Loading...
HomeMy WebLinkAboutC-3794 - Superior Avenue Median ImprovementsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC April 22, 2008 GMC Engineering, Inc. 1401 Warner Avenue #B Tustin, CA 92780 Subject: Superior Ave. Median Improvements (C -3794) To Whom It May Concern: On March 11, 2008, 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 18, 2008, Reference No. 2008000125124. The Surety for the contract is First National Insurance Company of America and the bond number is 6469223. Enclosed is the Labor & Materials Payment Bond. Sincere'ly /,q �iy� - �j�� VU�NC ri / di�`���' LaVonne M. Harkless, MMC City Clerk cc: Public Works Department encl. 3300 Newport Boulevard - Post Ofllce Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us Premium: Included CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 BOND NO, 6469223 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GMC ENGINEERING, INC., hereinafter designated as the "Principal," a contract for construction of SUPERIOR AVENUE MEDIAN IMPROVEMENTS, Contract No. 3794 in the City of Newport Beach, in strict confonnity 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. 3794 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, First National Insurance Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surely) are held firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty -Four Thousand, One Hundred Eighteen and 501100 Dollars ($634,718.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations . entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action le 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 shalt in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17th day of September _ _, 2007. GMC ENGINEERING, INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis Aliso Viejo, CA 92656 Address of Surety 949 -860 -6620 Telephone /A 4::: � e) )W- Authorized Sign rerPtle Jeffrey R. Gryde, Attorney-in-Fact____ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 POWER First National Insurance Company of America Po Searle Plaza OF ATTORNEY seams. WA sates No. 9392 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ` *`""**"... "*'M`".* "" *JEFFREY R GRYOE; Costa Mesa, Califomia' "**'uc*.*"""a�* He true and lawful adomey(s)4n -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as idly as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of October 2006 STEPHANIE DALEY- WATSON, SECRETARY TIM MIKOLAJEWSKL SENIOR VICE - PRESIDENT, SURETY CERTIFICATE Extract from fie By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument malting or evMencing such appdmmerd, the signatures may be affixed by facsimile. On any instrument conferring such authority or on arty bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By -Laws, and (ii) A copy of the power- of- attomay appointment, executed pursuant thereto, and (ui) CartRying that said powerof- attomey appointment is in full force and effect the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Abomey issued pursuant thereto, are true ant correct, and that both the By -Laws, the Rasolidon and the Power of Aflomey are still in full force end effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S- 10491DF4l05 this 17th day of September 2007 IWUPA&41 0 J15��40_1 STEPHANIE DALEY-- WATSON.SECRETARY Saieoo® and the SaNco logo are regislered trademarks of SAm Corporation. WEB PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 14nge LQS les ss. On September 17, 2007 before me, l.C16sbt e j qn e t naf c7 C/ , Nfy Dale Name aW Tate at O9ker (e g.. -Jane Doa No" Publk personally appeared Csf4C,� Neme(s� d Sgnega) CHRISTINE JANE THATCHER Commission / 1716546 .� Notary Public - California tos Angeles County rrilyCo m9. EgpYesJon26,2011 XLpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person%) whose name(4 is /are subscribed to the within instrument and acknowledged to me that he /spe/" executed the same in his /herdtheir authorized capacity(lec), and that by his /heatheir signalureN on the instrument the person(e), or the entity upon b'ehdlf of which the person(g) acted, executo the ' instrument. WITNESS 4y Mnd and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 1 r4 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • Individual Top of thumb here • Corporate Officer — Title(s): • Partner —❑ Limited ❑ General jZI Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 National Notary Assodalgn • 9]50 De Soto Ave.. P.O. B0{24W • Chabwo0h. CA 91313-2a02 Na. 5907 NeoNei CO TW -Free 1- 900 -B16-8927 CALIFORNIA ALL - PURPOSE CKNOWLEDGMENT State of i.ali�et n)ic. County of Oc ."e, On .Sepie27 .2007 before me, �I personally appeared %reA)N &AV Ckt2 impersonally known to Me– to be the person. * whose nameK isl*Fgsubscdbed to the within instrument and acknowledged to me that he4gufte¢ executed the same in hiadm0liteffeuthorized capacityjiegr and that by hls/ t 'signature$Wbn the instrument the personoW, COWAN don * 1709M or the entity upon behalf of which the personX acted, t FUW executed the instrument, C MQGM t WITNESS my hand and official seal. b ltd 4 1 �, ir•� SaWure of NMry Public OPMONAL Though the informalion below is not required by law, it may prove valuable to persons raWg on (he document and could prevent fraudulent removal and reattachment of M form to another document Description of Attached Document Title or Type of Document: La 1)or onjA omierlka r� & -y'MW+ BnNd Document Date: SePT er 17 2)07 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _&p10jv__Cklz-h;_ ❑ Individual Corporate tICere� Title(s): oeSt eA ❑ Partner — ❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ QthBf: Top of thumb here Signer Is Representing: Signer's Name: F. ■ 9 Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RiGH1 T13.IC!f?PRINT ur sic�lrR O 1994 NWJQf W NOblry ASSOMiWn • WX RlpWW Ave.. P.O. Sw 7184. ONCpn Patt, CA 91808 -7190 Popp. Np, 5907 Rmi%r. Qe0 TOIW" 1.80D-87e 7 This Document electronically recorded by Wert Mail C Rudorded in Official Records, Orange County RECORDING REQUESTED BY AND Tom baly, Clerk- Recorder WHEN RECORDED RETURN .TO. .. NO FEE City Clerk 200800012511124 02:22pm 03118108 City of Newport Beach 228 195 N121 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GMC Engineering, Inc. of Tustin, California, as Contractor, entered into a Contract on September 25, 2007. Said Contract set forth certain improvements, as follows: Superior Avenue Median Improvements tC -3794 Work on said Contract was completed, and was found to be acceptable on March 11, 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 0 !(�iY� o�0 ®�f at Newport Beach, California. BY &Iett_ �1v City Clerk Y .c/ W Pn\ • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 12, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Superior Avenue Median Improvements (C -3794) Notice of Completion for Dolphin Deep Water Well Rehabilitation (C -3978) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 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 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC March 11, 2009 GMC Engineering, Inc. 1401 Warner Avenue, Suite B Tustin, CA 92780 Subject: Superior Avenue Median Improvements (C -3794) To Whom It May Concern: On March 11, 2008, 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 22, 2008. The Surety for the contract is First National Insurance Company of America, and the bond number is 6469223. Enclosed is the Faithful Performance Bond. Sincerely, V t44` CP Leilani I. Brown, MMC City Clerk 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 BOND NO. 6469223 FAITHFUL PERFORMANCE BOND The premium charges on this Bond Is $ 6301.00 being at the rate of $ 9.94 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Bead, State of California, by motion adopted, awarded to GMC ENGINEERING, INC., hereinafter designated as the "Principal ", a contract for construction of SUPERIOR AVENUE MEDIAN IMPROVEMENTS, Contract No. 3794 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. 3794 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and First National Insurance Company of America 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 Six Hundred Thirty -Four Thousand, One Hundred Eighteen and 501100 Dollars ($634,118.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be pald to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to Indemnify, defend, and save harmless the City of Newport Beach, Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in atldition 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 anyway affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force a nd 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 17th day of September . 2007. CIVIC ENGINEERING, INC. (Principal) Authorized Sign ureiTtle First National Insurance Company of America Name of Surety 120 Vantis Aliso Vieio, CA 92656 Address of Surety Telephone -4hsle�'7fF.1 A'u rued Agdht gignature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 POWER Fast National lnwrance Company ofAmedca a OF ATTORNEY Salem . Plaza OF No. 9392 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington cerporation, does hereby appoint x`x**""** s.a ***"** *JEFFREYRGRYDE; Costa Mesa, California *"*,E•* **"#*****'F**"*a*`s"..* "a* its true and lawful atlomey(s)sin -fed, with full apthority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of October 2006 STEPHANIE DALEY- WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE- PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President the Secretary, and any Assistant Vice President appointed for that purpose by the after in charge of surety operations, shall each have authority to appoint individuals as attomeys4n -fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Amide V. Section 13 of the By -Laws, and (ii) Acopy of the power- of- attomay appointment, executed pursuant thereto, and (iii) Certifying that said powerof- attomey appointment is in full force and effect. the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' I, Stephanie Daley- Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are sill in full farce and effect . IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 17th day or September 2007 S EAy `Ldx✓ SL 3929 e ,�y STEPHANIE DALEY-WATSON, SECRETARY S -t 0491DF 4106 • T Safsoa® and the Salem logo are registered trademaft of Santo Corporation. WEB PDF CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of L05 Amle 5 ss. On SWtember 17, 2007 before me,5tiSf ne 3 one -Nat&& , MW �lo�rity Name aM The M DI60N 10.9.. -J Doe. Nolan' Pa 1 personally appeared CH ISONE JANE "THATCHER Commission # 1716646 Notary Public - Callfornla S alifilitComm.blipliaJanX2011 Los Angelm County Xpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person00 whose name(AO is /are subscribed to the within instrument and acknowledged to me that he /sheft" executed the same in hisiherdtheir authorized capacity(ies), and that by his /h4Wthair signature($) on the instrument the person(w), or the entity upon b of which the person(,(() acted, execut he iir�trument. WITNESS m hand and official seal. Spnature of Notmy PuW OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: __6clnG Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: • e • Individual Top of thumb here • Corporate Officer— Title(s): • Partner — ❑Limited ❑General }4 Attomeyin•Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 1999 National Notary Assume • 9350 Do Soto Ave.. P.D. Bor,24M • Mts rth. DA 91313�2402 • w nag lMmry.ar, Rah W. Wn %larder. Cell Td Fw 1400 -616 -6621 CALIFORNIA ALL-PURPOSE. 