of crops, grasses, or other vegetation and shall be obtained from natural well drained areas. Before removal of the topsoil, the surface at the source of supply is to be stripped to a depth of two inches in order to remove weed seeds, roots, etc. Imported topsoil shall consist of either fine sand or loamy sand textured soil meeting the following specifications: Silt plus clay content of the soil shall not exceed 30% by weight with a minimum 95% passing the 2.0 millimeter sieve. The sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity (ECe) of the saturation extract of the soil shall not exceed 3.0 millimhos/centimeter at 25 degrees Centigrade. The boron content of this soil shall be no greater that 1 ppm as measured on the saturation extract. The pH shall not exceed 7.0 and be not less than 6.0. In order to insure conformance, samples of the import soil shall be submitted to a qualified soil laboratory for analysis priorto shipping. This specification applies to import soil to be used for backfill purposes in problem soil areas. In landscape areas where no soil problems exist, the textural characteristics shall be similar to native soil. The source of soil shall be free from Bermuda grass and other noxious weeds or grasses. Topsoil shall be free from refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In no case shall there be more than five percent by volume of the following: stones largerthan one inch, coarse sand, and small clay lumps. The Contractor shall furnish the City with the proposed source or sources of topsoil to be used at least fifteen (15) working days prior to delivery. The Contractor at his own expense, shall obtain soil samples from his intended top soil source and have a soil analysis performed by a soil testing laboratory to ensure conformity with the preceding specifications. Topsoil shall not be delivered to the work site prior to approval by the City. Any delay caused by the failure of soil tests to meet these specifications shall be the sole responsibility of the Contractor. G. Plant Material: 1. Plants shall be in conformance with the California State Department of Agriculture's regulation for nursery inspections, rules and rating. All plants shall have a normal habit of growth and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of T-20 E E the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and well "hardened" off. All plants shall have normally well-developed branch systems, not sparse, irregularly spaced, thin branched or having off -balanced head. All shall have vigorous and fibrous root systems that are not root or pot-bound. The root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants of each species or variety. Where container -grown plants are from several sources, the roots of not less than two plants of each species or variety from each source will be inspected. In case the sample plants inspected are found to be defective, the City Inspector reserves the right to reject the entire lot or lots of plants represented by the defective samples. The City is the final judge of acceptability. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock or as specified in the drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform to the measurements, specified on the drawings. Plants larger in container size than specified may be used with the approval of the City Inspector. But the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionately. 3. Rejection or substitutions: a. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size and condition specified herein or as shown on the drawings. Under no conditions will there be any substitution of plants or sizes listed on the accompanying plans, except with the expressed written consent of the City Inspector. 4. Pruning: a. At no time shall trees or plant materials be pruned, trimmed or topped prior to delivery. Any alteration of their shape shall be conducted only with the approval and when in the presence of the City Inspector. 5. Plant material shall be true to botanical and common name and variety as specified in, "A Checklist of Woody Ornamental Plants in California," Manual 32, published by the University of California School of Agriculture (1963). Nursery Grown and Collected Stock: a. Grown under climatic conditions similar to those in locality of the project. T-21 0 b. Container -grown stock in vigorous, healthy condition not root -bound or with root system hardened off. C. Use only liner stock plant material that is well-established in removable containers or formed homogeneous soil sections. Substitute plant material will not be permitted without specific written approval by the City Inspector. H. Tree Staking Material: 1. Stakes for Tree Support: a. Stakes shall be "Mega Stake" per manufacturer's specifications and city of Newport Beach standard details. 