'KNOWLEDGMENT State of i'a�i�nrNiO� On Sep�mb%C /7l e2QQ beforeme, K }i v. L. �urNUrrt. n}r>4 one f Name entl Tltle a oRker fe.q•, Jena D1 %t personally appeared Xpersonally known to me – o be the person whose nameA isf)mlsubscribed to the within instrument and acknowledged to me that he%pel#veyzexecuted the - - - same in hi - - - - - - - s/y+eUtdeWlkuthorized capacity,0eao, and that by 7 KMW L. ■■NUM j his/p signatureKon the instrument the persoRW, i commAswan 0 t 705M ` or the entity upon behalf of which the person(( acted, Ora " c executed the instrument. WITNESS my hand and official seal. OFMONAL Though the informedon below is not required by law, it may prove valueble to persons relying on the document and could prevent fraudulent removal and reattachment of this loan to anoHrer document. Description of Attached Document Title or Type of Document: R ,+A-W P "TOr woLrj - bBNd Document Date: Sef1cmbec 17 2007 NumberofPages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CTenhxftdy cA,'A1` ❑ Individual jiit� Corporate Officer nue(s): fteSid.P –tY • Partner — ❑ Limited ❑ General • Attomey-in -Fact • Trustee • Guardian or Conservator • Other. FTop of thumb here Signer Is Representing: Signer's Name: ■ Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: of slcr;eR 0 1994 Naawnl Nanary Awoaalion- 8238 Rennin Ave., P.O. Box 7181 - OWQP Puk, CA 9/308 -7194 Prod. No. 5907 Reorder: Ca0 ToIFFree 1.800.8788827 • • C Mi (3ti Ioo-'1003) CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT I - I I r Agenda Item No. 10 March 11, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran 949 - 644 -3315 or atran @city.newport- beach.ca.us SUBJECT: Superior Avenue Median Improvements —Completion and Acceptance of Contract No. 3794 RECOMMENDATIONS: 1. Accept the completed contract 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 1 year after Council acceptance. DISCUSSION: On September 25, 2007, the City Council authorized the award of the Superior Avenue Median Improvement project to GMC Engineering, Inc. The contract provided for the construction of new landscaped medians on Superior Avenue from Ticonderoga Street to Dana Road. 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: $634,118.50 Actual amount of bid items constructed: $629,989.80 Total amount of change orders. $11,439.25 Final contract cost: $641,429.05 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the reduction of plant material. As part of the original contract, the contractor was required to lay out a sample 200 feet of plant material for City approval. During our review, we noticed that some of the plants were too close together. Upon consultation with the landscape architect, staff made a field adjustment which reduced the number of plants to allow for proper growth. This resulted in a cost savings in plant material. The final overall construction cost including three change Oupenor Avenue Medan Improvements - Complehos Acceptance of Contract No. 3794 March 11. 2008 Page 2 orders was 1.2 percent over the original bid amount. The three change orders are as follows: Change Description Amount Order 1 Temporary striping and changeable message boards to $5,478.00 improve safety and traffic conditions 2 Deletion of thermoplastic striping — In anticipation of the <$1,449.00> pavement rehabilitation project, staff opted to go with paint in lieu of thermoplastic. 3 a) Abandoned an existing water service $7,410.25 b) Upgraded sprinkler heads to prevent leakage c Removal of temporary striping Total Project Change Orders $11,439.25 In addition to the primary construction contract, this project involved other project expenses for material testing. Total project expenses are summarized as follows: Construction $641,429.05 Landscape Design — TCLA, Inc. $28,310.00 Material Testing — Harrington Geotechnical $6,500.00 Construction Inspection $3,193.65 Incidentals $715.80 Total Project Cost $680,148.50 Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteratign-of existing public facilities with negligible expansion. Funding Availability: Funds for the construction contract were expended from the following accounts: Account Description Gas Tax Gas Tax Contributions Wastewater Enterprise Account Number 7181- C5100302 7181- C5100870 7251- C5100870 7531- C5600292 Tota I: Amount $90,000.00 $304,499.90 $199,929.15 $47,000.00 $641,429.05 The original completion date was January 23, 2008- All work was substantially completed by this date. Prepared by: Andy Tran z Senior Civil Engineer Submitted by <:;I n adum ubl orks Director 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 a.m. on the 11th day of September, 2007, at which time such bids shall be opened and read for SUPERIOR AVENUE MEDIAN IMPROVEMENTS Title of Project Contract No. 3794 $1,070,000.00 Engineer's Estimate by ;'Stephen G. Badum Public Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE http7/1WWW,6tV-neWR0rt- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bids may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Andy Tran, Protect Engineer at(949)644-3315 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover 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 PAYMENT BOND .................................. .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ............ . ...... ... ...................................................................... SP -1 4 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 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 ADDENDA 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. 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. 731 091 A, A Contractor's License No. & Classification Rl roo N r;Na . Te,c Bidder Authorized Signatureffitle G "y ChiT)xX1Pre6,WcA - 's i Aa . I . -11 . t. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SURFRIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO, 3794 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 fimtly bound to the City of Newport Beach, a charter City, in the principal Sum of Ten Percent of the Total Amount Bid Dollars ($ 10 °k Z, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of SUPERIOR AVENUE MEDIAN IMPROVEMENTS, Contract No. 3794 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 fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance cerifrmates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void- IF the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shalt not exonerate the Surety from its obligations under this Bond. Witness our hands this 4th day of September 2007. GMC Engineering, Inc. $N& — Name of Contractor (Principal) Authorized SJgnaturOtfille First National Insurance Company of America Name of Surety 120 Vantis Aliso Viejo, CA 92656 Address of Surety 949 -860 -6620 Telephone Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) • Safecc� , KNOW ALL BY THESE PRESENTS: • No. 9392 0 Fire[ National Insurance Company of America Sareco Plaza Seattle, WA 98185 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *****'*"***.. *"" *JEFFREY R. GRYDE, Costa Mesa, California* * *"* ********'*"*`****"*a*****'** its true and lawful attomey(s)4n -fact, with full authority to execute on behalf of the company fidelity and surety bends or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of October 2006 .N4./u� �J•�Gf fk,�7.�'JCs• (�l..l�+w -�C> ' ' .�iJ�c,c STEPHANIE DALEY -W�A /TSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE - PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys4n -fact or under other appropriate tides with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the muree of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board or Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting tut, () The provisions of Article V, Section 13 of the By -Laws, and f i) A copy of the power -of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Stephanie Daley - Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Lam, the Resolution and the Pow of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 4th day of September 2007 a ivfe% �itx✓ SEAL 19 STEPHANIE DALEY- WATSON, SECRETARY S -1 079OF 4105 • 'r'r Safecu® and the Salaco logo are registered trademarks of Safeco corporation. WEB PDF 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los 14nge $ 55. On September 4, 2007 before me,C66st ne Jane -Thatcher f Vobo�y 0a1e Name antl Tile M OMicer (e.g.,'Jene Don. Notary PuElm ) personally appeared 3e{�(C -! Q4d� Nam(s) of Sg�legal CHRISTINE JANE iXATCXE Comtnitslon>K 7716545 Notary Public - California Lot AnyNtat County MyCamL9�Jm26.1017 personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persori whose name(,+ is /are subscribed to the within instrument and acknowledged to me that he /skel*wy executed the same in his /hef/Hteir authorized capacity(aes), and that by his /ho0yeir signature(N on the instrument the personal, or the entity upon behaff.,of which the person(g) acted, executed t :ins ument. WITNESS my h nd official seal. Sgaelfire of Notary Pubh OPTIONAL Though the informatAon below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer Signer's Name: Cl DI Individual Corporate Officer — Title(s): Partner — ❑Limited ❑General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Number of Pages: BIGHTTHUMBPRINT OF SIGNER Im 0 1999 Nffional Notary Assocabon • 9350 0. Solo A,.,. P0. BO52402 • Cnalswortb. CA 91313 -2402 • xvrw.nabonahotery.oy Pmtl. No. 507 Reonler Call ToI4 Free 1 800876%627 0 0 ACKNOWLEDGMENT CALIFORNIA ALL-PURPOSE Tt. s�<.T sit � a.•/r�<. A.r;W..U.f �...cNRY:. n�+^v.. �t.� - = of :!' State of California County of On seoh/ Lg l 2007 before me, Ka-4h /11oi2ip P.bIl fete Name aro titled icer (eq., • e, Nolen Pu 'e "1 personally appeared &e1\)L rlv i z h t' IC Names) of Slgnorla) Xpersonally known to me 7 KMW 6 Nowli � to be the personft whose name% islow subscribed to the 7 n Caftiam o 17111111111111114 within instrument and acknowledged to me that P%Vjft CaM11Cewondo he/�gq�J executed the same in hisl1)grl� authorized 1 capacity##), and that by hisosf/" signature$K on the instrument the person¢(), or the entity upon behalf of which the personftXi acted, executed the instrument. WITNESS my hand and official seal. P18Cp Nolery Seal Appye / S19nalum of Nomry PuMb OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment or this form to another document. Description of Attached Document Title or Type of Document: 1131'Cide —OS AQAjd Document Date: = Somine-r t/. ao0-z Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) claimed by Signers) Signer's Name: �T'eA)A)fi " Ctii AI ❑ Individual / ;Z Corporate Officer – Tdle(s): jffif!_SldeA1' ❑ Partner – ❑ Limited ❑ General ❑ Attorney to Fact P-MEMEMMOR , D Trustee I_I Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: D Individual D Corporate Officer – D Partner – D Limited D Attorney in Fact D Trustee Tltle(s): — ❑ General • Guardian or Conservator • Other: Signer Is Representing Top d IhumO here ® 2008 Netldel Nolan/ Asecaatlon • 9359 Da 50 Ave.. P.D. BM 2402 - ChaIM10 h, CA 913192/02 Ibm No. 5907 Necucsc Call Tull Fme 1-80D87868Z7 Best's Rating Center - Company Information for First National Insurance Co of America Center Industry Research Ratings Definitions k Search Bests Ratlruts Press Rtttsases Related Products k Industry 8 ReXjonal Country Rist hlowto Get Rated Contact an Analvst vww Ratings: Financial Strength Issuer Credit Securities Advanced Search Other Web Centers: I Select One J Page 1 of 2 Pnnl in* page First National Insurance Co of America to member & Sa(ew Insurance C=panies) Asagnesl 0 companies plat have.n A.MSest 0: 02446 NAIC e: 20724 FEIN Y: 910743144 our pplmw, an excellent ability to, Stock Ticker: Nex York $lock Fxchange NY$E SAE their agoN obligalions to 1�i p r • Address: Safeco Plaza Phone: 206545 -5000 pdicyholdem A Seattle. WA 98185 Fax: 2005455500 ' "" " Web: www.safeco.com Best's Ratings Financial Strength Ratings Viaw QIafimtIQns Issuer Credit Ratings View Definitions Rating: A (Excellent) Long -Term: a* Affiliation Code: p (Pooled) Outlook: Positive Financial Size Category: XV ($2 Billion or greater) Action: Affirmed Outlook: Positive Date: May 30, 2007 Action: Affirmed Effective Date: May 30, 2007 * Denotes Under Review Best's Ratings Reports and News Visit our NewsRoom for the latest news and.pressi releases for this company and its A.M. Best Group. Best's.C.ompany Report - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, 7 detailed business overview and key financial data. • i S Report Revision Date: 06/1812007 (represents the latest significant change). Historical Reports are available in Best's Company Repon_Arc e. r_ -L Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance y; sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2007 Bests Statement File - PIC. US. Contains data compiled as of 813112007 (Quality Cross Checked). • Single Company - five years of financial data specifically on this company. • Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies you select. • Composite - evaluate this company's financials against a peer group composite. Report displays both the average and total composite of your selected peer group. AMD CrredltResort - Business Professional - provides three years of key financial data presented with colorful charts and tables. Each iE:v.'ar1:. report also features the latest Best's Ratings. Rating Rationale and an excerpt from our Business Review commentary. Data Status: Contains data compiled as of 8/31/2007 (Quality Cross Checked). http:// ww-w3 .ambest.comlratingsIFullProfile. asp? B1= 0 &AMBNum= 2446 &AItSrc= 1 &A1tNum= &URATfNGID= 840616 &Ext ... 