2. Tree supports shall be the strap -bar as manufactured by the "Mega Stake" system, allowing limited trunk movement. Install per manufacturer's specifications. Mulch Cover: 1. Mulch cover shall consist of a uniform shredded tree trimmings and plant material, clear of debris or deleterious material re -cycled ground and screened to specification 0 inches to 4 inches. The mulch cover shall be composted and nitrogen stabilized. Use "Forest Floor" 0"-4" as supplied by Aguinaga Fertilizer Company, Inc., Irvine, California, (949) 786-9558 or approved equivalent. Provide depth of 2" minimum over finish grade, and 1" depth within watering berm around plant base. No bare earth shall be showing through mulch cover. Curbs, walks, or other paving shall be located 1" over the top of the mulch cover. Install on slopes over jute mesh. Miscellaneous Materials: 1. Sand: a. Washed plaster sand or equivalent. 2. Herbicides: a. Pre -emergent herbicide: Ronstar or equivalent b. Post -emergent herbicide: Round -up or equivalent PART 3 — EXECUTION 3.01 INSPECTION: A. Verify that final grades have been established prior to beginning planting operations. B. Inspect trees, shrubs, and liner stock plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting until irrigation mainline pressure test and irrigation coverage tests are accepted. 3.02 PREPARATION: A. Stake out locations for plants and outline of planting beds on the ground with non- toxic substance as gypsum. B. Do not begin excavation until plant locations and plant beds are acceptable to the City Inspector. T-22 E 3.03 INSTALLATION: 0 A. Excavation for Planting: 1. Pits and Trenches: a. Shape: 1. Dig vertical sides and flat bottom on all pits and trenches. 2. Plant pits to be square for box material, and circular for canned material. b. Size: 1. All plant pits for shrugs shall be dug twice the diameter and twice the depth of the root ball. 2. Refer to the plans for the size of tree plant pits. B. Preparation of Planting Areas: 1. The area to be planted shall be deep -ripped to a depth of twelve (12) inches. The deep ripping shall be done in a cross pattern, after the site has been rough graded, and prior to spreading soil amendments and conditioners. All rocks which are greater than two inches in diameter, measured at their largest diameter, shall be removed from the top two (2) inches of the ripped area. At the completion of the deep -ripping operations, the areas to receive top soil and/or soil conditioners shall be brought to a smooth, uniform surface free of ruts, furrows and other irregularities. Post -grading swales and mounds shall be limited to one -inch vertical deviation from a regular surface. 2. After approximate finished grades have been established, planting pits shall be dug and backfill mixes established. Actual materials and rates shall be determined by the soil laboratory recommendations. The following materials and rates are included for bidding purposes only. Once the soils report has been reviewed and bid costs adjusted accordingly, the City shall issue a field notification for the actual amendments, rates, and manner of installation. a. Tree and Shrub Backfill: 1. 6 parts by volume on-site soil 2. 4 parts by volume nitrogen stabilized organic amendment 3. 1 Ib. 12-12-12 fertilizer per cu. yd. 4. 10 lbs. agricultural gypsum per cu. yd. 5. 2 lbs. iron sulfate per cu. yd., (keep from all hard surfaces, as iron sulfate can stain) 3. All soil areas shall be compacted and settled by application of heavy irrigation to a minimum depth of twelve (12) inches. C. Final Grades: 1. After the foregoing specified deep watering, minor modification to grade may be required to establish the final grade. These areas shall not be worked until the moisture content has been reduced to a point where working it will not destroy soil structure. a. Finish grading shall insure proper drainage of the site. b. All areas shall be graded so that the final grades will be 2 inches T-23 0 0 below adjacent paved areas, sidewalks, and valve boxes. Surface drainage shall be away from all building foundations and/or walls. C. Eliminate all erosion scars. d. At time of planting, the top two (2) inches of all areas to be planted or seeded shall be free of stones, stumps, or other deleterious matter one (1) inch in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. e. Finish grading shall be consistent and free from undulations, irregularities or depressions. Areas filled by floating loose soil into depressions shall be thoroughly watered to ensure compaction. D. Dispose of Excess Soil: 1. Dispose of unacceptable or unused excess soil off-site in a manner consistent with local codes. E. Erosion Control: 1. Install jute mesh on all slopes in excess of 2:1, and all 2:1 slopes over five (5) feet in height. Only install jute mesh material on slopes. Verify jute mesh locations with the City Inspector prior to installation. Jute mesh shall be placed during the maintenance phase when and as directed by the City where additional soil erosion is evident. Jute mesh shall be installed loosely, up and down the slope in a vertical manner. The installed mesh netting shall fit the soil surface contour and shall be held in place by nine (9) inch long, 11 gauge minimum steel wire staples driven vertically into the soil at approximately twenty-four (24) inch spacing. Jute mesh netting strips shall overlap along the sides at least six (6) inches. Lap all ends of rolls a minimum of twenty-four(24) inches. No voids or airspaces shall be allowed under jute mesh, as mesh shall contact soil uniformly over the entire area. Maintenance of Final Grades: 1. It shall be the responsibility of the Contractor to maintain the final grades throughout the Construction Phase. All erosion shall be properly repaired at the Contractor's own cost to the City's satisfaction. Any slope soil run-off onto adjacent paving areas shall be cleaned regularly by the Contractor. 3.04 PLANTING INSTALLATION A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the City Inspector. 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken. The plants shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. T-24 B. Weed Control: 1. After soil preparation and establishment of final grades prior to any planting, the Contractor shall irrigate thoroughly for a period of time, two to three weeks, until the weed seeds have germinated. When there is sufficient weed seed germination, the Contractor shall apply a post -emergent contact herbicide according to the directions of the manufacturer, conforming to any and all codes affecting herbicide handling and use. 2. The contractor shall then wait an additional two (2) weeks to allow the herbicide to dissipate, then plant as indicated in the plans and specifications. The Contractor shall remove any residual foliage. Roots shall be removed except on slopes 2:1 or greaterwhere they shall remain to add to the slope's stability. 3. The end of the weed control period will be determined by the City Inspector based upon on-site inspection. C. Lay -out of Major Plantings: 1. Locations of plants and outlines of areas to be planted shall be marked on the ground with gypsum by the Contractor before any plant pits are dug or as directed by the City Inspector. All such locations shall be approved by the City Inspector. If an underground construction or utility line is encountered in the excavation of planting areas, notify the City immediately to clarify if the utility line is dangerous. Other locations for planting may be selected by the City Inspector. D. Planting of Trees and Shrubs: 1. Excavation for planting shall include the stripping and stacking of all acceptable topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backfill or in establishing the final grades shall be removed from the site in a manner consistent with all local codes. 3. Protect all areas from excessive compaction when trucking plants or other materials to the planting site 4. All excavated holes shall have vertical sides with roughened surfaces. 5. Center plant in pit or trench. 6. Face plants with fullest growth into prevailing wind, unless other wise directed by the City Inspector. 7. Set plants plumb and hold rigidly in position until soil has been tamped firmly around root ball. 8. All plants which settle deeper than specified above shall be raised to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approximately one-half of the height of the root ball. At this stage, water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil. 9. Can Removal: a. Cut cans on two sides with an acceptable can cutter. b. Do not injure root ball. c. Do not cut cans with a spade or ax. d. Carefully remove plants without injury or damage to the root ball. e. After removing the plant, superficially cut edge -roots with a knife on three sides. T-25 0 0 10. Box Removal: a. Remove bottoms of plant boxes before planting b. Remove sides of box without damage to root ball after positioning plant and partially backfilling. 11. Hand backfill and hand tamp leaving a slight depression around bases of plants. a. After the water has completely drained, planting tablets shall be placed as specified by the manufacturer. 12. Backfill the remainder of the hole. 13. Planting tablets shall be set with each plant on the top of the root ball whole the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. 14. After backfilling, an earthen basin shall be constructed around plants as follows: a. Each basin shall be of a depth sufficient to hold at least two (2) inches of water b. One -gallon plants shall have a basin not less than twenty-four (24) inches in diameter. C. Five -gallon plants shall have a basin not less than thirty-six (36) inches in diameter. d. Fifteen -gallon and 24" box trees shall have a basin not less than forty-eight (48) inches in diameter. e. One -gallon plants used as groundcovers need not have basins built up from amended soil if their spacing is 36" O.C. or less as specified on drawings. 