09/12/2007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 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 Contractors 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) Subcontractors information Bid hem Description of Work %of Number Total Bid NF Griffith Company OP.r► A, 12200 Bloomfield Ave Santa Fe Springs, CA 90670 (562) 929 -1128y License# 88 P) Concrete Flatwork 5 State License Number: V__ Orange Co Striping Sery N Pixley !� Or Orange, CA 92668 (714) 639 -4550 Lic # 346095 C32 Slate License Number: Name: MACADEE ELECTRICAL 14 Cherry Circle Chino no Hills, CA 91709 4/ 7 (909) 627 -1336 License # 583125 Z D ELECTRICAL Stale License Number: 1'tvm,0 WWI Y '+ Authorized Signature/Titl Genuawdy Ch;zh KI PVe4i deN+ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 DESIGNATION OF SUBCONTRACTORIS) 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 Information Bid Item Description of Work %of Number Total Bid Name: Matra Construction Inc. 0 / 620 S. Cypress St� o La Habra, CA 90631 ' (562) 697 -9705 F Lic# M DRAM STORM D1tAIN S1GLtL1(iGl(�uc wUIIIU�fI. - yam' �r /Y Name Rock Structures Const. Co. A Magnolia Ave #3 -G Riverside, CA 92503 Lic# 596470 -A (909) 351 32 a P -7799 Stone Work 3 State License Number: Name: Star Landscape & Maint. (� P 13ll Beachwood Fullerton, CA 92835 �� (714) 529 -2548 S C7] ✓ F Landscape/Irrigation License # 329274 C27 State License Number. l r 1� : M N, _at Authorized Signature/Titl &e-w&wdy Ch;zAiK/ President} 0 eWERIGOe 0 GENERAL ENGINEERING CONTRACTOR Uc. No. 739091 CONTRACTORS PROPOSAL REFERENCE LIST DRESS 200 E. Anaheim Anaheim, CA 92807 R JOB# 194 -05 NTACT Dan Debasio ONE (714) 765 -5285 SCRIPTION & CONTRACT OUNT State College Blvd.Median / Ball Road Intersection Improvements $ 1,377,713.00 R JOB# 202 -06 NTACT Dan Debasio ONE (714) 765 -5285 3CRIPTION & CONTRACT OUNT Lincoln Avenue Street and Median Improvements $ 1,678,026.00 R JOB# 203 -06 NTACT Dan Debasio ONE (714) 765 -5285 SCRIPTION & CONTRACT OUNT Harbor Blvd. / Ball Road Intersection Improvements $ 394,010.00 R JOB# 204 -06 NTACT Dan Debasio DINE (714) 765 -5285 SCRIPTION & CONTRACT OUNT Lincoln Ave. / Sunkist St. Intersection Improvements $ 421,003.00 R JOB# 206 -06 NTACT Keith Laster / Dan Debasio ONE (714) 765 -5285 3CRIPTION & CONTRACT OUNT State College Median & Landscape Improvements $ 1,687,843.50 R JOB# 209 -07 NTACT Keith Laster / Dan Debasio ONE (714) 765 -5285 SCRIPTION & CONTRACT OUNT Harbor Blvd. Roadway and Parkway Improvements $ 331,785.56 2ESS One Civic Center Circle, Brea, CA 92621 JOB# 189 -05 -ACT Raul Lising PE JE (714) 671 -4450 :RIPTION & CONTRACT JNT Lambert & Kraemer Intersection Improvemetns $ 287,506.00 ADDRESS 11111 Brookshire Ave Downey, CA 90241 -7016 OURJOB# 205 -06 CONTACT Jim Bautista PHONE (562) 904 -7117 DESCRIPTION & CONTRACT AMOUNT Paramount Blvd. Medians $ 394,771.00 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 0 eGIIEEINIGIt 0 GENERAL ENGINEERING CONTRACTOR Uc. No. 739091 CONTRACTORS PROPOSAL REFERENCE LIST OWNER City of Huntington Beach ADDRESS 2000 Main Street Huntington Beach, CA OUR JOB# 195 -05 CONTACT Eric Charlonne PHONE (714) 536 -5430 DESCRIPTION & CONTRACT AMOUNT Underhill Lane Improvements $ 577,577.50 OUR JOB# 190 -05 CONTACT Eric Charlonne PHONE (714) 536 -5430 DESCRIPTION & CONTRACT AMOUNT Adams & Brookhurst Intersection Improvements $ 434,974.00 OWNER City of Irvine ADDRESS One Civic Center Plaza Irvine, CA 92623 -9575 OUR JOB# 210 -07 CONTACT Louie Martinez PHONE (949) 724 -7343 DESCRIPTION & CONTRACT Michelson Drive Median Improvements From Royce to University AMOUNT Dr. $ 497,710.50 OWNER City of Laguna Hills ADDRESS 24035 El Toro Road, Laguna Hills, CA 92653 OUR JOB# 196 -05 CONTACT Kenneth Rosenfield PE PHONE 949- 707 -2655 DESCRIPTION & CONTRACT AMOUNT Intersect Wide /Pvmt Resurf & Median Impts Molton Pkwy $ 1,064,003.60 OWNER City of Newport Beach ADDRESS 3300 Newport Blvd., Newport Beach, CA 92663 Our Job # 179.04 CONTACT Robert Stein P.E. PHONE (949) 6443322 DESCRIPTION & CONTRACT AMOUNT Newport Blvd. / Balboa Blvd. Merger (Mixmaster) $ 273,625.75 OWNER City of Wesminster ADDRESS 8200 Westminster Blvd. OUR JOB# 197 -05 CONTACT Jake Ngo PHONE (714) 898 -3311 x 217 DESCRIPTION & CONTRACT AMOUNT Westminster Blvd. Median Improvements from Beach to Edwards $ 1,921,078.25 OUR JOB# 198 -05 CONTACT Jake Ngo PHONE (714) 898 -3311 x 217 DESCRIPTION & CONTRACT AMOUNT City Hall North Parking Lot Improvements $ 287,287.00 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name 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 N / cfic &W Vz4 Y. Afec'CLN Tr'7, ? Project Description COIISO/✓0�7�2 i77ieq' /yeG�+'A y ?lS �2 ^� Approximate Construction Dates: From 06 ©T To: �� ✓`7 Agency Name � 1 "14'' Contact Person zone 10;q R /lp�'L� Telephone (9 7zy -731%3 Original Contract Amount $9W WF, :inal Contract Amount $_S//, If final amount is different from original, lease explain (change orders, extra work, etc.) c2 'a'se %'o CD— %Lt� i,-;, 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 Project Name /Number Project Description Approximate Construction Dates: From a/ Agency Name L_477;f Contact Person(/ Original Contract Amount Telephone (7 b p Contract Amount $ /f &PQi 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, briefjyexplain and indicate outcome of claims. No. 3 A Project Name /Number ZH� A.e Project Description Approximate Construction Dates: From Agency Name ( Ov/ c7� / Contact PersonJa,',/ eaS-; o Telephone ft lj 6-81 026.00 Original Contract Amount $ Final Contract Amount $ / y. If final amount is different from original, please 5explain (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. M No. 4 Project Name /Number Project Descriptionoe'¢�LS�Zht�s �e�ozQ➢ivc G�oSfk/��iCS �� Approximate Construction Dates: From �i&S To: Agency Name ;y Contact Person ��e A/90 90 Telephone (T+) A ?df— 3311 Y21 j?— b92 /yO4W,TiT_ Original Contract Amount $ Final Contract Amount $ 921 AOW' 00 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. "IV No. 5 Project Name /Number Project Description LC�.e —71 Approximate Construction Dates: From ® ®� To: Agency Name Contact Person t I-V C. (�'Z�Z.fAIW'� Telephone (7� -5 -3'S ' SL/3 0 S -77j 59 -7. s-o �7 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 against you /Contractor? If yes, briefly explain and indicate outcome of claims. n No. 6 /I /1, � a_ 1pl� Protect Name /Number Project Description i?9S Wes+ CFLG_A//iC ����L p — vv Approximate Construction Dates: From To: OI Agency Name ( ii1 Contact Person #14 ���f%y o� Telephone 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 against you /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. 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. A GIUfG Engineetyng Inc. Bidder Tuy� CA 92780 Authorized SignatuP 'itle 10 0 aGIIRBINIGEr. 0 GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 Re: SUPERIOR AVENUE MEDIAN IMPROVEMENTS CITY OF NEWPORT BEACH CONTRACT NO. 3794 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Project Manager, Estimator, Field Engineer Oversees all aspects of GMC Engineering, Inc. Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman Performed work in Grading, Concrete, AC Currently serving as: Superintendent in charge of GMC Field Operations as well as scheduling and supervising projects in progress. James Williams — Foreman Involved in Construction since 1998 Served as: Laborer, Operator, Foreman Performed work in Grading, Concrete, AC, Currently serving as: Foreman in charge of GMC Field Operations as well as scheduling and supervising projects in progress. 1401 Warner Avenue, Suite B. Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of r a ) GeN No d.v Gh i Z ht k being first duly swom, deposes and says that he or she is poe.si of ro of G N a , the party making the foregoing bid; that the bid is not made in the interest X or on be alf 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. r Gi m G EuQioacP;" , ZA)C. Bidder AuthorizedSignaturemtle #eNfua4lr ChozA1K1 f'I •es � a�e� Subscribed and sworn to (or affirmed) before me on this day of 2007 by personally know a or proved to me on the basis of satisfactory evidence to be the person(s) who appe efore me. [SEAL] Afi�ai 11 Notary Public My Commission Expires: . - _ . 1 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of intro a9 J< J A rnlurn, No+ Pu6►le Name entl T9e oI r e.g., Ja me, Notary rm, on .$e,A er L0, 1007 before me, Date personally appeared i personally known to me to be the persono4whose name0o is4wo subscribed to the within instrument and acknowledged to me that he/044" executed the same in his/Aef/)blefi' authorized capacityO W, and that by hisl signaturep4 on the Instrument the person@{, or the entity upon behalf of which the personN acted, executed the instrument. WITNESS my hand and official seal. NOW Noary Seel Above / . Ll (a —, 4694/yL� $7walum at Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this forth to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(lies) Claimed by Signer(a) Signer's Name: Ge.n9N Chiz{11K ❑ Individual X Corporate Officer — Tiitle($): PMSI de_A)T L * Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee Top of thumb here 11 Guardian or Conservator ❑ Other: Signer Is Representing Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing RI(;H7 iHUG13l'HIIJ� iL 31GH'r.R 0 2998 National Notary Assouamm • 9%0 Da Slob Ave., P.O. Box 2402 • Chateveorlh, CA 9131 3-2102 8em No. 8907 Reamer Call ToWlPme 1- 890,8764827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 DESIGNATION OF SURETIES Bidders name GrM G ENa i nletp,'N 4 INc 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): Y MIF i 12 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name GML Y_Noin)ep-6 )o. YNC. Record Last Five (5) Full Years Current Year of Record 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 Yearof for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No. of contracts Total dollar Amount of Contracts (in '� 9�0 �l� � yv ' � , Thousands of $ ) No. of fatalities g No. of lost Workday Cases .12 0 0 .B '01 10, No. of lost workday cases involving permanent r .0 transfer to another job or termination of employment 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 Legal Business Name of Bidder C IMC. LNQinJecr 11J r ZAIC. Business Address: 1401 Wo.re�an Ave -wUL sur�6, Tusk; 2514 gvpe Business Tel. No.: 7/11- ay%- 10 y0 State Contractor's License No. and Classification: 73 yo 91 A,� Title Co rpotyL eo N The above information was compiled from We 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. Signature of bidder Date Sepfemher 10, 2007 Title es i olerJ h Signature of bidder Date Title Signature of bidder Date 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. If 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. _ 14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT c\L.'T.v:.\flnf''.�i!nY nom.. •.i.+\i. ra .\tom.