15. Pruning: a. Pruning shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for loss of roots during transplanting, but never to exceed one-third of the branching structure. 16. Staking and Guying: a. Staking of all trees shall conform to tree staking and tree guying details. b. One tree of each size shall be staked and approved by the City Inspector prior to continued staking. 3.05 CLEAN-UP A. After all planting operations have been completed; remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. The Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day each week throughout the Construction Phase. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom -clean and shall wash down all paved areas within the contract area, leaving the premises in a clean condition throughout the Construction Phase. -END- T-26 0 SECTION 02970 LANDSCAPE MAINTENANCE PART 1 — GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, transportation, and services necessary to provide landscape maintenance to the project as described herein. B. Related Work Specified In Other Sections: Landscape Irrigation Landscape Planting 1.02 GENERAL MAINTENANCE: A. The length of the maintenance period shall be ninety (90) days. B. The plant establishment period shall be sixty (60) days. The start of the establishment period shall be determined by the City Inspector by site walk after all planting has been completed on-site. C. Maintenance of plant materials shall include, but not be limited to: trimming, pruning, watering, fertilization, weed control, cultivation, pest control, trash and litter pick-up shall be a part of clean up. The Contractor shall keep the site in a state of perpetual growth and repair. Irrigation maintenance shall include periodic operation of the irrigation system, adjustments, and minor repairs as necessary. D. All hardscape shall be kept clear of debris from the maintenance operations, erosion, run-off, irrigation, or wind blown debris. Clean up of walks adjacent to planting areas shall be the Contractor's responsibility. Street gutters shall be included within the debris/siltation removal program as directed by the City Inspector. E. The Contractor shall provide a general clean-up operation at least once a week for the purpose of removing trash or debris which may accumulate from the use of the area, wind blown debris, or other refuse. F. All personnel on the project shall be well trained, clean, neat at all times, and be conversant with these specifications. G. All work shall be performed in accordance with the best landscape maintenance practices and in keeping with the high aesthetic level of the facilities being maintained. H. Contractor shall be responsible for removing all weeds in joints of adjacent sidewalks and curbs as directed by the City Inspector. I. All landscape areas shall be patrolled weekly to check for vandalism damage, broken tree branches, rodents, insects, pests, and diseases. J. Water management: 1. Water only as required to allow penetration into the soil and avoid excess run-off. Once plant material is established, reduce water application to an as -needed rate to maintain healthy plant material. 2. Avoid water waste by setting controllers appropriately for the current season and weather and using repeat cycles. T-27 • 0 K. Avoid blocking the clear view of signs, illumination of light fixtures, and conflict with pedestrians and vehicles or their views. L. Safety of users shall be a prime goal of maintenance especially in regard to pruning of trees and trimming of ground covers away from walkways and/or structures. M. The Contractor, at his own expense, shall immediately replace all plant material that has failed during the maintenance phase. 1.03 QUALITY ASSURANCE: A. Work Force: 1. The Contractor's representative shall be experienced in landscape maintenance and shall have received an education in ornamental horticulture. The Contractor shall give his personal supervision to the work or shall have a competent foreman on the job site at all times during progress of the work. 2. The Contractor shall provide and maintain a current list of emergency telephone numbers for 24-hour emergency response. The Contractor shall initiate remedial action within two (2) hours from the time of notification. 1.04 MAINTENANCE PHASE: A. The Contractor shall continuously maintain all areas involved in this contract during the progress of the work and during the Maintenance Phase until final acceptance of the work by the City. B. Improper maintenance or poor condition of any plantings as determined by the City Inspector, during or at the end of the scheduled maintenance period may cause postponement of the final completion date of the contract. Project maintenance shall be continued by the Contractor until all work is acceptable to the City. C. Projects will not be segmented into separate Maintenance Phases unless specific work phases are indicated with the contract documents, and approved by the City Inspector. D. Any period of time the Contractor fails to adequately maintain plantings, replace unsuitable plants, perform weed control or other work, as determined by the City, that time will not be credited to the plant maintenance period, and shall be added on the end of the Maintenance Phase. E. The Contractor's maintenance period shall be extended to the City's satisfaction should the provisions within these plans and specifications not be fulfilled to the City's satisfaction. 1.05 START OF MAINTENANCE PHASE: A. The Maintenance Phase shall not start until all elements of construction, planting, and irrigation for the entire project are complete. The Maintenance period will begin upon acceptance of plant establishment by the City Inspector. B. The Contractor shall request an inspection to begin the Maintenance Phase after all planting and related work have been completed in accordance with the contract documents. If such criteria are met to the satisfaction of the City, a field notification shall be issued to the Contractor from the City, to establish the effective beginning date of the Maintenance Phase. The City has the ultimate authority in setting the beginning date for the Maintenance Phase. T-28 • 1.06 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one year for trees and one hundred twenty (120) days for shrubs. This guarantee shall begin from the date of final acceptance at the end of the Maintenance Phase as established by the City. Any plant material found to be dead, missing or in poor condition as determined by the City Inspector, shall be replaced by the Contractor at his expense. B. Any materials found to be dead, missing, or in poor condition as determined by the City Inspector, during the Maintenance Phase shall be replaced immediately, not at the end of the Maintenance Phase prior to inspection. The City Inspector shall be the sole judge as to the condition of material. Material to be replaced within the guarantee period shall be replaced by the Contractor within seven (7) days. 1.07 FINAL PROJECT SUBMITTALS: A. Prior to the date of the final inspection at the end of the Maintenance Phase, the Contractor shall acquire from the Landscape Architect mylar prints at the Contractor's expense, and record from the job record set all changes made during construction, label as "Record Drawings", and deliver to the City. Prior to the date of final inspection at the end of the Maintenance Phase, the Contractor shall deliver to the City the "Landscape and Irrigation Guarantee" as required. All other submittals as incorporated in the Irrigation and Planting Specifications shall also be completed prior to the final acceptance by the City. PART 3 — EXECUTION 3.01 MAINTENANCE: A. Maintenance shall conform to the following standards: 1. All areas shall be kept free of debris and all planted areas shall be weeded and cultivated at intervals of not more than seven (7) days. Watering, edging, trimming, fertilization, spraying and pest control, as may be required, shall be included in the maintenance period. 2. The Contractor shall be responsible for maintaining adequate protection of the entire project area. Damaged areas caused by erosion, tin; damage, graffiti, pests or other damage as deemed by the City shall be repaired at the Contractor's expense. 3. All sidewalks, paved areas and other areas adjacent to the planting areas shall be cleaned of all debris, soil, or other materials at intervals of not more than seven (7) days. All trash receptacles will be emptied weekly. 3.02 TREE AND SHRUB CARE: A. Watering: 1. Maintain a large enough water basin around plants in groundcover areas so that enough water can be applied to establish moisture through the major root zone. When hand -watering, use a waterwand to break the waterforce. Use mulches to reduce evaporation and frequency of watering. T-29 0 0 B. Pruning: 1. Trees: a. Prune trees to select and develop permanent scaffold branches that are smaller in diameter than the trunk or branch to which they are attached that have vertical spacing of from 18" to 48" and radial orientation. Other pruning shall be performed to correctthe following: 1. so permanent scaffold branches do not overlay one another 2. to eliminate diseased or damaged growth 3. to eliminate narrow V-shaped branch forks that lack strength 4. to reduce toppling and wind damage by thinning out crowns 5. to maintain growth within space limitations 6. to maintain a natural appearance 7. to balance crown with roots b. Under no circumstances shall stripping of lower branches, (raising up), of young trees be permitted. Lower branches shall