\ State of California County of 000.N�G On $ rn o0 before me, I�a�1�� ) But NLtt� , ()oi'o.rV_ 8611 "c Dale Name w TNe !.A ` Doe, Notary P personally appeared Ge-IONMOty CH i zhi K Nemeie) d Siglmr(e) flrr `.1 ^; Place Natery Seal Above %personally known to me to be the personX whose nameOO is/O¢ subscribed to the within instrument and acknowledged to me that heexecuted the same in hislJlb%lttfir authorized capacitygoo, and that by his/P signaturepO on the instrument the person", or the entity upon behalf of which the personX acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL l_ — Though the information below is not required by taw, It may prove valuable to persons retying ort the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by igner(s) Signer's Name: Gly- ice C ❑ Individual Corporate Officer - Title(s): Neslde • Partner - ❑ Limited ❑ General • Attorney in Fad ❑ Trustee Top of Thumb here F.1 Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual • Corporate Officer - Titie(s): • Partner - ❑ Limited ❑ General • Attorney in Fad ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: RIND TI:b PoI E pnFIN, OI :S:GIv R I 0 2006 Neaorel No1ery Aemuffli n - 9350 Da Sato Ave., P.D. Bm 2102 - ChMA.vlh, CA 91313.2402 Item W. 5907 Reordw: Cell Toll-Fr" 1-900 -B7 4W • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 ACKNOWLEDGEMENT OF ADDENDA Bidders name r Mc_ EA A)ee.riNA TUC The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Received 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 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: Gmc En ifsee_rtOq- Ledc . Business Address: 1461 Lkr -mer Ryem tie-, ai"I* -B f T, sJ;A) G4 92780 Telephone and Fax Number: 71q-24% - fo V o California State Contractor's License No. and Class: '7310 41 d, 8 (REQUIRED AT TIME OF AWARD) Original Date Issued: Vi/19/7 Expiration Date: Rucus�- St. .100& 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: &etofoaa C ! PrtctJex)� 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 Corporation organized under the laws of the State of _ CaNIL �APAVA 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 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. NIA 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 labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /�I Are any claims or actions unresolved or outstanding? Yes /g 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. Gmc. Paq weer;Nn Bidder CYFNtAuAy chizkk J Presj'denlf (Print name of Owner or President of CorporaticrIcompany Authorized Signature 'le Pres ?c ", Title sepke her to, X007 Date Subscribed and sworn to (or affirmed) before me on this day of by , personally kno o me or proved to me on the basis of satisfactory evidence to be the person(s) who ap d before me. nn� C' � T� Se_ [SEAL] W, Notary Public My Commission Expires: 2007 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Q On &evader -0j '2007 before me, Dale personally appeared 0 Kash f lam• B rn�um� )r)+ary Publt� Name and Title a car (e.0•. `Jane Doe. Notary Pete- - I n 1 I r v 9personally known to me YAW L to be the person( whose name04 is it subscribed to the Con mamon A It 7CNp within instrument and acknowledged to me that toy" ' Ca�loaMO � he/}ltCil" executed the same in his$mV eiFauthorized Worms CauMtr capacityW, and that by his E signatureP4 on the instrument the person, or the entity upon behalf of which the person¢4 acted, executed the instrument. WITNESS my hand and official seal - Plata Notary Seal Above 'YaNW R.[it/Yl /d�1��. Signature d Notary Pudic OPT70NAL Though the information below is not required by taw, it may prove valuable to parsons relying on the document and could prevent haudulem removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(tes) Claimed by Signers) Signer's Name: r+e_s_ is v Cki l e-b l K O Individual 1 IK Corporate Officer — Title(s): �t esidrn) l` n Partner — D Limited D General O Attorney in Fact D Trustee I Top of thumb here * Guardian or Conservator D Other: Signer Is Representing: Number of Pages: Signer's Name: D Individual D Corporate Officer — D Partner — D Limited Title(s): -_-_ D General ❑ Attorney in Fact D Trustee • Guardian or Conservator • Other: Signer Is Representing: RIL.IiT ?H LrdePRIIV' OF SIGNi�it 0 20081,186 l Notary Aaaodaten -9350 De 6010 An., P.D. 0oz 2402 - Chatmoft, CA 01313.2402 hum N0.9307 Redder: Call 7oll -r-re9 1-800--S766077 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 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. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 CONTRACT THIS AGREEMENT, entered into thisAVhday of , 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GMC ENGINEERING, INC., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: SUPERIOR AVENUE MEDIAN IMPROVEMENTS Project Description as described in the Contract Documents. Contract No. 3794 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. 3794, 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. W, 0 0 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 Six Hundred Thirty-Four Thousand, One Hundred Eighteen and 501100 Dollars ($634,118.50). 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: Andy Tran (949) 644 -3315 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR GMC Engineering, Inc. 1401 Warner Avenue, #B Tustin, CA 92780 714 -247 -1040 714 - 247 -1041 Fax 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 E 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 11185) or Insurance Services Office form number GL 0002 (Edition 1173) 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 • • 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 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. 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 23 0 0 amount provided that the Work damaged is built in accordance with the plans and specifications. , 6. Right to Stop Work for Non - Compliance City shall have the right to 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 and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole 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. I. 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. 3! 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 and year first written above. CITY OF NEWPORT BEACH CITY CLERK AP ROVED AS TO FORM: ) -� C AARON C. HARP Assistant City Attorney 25 GMC ENGINEERING, INC. By: A� (Corporate icer) Title: ?9'j6 +I�IpGX Print Name: By: (Fiinaanci (Yfficer) Title: Print Name: Premium: Included CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 BOND NO. 6469223 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GMC ENGINEERING, INC., hereinafter designated as the "Principal," a contract for construction of SUPERIOR AVENUE MEDIAN IMPROVEMENTS, Contract No. 3794 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. 3794 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, First National Insurance Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty -Four Thousand, One Hundred Eighteen and 501100 Dollars ($034,118.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations . entitled to file claims under Section 3181 of the California Civil Code so as to give a right of actign 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 specificatkxis. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 17th day of September , 2007. GNIC ENGINE= iNG, INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis Aliso Viejo, CA 92656 Address of Surety 949 -860 -6620 Telephone �/Av& ?xb3. Authorized Sign re/Title Jeffrey R. Gryde, Attorney -in- Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 Safeco KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 9392 First National Insunmce Company of America Safecc Plaza Seattle, WA 98185 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint '*..."*"**"***..4"x JEFFREY R GRYDE; Costa Mesa, Califomia""W4 4 "F"*.. n'e. ...*" Kx its true and lawful atlomey(s)min -fact, with full authority to execute on behalf of the company fidelity and surely bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to hind FIRST NATIONAL INSURANCE COMPANY OF AMERICAthereby as fully as it such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested theso presonm this 20th day of October 2006 STEPHANIE DALEY- WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE - PRESIDENT, SURETY CERfIRCATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 'Artide V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in -fad or under other appropriate titles with authority to execute on behalf of the cornpany fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authorty or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- atomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certfy that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, fie Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S- 10491DF 4105 this 17th day of September 1 2007 J4+t4yv��,dtdtal �,7j6�../ STEPHANIE DALEY- WATSON, SECRETARY Safeco0 and the Safem logo are registered trademarks of Safeco Corporation. WEB PDF 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California /. County of Lob rrA(,° le ss. on September 17, 2007 before me,l6- zIb/le jage -T41a}dnu, tVObo�y Date Name and Ltla of Officer (a.g.,'Jane Doe. Nmary Publk ) personally appeared 3e{�f C-1 9- QM a e- Name(.) of 5igner(1) CHRISTINE JANE THATCHER Commission ,Y 1716560 Notary Public - California Los Angeles County fMCc rm.8 llit Xpersonally known to me proved to me on the basis of satisfactory evidence to be the persong0 whose name(4 is /are subscribed to the within instrument and acknowledged to me that he/sW*,ey executed the same in his/her/MTeir authorized capacity(es), and that by his /hoWtheir signature(A) on the,irltrument the person(p), or the entity upon eh if of which the person(g) acted, execute4 thVinstrument. WITNESS ry( Yand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and =to prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 1 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: - a • Individual Top of thumb here • Corporate Officer — Title(s): G Partner —❑ Limited ❑ General jZ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator Cl Other: Signer Is Representing: 0 +999 Nall0ml Notary M=anon • 9350 Do Boa Ave , PC Bo; 2402 • Chaisven0. CA 91313-2402 - vrcrx.nauonamolary.ory Prod. No. 5907 Reome, Call TollFrae 1.6004166827 CALIFORNIA State of CaIX-O Nic. County of ov .l Q On Sea tuber /% 502 before me, Data ` personally appeared GelJA)0.cly C)i2 'personally known tome– to be the person,¢); whose nameK isi�ubscribed to the within instrument and acknowledged to me that hei executed the same in his/pef/fdeiFauthorized capacitytW, and that by KA/NY MOM his/I C signatureWon the instrument the person* cony W"A • 1706M or the entity upon behalf of which the personKacted, FMIM - C01111100" CO executed the instrument. t WITNESS my hand and official seal. No mture of Notary PuWb OF 11ONAL Though the Wonnatoon below is not required by few, it may prove valuable to persons retytrrg on the document and could prevent fraudulent removal and reattachment of tfls form to another document. Description of Attached Document Title or Type of Document: LA-6nr 6,rj Akiieerra FMS Pa+ 6n"d Document Date: Set}I mli2r 170 96o7 Number of Pages: Signer(s) Other Than Named Above: Capacity(lies) Claimed by Signer(s) Signer's Name: &tA0ajV ❑ Individual Id'Corporate Officer 1'eSf Title(s): eK ❑ Partner — ❑ Limited ❑ General n Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator L1 Other; Top of thumb here Signer Is Representing: Signer's Name: LJ ■ is Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT IHUP,1BPIl1kT UF:n1L'N ER 0 1994 National Notary Assaaetlon • 9236 Re M Ave., P.O.9oa 7184 • Canoga Park, CA 91909 -7181 Pro& No, 5907 116oAa: "I 101-Fm 1 80(69768827 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 BOND NO. 6469223 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 6301.00 being at the rate of $ 9.94 thousand of the Contract price, WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GMC ENGINEERING, INC., hereinafter designated as the "Principal ", a contract for construction of SUPERIOR AVENUE MEDIAN IMPROVEMENTS, Contract No. 3794 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. 