be retained in a pinched back condition with as much foliage as possible to promote caliper trunk growth, (tapered trunk). Lower branches can be cut flush with the trunk only after the tree is able to stand erect without staking or other support. No stubbing of major branches will be accepted. C. Evergreen trees shall be thinned out and shaped when necessary to prevent wind and storm damage. The primary pruning of deciduous trees shall be done during the dormant season. Damaged trees or those that constitute health or safety problems shall be pruned at any time of the year as required. d. All tree pruning shall be done with hand equipment operated from the ground. If trees are larger than able to be pruned in such a manner, the condition will be brought to the attention of the City. e. Remove no more than 50% of a plant's foliage during pruning operations. f. Lower branches on established street trees shall be pruned 8' up for pedestrian clearance and 12' up for vehicular clearance. g. Topping of trees will not be approved. h. All tree trimming to be performed to International Society of Aboriculture standards. 2. Shrubs: a. The objectives of shrub pruning are the same as for trees. Shrubs shall not be clipped in balled or boxed forms unless such is required by the design. b. All burning cuts shall be made to lateral branches or buds or flush with the trunk. Stubbing will not be permitted. C. Remove any spent blossoms or flower stalks after flowering. d. Hedges and most plant masses shall be pruned into a mass form, not individual plant balls or boxes. C. Staking and Guying: 1. Remove stakes and guys as soon as they are no longer needed as determined by the City Inspector. Stakes and guys are to be inspected to prevent girdling of trunks or branches and to prevent rubbing that causes T-30 0 0 bark abrasions. Trees found damaged shall be replaced at the Contractor's expense. D. Weed Control: 1. Keep basins and areas between plants free of weeds. Use recommended legally approved pre -emergent herbicides and removal by hand methods. Avoid frequent soil cultivation that destroys shall roots. Apply mulches to help prevent weed seed germination or as needed to cover thinning mulch areas, no soil shall be exposed. Avoid post -emergent herbicides in areas where overspray may kill young plants. E. Insect Control: 1. Maintain a reasonable control with approved materials and methods that are legally accepted in the area. Disease and Pest Control: 1. The Contractor shall be responsible to control all diseases and pests during the Maintenance Phase. All disease and pest control materials and methods shall be at the direction of a licensed pest control operator. The City shall be made aware of all methods and materials to be used for disease and pest control. The Contractor shall implement the control measures exercising extreme caution in using pesticides and taking all necessary steps to ensure the safety of the public. G. Fertilization: 1. Fertilize all planting areas with the following materials. These materials and schedules are intended for bidding purposes only. Actual materials and rates shall be specified in the project soil fertility and agricultural suitability report. Any changes in cost from these specifications shall be approved in writing from the City prior to any work. a. Beginning of Maintenance Phase: Ammonium sulfate 5 lbs./1,000 sq.ft. b. End of first 30 days: Ammonium sulfate 5 lbs./1,000 sq.ft. C. At additional 60 day periods: Granular Fertilizer 16-6-8 6 lbs./1,000 sq.ft. 2. Avoid applying fertilizer to the root ball and base of main stem; rather spread evenly under plant to the drip line. Rates will vary from about a cup of nitrate fertilizer, (depending on nitrogen percentage) around a newly planted small plant, to about one-half (1/2) Ib. of actual nitrogen per inch of trunk diameter measured four feet from the ground for mature trees. 3.03 IRRIGATION SYSTEM A. The Contractor shall check all systems for proper operation a minimum of once a month. Lateral lines shall be flushed out after removing the last sprinkler head or two at each end of the lateral as deemed necessary. All heads are to be adjusted as necessary for 100%, head-to-head coverage. T-31 0 0 B. Set and program automatic controllers for seasonal water requirements. The Contractor shall adjust his watering schedule equal to the application rate each area is capable of receiving based on topography, soil type, plant material, season, and weather. Give City a key to controllers and instructions on how to tum off the system in case of emergency. C. Repair all damages to the irrigation system at the Contractor's expense. Repairs shall be made within one watering cycle. All replaced equipment shall match the equipment specified on the plans and specifications. D. Replace or clean out all plugged or non -working heads immediately during the maintenance period. 3.04 FINAL ACCEPTANCE A. The Contractor shall be aware that the landscape shall be in a vigorous and thriving condition prior to final acceptance. All plant material which may still be under stress from the Construction Phase shall at this time be rejected and replaced by healthy and vigorous plant material prior to final acceptance. Plants that are one-sided, leaning, broken or in an unhealthy looking condition as determined by the City Inspector shall be immediately replaced prior to final acceptance. B. All plant material shall have new growth trimmed neatly, and all hardscape shall be broom -cleaned prior to final acceptance. -END- T-32 ,. 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 4 September 23, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, Principal Civil Engineer 949-6443311 msinacod@city.newport-beach.ca.us SUBJECT: BIG CANYON RESERVOIR LANDSCAPE AND SITE IMPROVEMENTS - AWARD OF CONTRACT NO. 3599 AND STATUS REPORT FOR THE BIG CANYON RESERVOIR COVERING AND DISINFECTION FACILITIES RECOMMENDATIONS: 1. Approve the plans and specifications for the Big Canyon Reservoir Landscape and Site Improvements. 2. Award Contract No. 3599 to Mega Way Enterprise for the Total Bid Price of $283,995.00 and authorize the Mayor and the City Clerk to execute the contract. 3. Receive and file status report for the Big Canyon Reservoir Covering and Disinfection Improvements. DISCUSSION: At 2:00 P.M. on August 27, 2003, the City Clerk opened and read the following bids for the Big Canyon Reservoir (BCR) Landscaping and Site Improvements: BIDDER Low Mega Way Enterprises 2 GCI Construction 3 TMT Development 4 Diversified Landscape Management 5 Excel Paving 6 Terra -Cal Construction 7 Mariposal Horticulture Enterprises 8 4 -Con Engineering 9 DMA Contracting 10 Green Giant Landscaping, Inc. TOTAL BID AMOUNT $283,995.00 287,264.00 289,700.00 297,427.00 297,704.00 306,334.00 309,397.60 318,708.00 322,049.00 334,322.80 Subject: Big Canyon Resor Landscape Improvements — Award of ConANo. 3599 and Status Report for the Big Canyon Reservoir Covering and Disinfection Facilities September 23, 2003 Page: 2 The low total bid amount is 5 percent below the Engineer's Estimate of $299,000. The low bidder, Mega Way Enterprises possesses a General "A" contractor's license as required by the project specifications and has recently completed the Jamboree Road Landscape Median project for the City. They have also completed projects for other agencies. BACKGROUND: The Big Canyon Reservoir (BCR) is a 600 Acre -Foot (200 million -gallon) potable water storage reservoir located in Corona del Mar. The full capacity of the reservoir provides the City with 10 days of average water demand storage. In the event of an emergency within the City, those 10 days could be extended by implementing water conservation measures. This facility was originally constructed in the early 1960's as a main delivery point for the imported Metropolitan Water District supply. During the 1950's, the City's wells in Huntington Beach began to experience saltwater intrusion and were subsequently abandoned when the BCR was put into service. An open water reservoir was an acceptable facility in the 1960's. However, as water quality standards have become more stringent, the Department of Health Services (DOHS) mandated the City cover its reservoir or abandon the facility. This mandate has been in effect since 1994. In 1994, the City was in the midst of designing and constructing the Groundwater Development Project and funding was already committed to that effort. The City planned to comply with the mandate and cover the reservoir by setting aside reserves to complete the $5 million project. Staff has also requested Federal Funding assistance over the past four years, which was approved this past year for $867,300. The City prepared an initial study pursuant to CEOA requirements and also conducted two public hearings about the scope of the project and solicited input on the project and alternatives. As a result of the study, a Mitigated Negative Declaration was prepared and approved by the City Council on June 27, 1994. As part of the mitigations, staff was required to develop a landscape mitigation plan in consultation with the surrounding community. These project plans and specifications are a result of that public outreach. Attached is a letter from the Seaview Community Association, which is the community immediately to the north of BCR. Meetings with the Seaview Community resulted in additional proposed landscaping, though not a required mitigation, along San Miguel to screen the dam face from the traveling public. Staff has also consulted with the Pacific View Cemetery in the development of the landscape mitigation, including a study of possibly including new landscaping and trees on the cemetery side of the fence line. The local management of