3794 and the terms thereof require the furnishing of a Band for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and First National Insurance Company of America , 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 Six Hundred Thirty-Four Thousand, One Hundred Eighteen and 50(100 Dollars ($634,118.50) 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, fall to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and Wormed at the time and in the manner therein specified, and in all respects according to its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 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 perfonred thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the Specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (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 17th day of September , 2007. GMC ENGINEERING, INC. (Principal) Authorized Sign ure>Ttle First National Insurance Company of America Name of Surety 120 Vantis Aliso Viejo, CA 92656 Address of Surety 949 - 860 -6620 Telephone uu&dz'ed Ag ni gignature Jeffrey R. Gryde, ABorne -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 9 KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 9392 0 First National Insurance Company of America Safeco Plaza Seattle. WA 96186 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *** **********-"" ************* ***** *JEFFREY R GRYDE; Costa Mesa, California****** **** ****** ****** ******** its true and lawful atlomey(s)- in -facl, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 20th day of October 2006 STEPHANIE DALEY-WATSON, SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys -in fact or under other appropriate titles with authority to execute on behalf of the company fidelity and suety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seat shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 197(k "On any canificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power- of- atlomey appointment executed pursuant thereto, and (ii) Certifying that said power- of- adomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Delay- Watson , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Remlulim and the Power of Attorney are still in full fame and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S- 10491DF4105 this 77th day of September 2007 iaa4; l�40i 1 STEPHANIE DALEY-- WATSON, SECRETARY SafucoO and the Sarew IDgD are mostwed trademarks of Safew Corporation. WEB PDF 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California /n. Y Count of LS /-tngdes ss. On September 17,2007 beforeme,(_66 -,bAe jaac Thafc�c! F fV�(:l Date Nam and The of OHcar a'Jane Doe. No1xn, Publd ) personally appeared :-f � 6de Name(s) 01 Blgl 50;Z CHRAIAMEMME TNATCNER CommleUOn • 1716846 Notary Public - California Los AngelN County MyCo mn.9pWsJc n26.2011 Xpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(A) whose narri Is /are subscribed to the within instrument and acknowledged to me that he /sHe 4i executed the same in his /hec/their authorized capacity(aes), and that by his /haWtheir signature(A) on the instrument the person(u), or the entity upon b of which the personf,+� acted, execute he i trument. WITNESS m ha and official seal. $Igndlu9 01 N01dn' PubIK OPTIONAL Though the information below is not required by law, it may prove vatuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: co-nc1 Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Top of Numb here • Corporate Officer— Title(s): • Partner —O Limited O General �4 Attorney -in -Fact ❑ Trustee Guardian or Conservator Other: Signer Is Representing: m 1999 National Notary AasocalKn • 9350 De are Av .1i BK2402I Chaiawodh. CA 913132402 • w aaaonalnmar org Prod. No. 5903 fleoroer. Call Tol, Free, 1- 800 876i 27 'CALIFORNIA ALL - PURPOSE •KNOWLEDGMENT State of _Ca1i{�eSNiC. County of ©raNQ c. On Syb- m& /Z .20o� beforeme, kn.%1.v L. &uCNUYyt. nlrrk.r� Public. Dale Nun. er,p TMIO of OtliCer (e.g., Jana Coe, Pudic') personally appeared CAI u C�jzh,`� , / Name(6) of Slgrer(sF impersonally known toni be the personjatr whose namejo is/pff subscribed to the within instrument and acknowledged to me that he /.*As7#*r_exscuted the same in his/joOMenuthorized capacittOsO, and that by C.a�ntlt rdWOn +a his/�efKsignatureK on the instrument the personN, MEW ►�1h om or the entity upon behalf of which the personal acted, � co�tt, executed the instrument. t WITNESS my hand and official seal. aJ�� �• �Gr.tirt.GLrn_ _ Signature 01 Notary Public OPTIONAL Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reatfechmerd of this form to another document. Description of Attached Document Title or Type of Document: R tA-1 iAar DUK&NCe bBN14 Document Date: 260 % Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ rie y. i„ d y CA ,!7 Ar ❑ Individual JZ Corporate pOfficer I/ ``�� Title(s): Y Pf&ideN+ ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of thumb here Signer Is Representing: Signer's Name: im ■ Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney-in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: Rlf,,lIT THJfJSF'H IT UP SIGNER ®1996 Nalionam Notary Aeso ton • 8236 Fe W Ave., P.O. Box 7184. Canoga Park, CA 819010-7161 Pia. No. 51107 Reorder.. Cell Toll -Free 1 X81)68788827 Client*- 12366 C,MCFNC,INF ACORQe CERTIFICA10 OF LIABILITY 1 INSURINCE MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 9/14/070 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Armstrong /Robltaille Full 1010 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 680 Langsdorf Drive #100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 34009 DTECO5206C39ATIL07 Fullerton, CA 92834 -9409 INSURERS AFFORDING COVERAGE INSURED GMC ENGINEERING, INC. 1401 Warner Avenue #B INSURER A: Travelers Prop Cas Co of America INSURER B: $300000 Tustin, CA 92780-4116 NSURER C: INSURER D: INSURER E: MEDEXP(Anyonepemon) COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR: TYPE OF INSURANCE LTR POLICY NUMBER POLICY EFFECTIVE DATE MIDD/YY POLICYEXPIRATION DATE MMWM LIMITS A GENERAL LIABILITY -, DTECO5206C39ATIL07 06/25/07 06/25/06 EACH OCCURRENCE $1000000 FIRE DAMAGE (Any one fire) $300000 I X 1CCMM ERCIAL GENERAL LIABILITY CLAIMS MADE [AI OCCUR I MEDEXP(Anyonepemon) $$QQQ XjPDDed:$,000 PERSONAL & ADV INJURY $1000000 GENERAL AGGREGATE $2,000,000 - _ PRODUCTS -GOMPMP AGO $2000000 GEN'L AGGREGATE LIMITAPPLIES PER: — POLICY i X • PRO- LOC JECT A AUTOMOBILE LIABILITY X •ANY AUTO BA5206C39A07CN3 06/2$/07 0612$166 COMBINED SINGLE LIMIT (Ea accitlelH) $1,QDD,DQO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X HIRED AUTOS I X NON -OWNED AUTOS I BODILY INJURY (Per BCpitlent) $ PROPERTY DAMAGE (Pere Nerd) $ GARAGE LIABILITY l ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHERTHAN EA ACC $ $ WTOONLY: AGO A EXCESS LIABILITY DTSMCUP5206C39ATIL 06/25/07 06125/06 EACH OCCURRENCE $1000000 X i OCCUR CLAIMS MADE AGGREGATE 1$1.000,000 $ _ I DEDUCTIBLE $ X RETENTION $10000 WORKERS COMPENSATION AND EMPLOYER$' LIABILITY WC STATU- GTH- ITORY LIMITS R E.L. EACH ACCIDENT $ I E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT S A OTHER Equipment �RentedlLeased QT66 )6069C455TIL07 06/25107 06/25/08 $1,000 Deductible $150,000 Max Per Item DESCRIPTION OF OPERATIONSA .00ATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENFSPECIAL PROVISIONS Re: Suuperior Avenue Median Improvements, Contract No. 3794 The City, its officers, agents, officials, employees and volunteers are named as additional Insureds as respects general and auto liability and this insurance is primary and noncontributory with any other insurance of (See Attached Descriptions) City of Newport Beach Public Works Dept 3300 Newport Blvd Newport Beach, CA 92663 DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WIWX9MQfBj= TO MAIL30 — DAYSWRTTTEN E TOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT ACORD 253 (7197)1 of 3 #S406565/M395384 AVON © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 2 of 3 ll:R4nrc;rS 1M'3Q�,'3A4 DESIIPTIONS (Continued from PW 1) the additional insured as required by written contract, per endorsement attached. Endorsement for waiver of subrogation as respects workers compensation applies as required by written contract. AMS 25.3 (07/57) 3 of 3 #5406565/M395364 GMC Engineering Inc. Policy No. DTEC05206C39ATIL07 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal Injury" and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of 'your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement Is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance ", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of Insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: I. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and if. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included In the "products - completed op- erations hazard ". 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional Insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis, this Insurance Is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share witlr that "other Insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in• surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: I. How. when and where the "occurrence" or offense took place; H. The names and addresses of any injured persons and witnesses; and !if. The nature and location of any injury or damage arising out of the "occurrence" or offense. CG 02 48 08 05 C 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "sutl" as soon as practicable. c) The additional Insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit ", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organizatlon as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury' and "property damage" oc- curs and the "personal injury' is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CO DZ 43 08 05 POLICY NUMBER: DT8105206C39ATIL07 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Countersigned By: 6/25/07 Named Insured: GMC Engineering Inc. Authorized Re resentative SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORM IN A WRITTEN CONTRACT OR AGREEMENT THAT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR'PROPERTY DAMAGE" OCCURS AND THAT IS IN EFFECT DURING THE POLICY PERIOD." (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ *THOLDER COPY SP STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 09 -14 -2007 GROUP: 000046 POLICY NUMBER: 0013888 -2006 CERTIFICATE ID: 55 CERTIFICATE EXPIRES: 10 -01 -2007 10- 01- 2006/10-01 -2007 CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH CA 92683 -3818 SP JOS:SUPERIOR AVENUE MEDIAN IMPROVEMENTS This is to certify that we have issued a valid Workers' Compensation insurance policy In a form approved by the California Insurance Commissioner to the employer named below for the policy period that will expire or did expire as indicated above. This certificate of insurance is not an Insurance policy and does not amend extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement term or condition of any contract or other document with respect to which this certificate of Insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. THORIZED REPRESENTATI PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - GENHADY CHIZHIK PRIES TRES - EXCLUDED. ENDORSEMENT #2085 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -01 -2003 IS — ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2007 -09-14 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER GMC ENGINEERING INC AND /OR GMC ENTERPRISES 1401 WARNER AVE STE B TUSTIN CA 92780 [B16,SDI (aEV.2 -05) PRINTED : 09 -14 -2007 • 99REEEGot GENERAL ENGINEERING CONTRACTOR Lie. No. 739091 0 RESOULTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 19th of April, 1999, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that 1 am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held at Brea, California, on the 19th day of April, 1999; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Gennady Chizhik President & Secretary of GMC Engineering Inc. Corporate Seal 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247 -1040 • Fax (714) 247 -1041 Fax #: • • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 9 -18 -07 Dept. /Contact Received From: Shari Rooks Date Completed: 9 -20 -07 Sent to: Shari By: April Walker Company /Person required to have certificate: GMC Engineering I. GENERAL LIABILITY A. INSURANCE COMPANY: Travelers Prop Cas Co of America B. AM BEST RATING (A: VII or greater) A+ XV II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Prop Cas Co of America B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 1 mil 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/A ❑ 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. C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 2 mil agg /1 mil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No 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. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Prop Cas Co of America B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 1 mil 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/A ❑ 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 I INSURANCE COMPANY: State Compensation Insurance Fund AM BEST RATING (A: VII or greater): Not rated LIMITS: Statutory WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? License Detail Pagel of 3 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 739091 `f' DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P. 7124,6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 09/12/2007 * * * Business Information * * * GMC ENGINEERING INC 1401 WARNER AVENUE #B TUSTIN, CA 92780 Business Phone Number: (714) 247 -1040 Entity: Corporation Issue Date: 08/1111997 Expire Date: 08131/2009 * * * License Status * * * This license is current and active. All information below should be reviewed. http: / /www2.eslb.ca.gov /CSLB LIBRARY/License +Detail.asp 09/12/2007 0 0 License Detail * * * Classifications * * * Kiigi Description FA GENERAL-ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number 5795149 in the amount of $12,500 with the bonding company SAFECO INSURANCE_ MPANY OF AMERICA. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) GENNADY CHIZHIK certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 08/11/1997 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND • Policy Number: 046- 0013668 Effective Date: 10/01/2004 Expire Date: 10/01/2007 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 09/12/2007 California Business Search • Page 1 of 1 �1111fiC�141111�i 1bSt111giess P � 1 tiecrelart olStntc DEBRA.EtO -WEN DISCLAIMER: The information displayed here is current as of SEP 07, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http:// kepler. ss. ca. gov/ corpdata/ ShowAilList ?QueryCorpNumber— CI984990 &printer =yes 09/12/2007 Corporation GMC ENGINEERING, INC. Number: CI984990 Date Filed: 5/27/1997 Status: active Jurisdiction: California Address 1401 WARNER AVE STE B TUSTIN, CA 92780 Agent for Service of Process GENNADY CHIZIK 1401 WARNER AVE STE B TUSTIN, CA 92780 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http:// kepler. ss. ca. gov/ corpdata/ ShowAilList ?QueryCorpNumber— CI984990 &printer =yes 09/12/2007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 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. 3794 in accordance 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 Mobiliz tion w ONe- �y -� @ A"eAeZIJ6'1?"Dollars and _Cents $ '47) 3D7�. BO Per Ldffip Sum 2. Lump Sum Traffic Control " i YC errs" oe�" @ 4" 4eAe4yll Dollars and �— cc77��n� Cents $ .�, A0. 90 Per Lump Sum 3. Lump Sum Sury eying Services Fa�K 77's 'z aw @44Vr A" AALC,- Dollars and Cents $ y, 5w, 00 Per Lump Sum 4. 4,500 LF Construct Type B Curb @�'�✓ Dollars and Cents $ $ Pef LQAdbr Foot 0 r] PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 20 LF Construct Curb and Gutter to Curb Transition @ eA-vz-t-/ Dollars and A//� Cents $ ��• JrSr $ 23 • 6l er Li r ifoot 6. 2,130 CY Sawcut and Remove AC Pavement, Base, Sub -base, Soil and Raised Median to Accommodate Imported Top Soil @ Dollars and Cents $23,50 $.5©��r� Pet Cu is Y d 7. 160 TN Place 2" Thick AC Finish Course Over 4" Thick AC Base Course Dollars Cents $ /d 'p, 50 $ jop "O. ®O Per Ton 8. 50 CY Place Variable Depth Crushed Miscellaneous Base �i Dollars p and I0 J`� Cents $ `/` 7�+ 00 $ Z11 �Aq' Per Cubic Yard 9. 3 EA Adjust Manhole Frame and Cover to G 1�.w6 rade f; ✓.p @ "t,e j:� Dollars and �p p Xt � Cents $ �' /'� 190 $ 4 � Per Each 10. 3 EA- Remove 48" Manhole @4vt -AcP h'� YCf Dollars and xr 2�O,B0 Cents $ PerEacff 16. Lump Sum Provide As -built Drawings f �ollr @ Dollars and Cents $ 6YD' 00 Per Lump Sum 17. 1 EA = Install Myers Single -Meter Cabinet .�+K %�CfSRaoPTit2e� @4- aR4AIL Dollars and 0111 Cents $ 6, _2xsm g $ 6; Per Each PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 3 EA Congtruct 48" Ma11 I le / �1 �XY1cvrrS�2r.y° ✓c {�u4s�QgB . Dollars and Cents $ ' 00 Per Each 12. 2 EA Remove and Replace with New Water Meter Box to Grade c�y✓.2 Lego @ Dollars and Cents O 00 $ .S� $ / 0�n go !� d-v' Per Each 13. 26 EA Replace Traffic Signal Detector Loops 7 7vo lioat-PV @ Dollars and Cents $ ZSn> $ 6, S 0 • eD Per Eaclf 14. Lump Sum Remove Existing Signs and Install New Signs 70wie T sR6N�dG✓��✓ Dollars and Cents $ �� Per Lump Sum 15. Lump Sum Install Striping, Markings and @ Dollars and Cents $� Per Lump Sum 16. Lump Sum Provide As -built Drawings f �ollr @ Dollars and Cents $ 6YD' 00 Per Lump Sum 17. 1 EA = Install Myers Single -Meter Cabinet .�+K %�CfSRaoPTit2e� @4- aR4AIL Dollars and 0111 Cents $ 6, _2xsm g $ 6; Per Each • 0 PR4of8 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 18. 1 EA Construct 2" Water Service �'gy27xex!l'�Lyq/Nf� @� �= Dollars and Cents L 2 $ 7 J $ // ��p 00 Per Each 19. 1 EA Install 2" Backflow Prevention Assembly 0 �rQAWpC -'Y - @ -e-4 / Dollars and Cents $ Oq,, 90 $ %� Per Each 20. 1,060 LF Jack & Bore V Schedule 40 PVC Sleeve to Accommodate Irrigation Wiring and Mainline @ ,kt % Dollars Cents $ �9 $ ZD �� &0 Per Lin r F t 21. 1 EA Install Irrigation with ^Controller Pew yycoNSQkty 4wo @Awk4u4H Dollars /� and Cents s10240. L90 $ /060 Per Each 22. 1 EA Install Master Valy� Zc V4 W katzc @ hr; ke Dollars and Cents t� $ / �• $ s Per Each 23. 1 EA Install Flow ZV cO Dollars and Cents $]� G�, $ Per Each 24. 2,670 LF Install 2" PVC CL 315 Irrigation Mainline Dollars and Cents $ OiD slo Per Linear Foot 0 0 PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25. 2 EA Install 10" Round Irrigation Pull Boxes @ 'e Dollars and Cents Per Eacb 26. 24 EA Install Qu and Per $ q &. el) $ 60 $ y LOD, 60 27. 9 EA Install Remote Control Valves Fou coed' @7ser2 y f-v-O Dollars and Cents 1132 � $ $ 3 oW. 80 Per Ea 28. 7 EA Install Ball Valvesp /� Bete 4e e h of- a @ 727`7 Cpm-� Dollars Cents $ �� '90 $ 6 ! /©' Per EacK 29. Lump Sum Install Irrigation Heads and Lateral Lines � FAX-7V @ -two ollars and Cents Per Lump Sum 30. 530 SF Install Cobble Paving @ <''� ��� Dollars and � 9� � �^ i y _Cents $ $ � Per Iquare Flebt 31. 9 EA Install 6' Granite Bouldgrs " a 7W v-"S R k @ Dollars and Cents $ � 00 PO $ Per E2 ch 33. 15 EA Install 2' Granite Boulders o&e- —rkaP tPC� @ 10-�'I%i Dollars Qp and Cents $ /ff. 9C% $ X e��• 6t7 Per Each 34. 2,130 CY Provide and Install 36" Minimum Depth Top Soil ti Dollars and Cents $ -�7� $ i 3, 7G6fl P r Cubic Y rd 35. 8 EA Install 24" Box Phoenix rooebelenii (Pygmy date Palm)�f' 75,V0 Dollars and Cents $ 112Z, 00 $ -9/ 3 Yo/ � °Pbr Each 36. 31 EA Install 20' BTH Syagrus romanzoftianum (Queen Palm) 7wO @ a Dollars and Cents $ 2� VS2• ag $ Per Each 37. 102 EA Install 5- gallon Aloe ciliaris (Aloe var.) @ «' Dollars and Cents $ 4, $ �i �3�• Per Each 38. 60 EA Install 15- gallon Caesalpinia Gillisii (Yellow Bird of Paradise Bush) = @�� ✓� Dollars ���� C Cents $ � $ 7r 5M, vo Per Each PR6of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 14 EA Install 4' Granite j3oulders -(-7'0 @ Dollars and Cents �� ,� $ $ 3 , ek) Per Each` 33. 15 EA Install 2' Granite Boulders o&e- —rkaP tPC� @ 10-�'I%i Dollars Qp and Cents $ /ff. 9C% $ X e��• 6t7 Per Each 34. 2,130 CY Provide and Install 36" Minimum Depth Top Soil ti Dollars and Cents $ -�7� $ i 3, 7G6fl P r Cubic Y rd 35. 8 EA Install 24" Box Phoenix rooebelenii (Pygmy date Palm)�f' 75,V0 Dollars and Cents $ 112Z, 00 $ -9/ 3 Yo/ � °Pbr Each 36. 31 EA Install 20' BTH Syagrus romanzoftianum (Queen Palm) 7wO @ a Dollars and Cents $ 2� VS2• ag $ Per Each 37. 102 EA Install 5- gallon Aloe ciliaris (Aloe var.) @ «' Dollars and Cents $ 4, $ �i �3�• Per Each 38. 60 EA Install 15- gallon Caesalpinia Gillisii (Yellow Bird of Paradise Bush) = @�� ✓� Dollars ���� C Cents $ � $ 7r 5M, vo Per Each PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39. 38 EA Install 15- gallon Dasylirion Texanum (Desert Spoon) @ ,1� 4Wh 14 Dollars and er Cents $ � 6V _ $ Btu 2� w, 3 Per Each'- 40. 8,625 EA Install 1-gallon Festuca Ovina "Glauca" (Blue Fescue) @ Dollars and X u2— Cents p / $ O b $ //� 7 Per Ea 41. 135 EA Install 1- gallon Geranium Incanum (Cranesbill) @ Dollars and Cents $ Per ch 42. 929 EA Install 1- gallon Imperica Cylindrica "Rubra" (Japanese Bloodgrass) @ kx--7 Dollars and C nts $ 9. $ d 2.5, SD P4 Each 43. 266 EA Install 1- gallon Iris Douglasiana (Blue Pacific Coast Iris) @ Dollars a !/- eCnd is $ $ z 5�3, SZ7 Per Each 44. 325 EA Install 1- gallon Miscanthus transmorrisonensis 'Sentinel' (Evergreen Miscanthus) @ Dollars and Cents $ `� $ Pd Ea 45, 55 EA Install 5- gallon Salvia'Allen Chickering' (Allen Chickering Sage) @ ¢; Dollars and Cents 7p $ G4 . 00 $ 4s�_eo Per E ch n u 0 PR8of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 59 EA Install 5- gallon Salvia ChamaedryQides (Blue Salvia) .^ @ Cl� Dollars and Cents $ Z Z $ Per Each 47. 412 EA Install 5- gallon Salvia Greggii (Autumn Sage) @ dL-'— Dollars and p Cents $ I'! $ 6f, Per Ltach 48. 69 EA Install 5- gallon Thamnochortus Insignis (Thatching Reed) @ 'ex Dollars and Cents $ 07,(f OD $e9b Per Each 49. 19,200 SF Install 2" Deep Layer of "Walk -On" Mulch @ Dollars and Cents $ ©.50 $� Per Square 96ot 50. Lump Sum Provide 90 -Day Landscape Maintenance Phase p Dollars and Z Cents $ � Per Lufnp Sum TOTAL PRICE INQ WRITTEN �W�O,(R�DS% // �� iC 1uc/IT�GG'LCG/7A7 2 �l/F�r/[ /� Dollars and Cents $ Total Price (Figures) -Sw-o+-entke - ID, 2007 Date! 71Y- �2Y7- 10yo 7/Y aY7 -loYl Bidder's Telephone and Fax Numbers �3gogi Bidders License No(s). and Classification(s) Crmc ) ¢ Zoe- Bidder Bidder's Authorized Si ature and Title GMC Enaineerina Inc- Bidder's adMI Warner Avenue, Suite 8 Tustin, CA 92780 0 0 1 1 1 1 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 INTRODUCTION PART 1 --- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 1 1 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.6 Water Pollution Control 6 7 -8.6.1 Best Management Practices and Monitoring Program 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 7 -10.1 Traffic and Access 7 7 -10.2 Storage of Equipment and Materials in Public Streets 7 7 -10.3 Street Closures, Detours, Barricades 7 7 -10.4 Safety 8 7- 10.4.1 Safety Orders 8 7 -10.5 "No Parking" Signs 8 7 -10.7 Notices to Adjacent Businesses and Residents 9 7 -15 CONTRACTOR'S LICENSES 9 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 16 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 17 201 -1 PORTLAND CEMENT CONCRETE 17 201 -1.1.2 Concrete Specified by Class 17 201 -2 REINFORCEMENT FOR CONCRETE 17 201 -2.2.1 Reinforcing Steel 17 SECTION 214 PAVEMENT MARKERS 17 0 0 214 -4 NONREFLECTIVE PAVEMENT MARKERS 17 214-5 REFLECTIVE PAVEMENT MARKERS 17 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 17 300 -1 CLEARING AND GRUBBING 17 300 -1.3 Removal and Disposal of Materials 17 300 -1.3.1 General 17 300 -1.3.2 Requirements 18 300 -1.5 Solid Waste Diversion 18 SECTION 302 ROADWAY SURFACING 18 302 -5 ASPHALT CONCRETE PAVEMENT 18 302 -5.1 General 18 302 -5.4 Tack Coat 18 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 19 302 -6.6 Curing 19 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 19 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 19 303 -5.1 Requirements 19 303 -5.1.1 General 19 303 -5.4 Joints 19 303 -5.4.1 General 19 303 -5.5 Finishing 19 303 -5.5.1 General 19 303 -5.52 Curb 19 303 -5.5.4 Gutter 20 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 20 307 -4 TRAFFIC SIGNAL CONSTRUCTION 20 307 -4.9.3 Inductive Loops 20 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 20 308 -1 GENERAL 20 SECTION 02810 LANDSCAPE IRRIGATION. 21 SECTION 02900 LANDSCAPE PLANTING 41 SECTION 02970 SECTION 310 310 -5 310 -5.6 310 -5.6.6 310 -5.6.7 310-5.6.8 SECTION 312 312 -1 0 0 LANDSCAPE MAINTENANCE PAINTING PAINTING VARIOUS SURFACES Painting Traffic Striping, Pavement Markings, and Curb Markings Preparation of Existing Surfaces Layout, Alignment and Spotting Application of Paint PAVEMENT MARKER PLACEMENT AND REMOVAL PLACEMENT PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements APPENDIX A —APWA STANDARD PLAN NO. 141 -1 Last saved by mlocey07 /26/2007 10:56 AM r \users \pbw \,shared \contracts\ y 06- 07\superior ave medians c- 3794\spees index c-3794.doc 54 60 60 60 60 60 60 61 61 61 61 61 61 9 • SP 1 OF 61 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO. 3794 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R- 5911 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 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 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, construction notifications, survey services, removal of asphalt concrete pavement, aggregate base and sub -base, import of top soil, construction of concrete median curbs, median landscaping and irrigation, striping, and all other incidental items of work necessary to complete the work in place." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Jeffrey A. Walden and can be contacted: at (949) 660 -0110. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48- hours in advance of any work. In addition, the filing of a Corner Record and /or a • • SP2OF61 Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property comer monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or 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. • SP3OF61 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. Submittals are required for all construction material. 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 the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1. LOCATION. Add the following after the 3`d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations. Manager, at (949) 718 -3402. U • SP4OF61 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 Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the 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." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 70 consecutive working days after the date on the Notice to Proceed. The 90 -day landscape maintenance phase is not included. It shall 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." The Contractor shall 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 1St t 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 4 th , the first Monday in September (Labor Day), November 11th (Veterans Day), . the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 31St (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." • SP5OF61 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. Refer to Section 7 -10.3 for specific lane closure requirements. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor 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 6:00 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 $123.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 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 inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 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 seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be • • SP6OF61 coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operation Manager, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor elects to use City water, he shall arrange for a 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." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.citv.newport- beach.ca. us /pubworks /links. him." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. • • SP7OF61 The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineers approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 0 SP8OF61 All northbound lanes on Superior Avenue shall remain open from 7:00 AM to 9:00 AM and from 4:00 PM to 6:00 PM, Monday through Friday. 2. All southbound lanes on Superior Avenue shall be open from 4:30 PM to 6:00 PM, Monday through Friday. 3. Emergency vehicle access shall be maintained at all times. 4. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 5. All advanced warning sign installations shall be reflectorized and /or lighted. 6. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 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. 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 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. 0 • SP9OF61 The Contractor shall print the hours, days of week and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Adjacent Businesses and Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to adjacent businesses and residents along Superior Avenue, describing the project and indicating the limits of construction. The City will provide the notices. Forty -eight hours prior to the start of construction, the Contractor shall distribute to adjacent businesses and residents along Superior Avenue a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" Engineering Contractor's 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 RECORDS/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 reviewed by the Engineer at the time each progress bill is submitted. The "As- Built' plans shall be submitted and approved by 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. 9 • SP 10 OF 61 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, including restoring all existing improvements, to complete the item of 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: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs, covering conflicting signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, , signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include surveying, construction staking, centerline ties, survey monument adjustment, as -built field notes, filing of corner records, reestablishment of property corners disturbed by the work, protection and restoration of existing monuments and all other work items as required to complete the work in place. Item No. 4 Construct Type B Curb: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for sawcutting, removing and disposing of existing pavement, base, subbase, and raised median, grading, compaction, installation of root barrier panels, constructing Type B curb, re- chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Construct Curb and Gutter to Curb Transition: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for sawcutting, removing and disposing of existing pavement, base, subbase, and raised median, grading, compaction, installation of root barrier panels, constructing curb and gutter to curb transition, re- chiseling of curb face for existing-underground utilities, • 0 SP 11 OF 61 restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 6 Sawcut and Remove AC Pavement, Base, Subbase, Soil and Raised Median to Accommodate Imported Top Soil: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for sawcutting, excavation, removing and disposing of existing pavement, base, subbase, soil, and raised median, grading, compaction, tack coat, and all other work as required to complete the work in place. All removals may not commence until the new PCC curb is constructed. Damages to curb will need to be removed and replaced at the sole expense of the Contractor. Item No. 7 Place 2" Thick AC Finish Course over 4" Thick AC Base Course: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for placement of 2" thick AC finish course over 4" thick AC base course between the sawcut line and new curb, and all other work as required to complete the work in place. Item No. 8 Place Variable Depth Crushed Miscellaneous Base: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for placement of variable depth crushed miscellaneous base between the existing aggregate base layer and the new curb, and all other work as required to complete the work in place. Item No. 9 Adjust Manhole Frame and Cover to Grade: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for adjusting (or reconstructing if necessary as determined by the City Inspector) manhole frame and cover to grade and all other work items as required to complete the work in place. Item No. 10 Remove 48" Manhole: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for removing and disposing existing 48" sewer manhole and base, excavation, shoring, bypassing of sewer flow as required, installing 8" VCP, mechanical couplings, all required material testing, pre- and post - installation CCTV inspection pipe bedding and backfill, compaction, temporary patching or plating, and all other work items as required to complete the work in place. Item No. 11 Construct 48" Manhole: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for constructing 48" manhole, excavation, shoring, bypassing of sewer flow as required, all required material testing, pre- and post - installation CCTV inspection, backfilling and compaction, temporary patching or plating, and all other work items as required to complete the work in place. Item No. 12 Remove and Replace With New Water Meter Box to Grade: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for removing existing and replacing with new water meter box to grade and all other work items as required to complete the work in place. 0 • SP 12 OF 61 Item No. 13 Replace Traffic Signal Detector Loops: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs to remove and replace traffic signal detector loops, make electrical connections and wirings to existing pull boxes, test and calibrate the new signal loop detectors and all other work items as required to complete the work in place. Item No. 14 Remove Existing Signs and Install New Signs: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs to remove conflicting signs, posts, and foundations and install new signs posts and foundation at the locations shown on the contract drawings and all other work items as required to complete the work in place. Existing signs shall be returned to the City sign shop at the General Services Department. Item No. 15 Install Striping, Markings and Markers: Work under this item shall include, but not limited to, removing and installing traffic striping, markings and markers, and all other work items as required to complete the work in place. Item No. 16 Provide As -built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the engineer for review prior to payment request. Item No. 17 Install Myers Single -Meter Cabinet: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing Myers stainless steel cabinet, base and electrical components, wiring, removal and reconstruction of conflicting concrete sidewalk and curb and gutter, backfill, compaction, disposing of excess excavated materials, connection to SCE service, and all other work items as required to complete the work in place. Item No. 18 Construct 2" Water Service: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavation, backfill, sawcutting, trench resurfacing, pipe material, all appurtenances for water service connection to existing water main and all other work items as required to complete the work in place. Item No. 19 Install 2" Backflow Prevention Assembly. Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavation, backfill, pipe material, appurtenances for backflow prevention assembly, and all other work items as required to complete the work in place. Item No. 20 Jack & Bore 4" Schedule 40 PVC Sleeve to Accommodate Irrigation Wiring and Mainline: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, excavation, pit, backfill, Schedule 40 PVC sleeve material, and all other items as required =to complete the work in place. • • SP 13 OF 61 Item No. 21 Install Irrigation Controller with Pedestal: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing irrigation controller with pedestal, electrical components, wiring, removal and reconstruction of conflicting concrete sidewalk and curb and gutter, backfill, compaction, disposing of excess excavated materials, connection to Myers cabinet, and all other work items as required to complete the work in place. Item No. 22 Install Master Valve: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing master valve, excavation, backfill, pipe material, electrical connections, valve boxes, appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. Item No. 23 Install Flow Sensor: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing flow sensor and electrical components, wiring, electrical connections, valve boxes, and all other work items as required to complete the work in place. Item No. 24 Install 2" PVC CL 315 Irrigation Mainline: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, installation of 2" PVC CL 315 irrigation mainline, excavation, backfill, pipe material, appurtenances required to make connections such as tees, laterals, elbows, etc., connections to water mainline, and all other items as required to complete the work in place. Item No. 25 Install 10" Round Irrigation Pull Boxes: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 10" round pull boxes, electrical connections, backfill, compaction, and all other work items as required to complete the work in place. Item No. 26 Install Quick Coupling Valves: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing quick coupling valves, pipe material, valve boxes, appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. Item No. 27 Install Remote Control Valves: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing remote control valves, excavation, backfill, pipe material, electrical connections, valve boxes, appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. Item No. 28 Install Ball Valves: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing ball valves, pipe material, valve boxes, appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. 