the cemetery was very supportive of the idea at first; however, the corporate ownership had concerns about planting any new trees that could affect views and become controversial in the future. Subject: Big Canyon Reserveandscape Improvements — Award of Contract 3599 and Status Report for the Big Canyon Reservoir Covering and Disinfection Facilities September 23, 2003 Page: 3 LANDSCAPE AND SITE IMPROVEMENT PROJECT DISCUSSION: The landscape and site improvement project is mostly tree replacement on the northeasterly side of the reservoir site between the Pacific View Cemetery property and BCR. The original 1960's reservoir site work included a row of Eucalyptus trees between Pacific View Cemetery and BCR. These trees have deteriorated over the last 40 years and only a few are still standing. The tree replacement will also include a new irrigation system to allow the trees to survive into the future. Additional screening trees will be added below the dam face to soften the view impacts of the reservoir site to the motoring public on San Miguel Drive. The project also includes a new decorative split face block wall and planters along San Miguel Drive with landscaping adjacent to the street right-of-way. This was a specific request from the Seaview Community Association and other residents who complain about the existing chain link fence and lack of landscaping on the reservoir site. The project schedule calls for completion of the landscaping and site improvements in sixty (60) working days with an estimated completion date of January 16, 2003. STATUS OF THE COVERING AND DISINFECTION FACILITIES On June 10, 2003 the City Council authorized staff to proceed with the $867,300 EPA Grant Application for the BCR Covering and Disinfection Improvements. The application has been submitted and staff, with the assistance of Bucknam and Associates, continues to work with the EPA on the required federal environmental clearances under the National Environmental Protection Act (NEPA). An Environmental Assessment should be completed by the end of September. An official approval by the EPA should be received in November with issuance of the funds by years end. Design of the plans and specifications for the covering and disinfection facilities are in the final stages and expected to be completed mid-October. Once the design is complete, staff will advertise for bids and award the construction contract by the end of the calendar year. Assuming the grant funding is secured in conjunction with the award, construction for the covering and disinfection facilities could begin in January, which coincides with the completion of the landscape and site improvements project. Environmental Review: A Negative Declaration in accordance with the California Environmental Quality Act (CEQA) has been prepared and approved by the City Council on June 27, 1994. An environmental document in accordance with the NEPA will be developed by EPA as part of the implementation of the grant program. Subject: Big Canyon Restir Landscape Improvements — Award of ContrONo. 3599 and Status Report for the Big Canyon Reservoir Covering and Disinfection Facilities September 23, 2003 Page: 4 Public Notice: Public notice is not required for the landscape and site improvement project. Funding Availability: There are sufficient funds available in the following account: Account DescriDtion Account Number Amount Water Enterprise Fund, 7503-C5500690 $283,995.00 Big Canyon Reservoir The expenditures for the landscape and site improvements will not be eligible for matching grant funds since the expenditures for the project will occur before the grant is approved. Prepared by: Mic ael J. Sina d Principal Civil Engineer Attachments: Project Location Map Submitted by: iKG. Badum Works Director Bid Summary Letter dated July 21, 2003 from the Seaview Community Association a ... ..... ... Harbor Day School A HI bwi�il IL. V M Big Canyon Reservoir a n Disinfection Facility C31,N\l �AY\ Oli L======J :Z U W Gf W I-. IL f0 Q W Oo IL WX Z0 O u. ; OU C5? CL 0 0 i 0 0 SeaView Community Association 17300 Redhill Avenue, Suite 210, Irvine, CA 92614 July 21, 2003 Mr. Milce Sinacori Principal Civil Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92660 Re: Big Canyon Reservoir Dear Mr. Sinacori: As management representative for the SeaView Community Association I am writing to advise you that the Landscape Committee and the Board of Directors have reviewed the drawings of the proposed changes/additions to the above referenced reservoir. The Landscape Committee and the Board of Directors have no problems with the design and wish to express their appreciation for the attention given to the SeaView Community regarding this matter. If you have any questions please do not hesitate to contact our office. The Emmons Company P.O. Box 19530 Irvine, California 92623 • (949) 752-2225 • Fax (949) 798-0367