9 • SP 14 OF 61 Item No. 29 Install Irrigation Heads and Lateral Lines: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing irrigation heads and lateral lines, excavation, backfill, pipe material, appurtenance such as tees, elbows, etc, and all other items as required to complete the work in place. Item No. 30 Install Cobble Paving: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing cobble paving, compaction, redwood header boards at edges, mortar mix, and all other items as required to complete the work in place. Item No. 31 Install 6' Granite Boulders: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 6' granite boulders, and all other items as required to complete the work in place. Item No. 32 Install 4' Granite Boulders: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 4' granite boulders, and all other items as required to complete the work in place. Item No. 33 Install 2' Granite Boulders: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 2' granite boulders, and all other items as required to complete the work in place. Item No. 34 Provide and Install 36" Minimum Depth Top Soil: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, transportation, delivery, placement of 36" minimum depth top soil, grading, sample and testing, and all other work items as required to complete the work in place. Refer to Detail "D" — Median Planting on Sheet 2 of the Contract drawings. Item No. 35 Install 24" Box multi -trunk Phoenix roebelenii (Pygmy Date Palm): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 24" Box multi -trunk Phoenix roebelenii (Pygmy Date Palm), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 36 Install 20' BTH Syagrus romanzoffianum (Queen Palm): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 20' BTH Syagrus romanzoffianum (Queen Palm), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. • • SP 15 OF 61 Item No. 37 Install 5 gallon Aloe ciliaris (Aloe var.): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 5 gallon Aloe ciliaris (Aloe var.), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 38 Install 15 gallon Caesalpinia gillisii (Yellow Bird of Paradise Bush): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 15 gallon Caesalpinia gillisii (Yellow Bird of Paradise Bush), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 39 Install 15 gallon Dasylirion texanum (Desert Spoon): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 15 gallon Dasylirion texanum (Desert Spoon), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 40 Install 1 gallon Festuca ovina "Glauca" (Blue Fescue): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 1 gallon Festuca ovina "Glauca" (Blue Fescue), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 41 Install 1 gallon Geranium incanum (Cranesbill): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 1 gallon Geranium incanum (Cranesbill), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 42 Install 1 gallon Imperata cylindrica "Rubra" (Japanese Bloodgrass): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 1 gallon Imperata cylindrica "Rubra" (Japanese Bloodgrass), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 43 Install 1 gallon Iris douglasiana (Blue Pacific Coast Iris): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 1 gallon Iris douglasiana (Blue Pacific Coast Iris), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 44 Install 1 gallon Miscanthus transmorrisonensis 'Sentinel' (Evergreen Miscanthus): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 1 gallon Miscanthus transmorrisonensis 'Sentinel' (Evergreen Miscanthus), transportation, delivery, storage, • • SP 16 OF 61 placement, soil amendments, and all other items as required to complete the work in place. Item No. 45 Install 5 gallon Salvia 'Allen Chickering' (Allen Chickering Sage): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 5 gallon Salvia 'Allen Chickering' (Allen Chickering Sage), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 46 Install 5 gallon Salvia Chamaedryoides (Blue Salvia): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 5 gallon Salvia Chamaedryoides (Blue Salvia), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 47 Install 5 gallon Salvia Greggii (Autumn Sage): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 5 gallon Salvia Greggii (Autumn Sage), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 48 Install 5 gallon Thamnochortus Insignis (Thatching Reed): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 5 gallon Thamnochortus Insignis (Thatching Reed), transportation, delivery, storage, placement, soil amendments, and all other items as required to complete the work in place. Item No. 49 Install 2" Deep Layer of "Walk -On" Mulch: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, furnishing and installing 2" deep layer of "walk -on" mulch, transportation, delivery, storage, placement, and other items as required to complete the work in place. Item No. 50 Provide 90 -Day Landscape Maintenance Phase: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, manpower, fertilizers, irrigation system inspection and operation, plant materials, supervision and all other items necessary to establish and maintain the landscaping for the entire maintenance period. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS • SP 17 OF 61 SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 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." SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass - covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at hftr): / /www. city. newport- beach.ca. us /GSV /Frachised %20Haulers.htm." 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. • • SP 18 OF 61 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. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 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." Replace the words 1-1/2 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. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: `The asphalt concrete (A.C.) used for leveling and finish course shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks '/ -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 2 inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — • 0 SP 19 OF 61 tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: `The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: `The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral: and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, • 0 SP 20 OF 61 the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307.4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -513 and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. SECTION 308 --- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he /she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. The submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. • • SP 21 OF 61 b. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 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 • • SP 22 OF 61 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. • • SP 23 OF 61 5. The Contractor shall handle plastic pipe and fittings carefully and store 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 City Inspector. 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: • SP 24 OF 61 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 Inspector. 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 ManufacturerModel 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 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 City Inspector for approval on a separate sheet of contractor's 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 City Inspector may be rejected and the Contractor required to remove such materials from the site at his • SP 25 OF 61 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. Controller Charts: 1. Record drawings shall be evaluated by the Landscape Architect and /or City Inspector before controller charts are prepared. 2. Provide two (2) controller charts 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 ' /2" 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. 7. Controller charts shall be completed and approved prior to final inspection of the irrigation system. B E. 0 9 SP 26 OF 61 Operation and Maintenance Manuals: 1. Prepare and deliver to the City within ten calendar days prior to completion of construction, hard- covered three rings binders containing the following information: a. Index sheet stating Contractors 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 representatives • Spare parts list in detail of local manufacturer's 2. Provide two (2) manuals, unless otherwise directed by the City Inspector. 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 ball valves Two (2) keys for each automatic controller. C. One (1) quick coupling valve key for each five (5) quick coupling valves installed. 0 n LJ SP 27 OF 61 2. The above - mentioned equipment shall be turned over to the City at the end 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. 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 or his representative 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 0 0 SP28OF61 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. 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 12454B. 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 primer for 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 0 • SP 29 OF 61 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 Schedule 40 with solvent -weld joints. 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. F. Joint Cement: 1. Solvent type as recommended by manufacturer. G. Ball Valves: 1. Shall be as specified on plans. • • SP 30 OF 61 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 as denoted on plans. I. Flow Sensors: 1. Flow sensing equipment shall be manufactured by Rainbird and shall be an insertion type with a non - magnetic, spinning impeller, (paddle wheel) as the only moving part. The sensor sleeve will be brass or 316 stainless steel with the impeller and sensor housing being glass - filled PPS. A Pinion bearing shall be inserted through the impeller and the shaft material shall be tungsten carbide. The sensor will be supplied with a 2" NPT adapter for installation into any commercially available weld -on fitting or pipe saddle. The adapter shall have two (2) ethylenepropylene 0-rings. The sensor electronics will be potted in an epoxy compound designed for prolonged immersion. Electrical connections shall be two (2) single conductor 18AWG leads eighteen (18) inches long. Insulation shall be direct burial "UF" type, colored red for the positive lead and black for the negative lead. Insertion of the sensor into any pipe size shall be 1 -1/2 inches from the inside wall to the end of the sensor housing. The sensor shall operate in line pressures up to 400 PSI and liquid temperatures up to 22- degrees Fahrenheit, and operate in flows of one (1) foot per second up to thirty (30) feet per second. 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) 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. • • SP 31 OF 61 K. Normally- Closed Master Valves: 1. Master valves shall be the size and type as shown on the drawings. 2. Solenoid, if different from that normally supplied, shall be as specified on the drawings. 3. The remote control valve shall be a normally closed, 24VAC -50/60 cycle solenoid actuated globe pattern design capable of having a flow rate specified on the drawings and a pressure loss not to exceed manufacturer's specifications. The valve pressure rating shall not be less than 2,000 PSI, (13.8 bars, metric). 4. The valve body and bonnet shall be constructed of heavy cast brass, diaphragm shall be of nylon reinforced buna -n rubber. All other internal parts shall be made of bronze, brass, and stainless steel to ensure corrosion resistance. 5. The valve shall have both internal and external manual open /close control, (internal and external bleed), for manually opening and closing the valve without electrically energizing the solenoid. The valve shall have internal manual bleed to prevent flooding of the valve box. The valve shall house a fully encapsulated, one -piece solenoid. The solenoid shall have a captured plunger with a removable retainer for easy servicing, and a leverage handle for easy turning. This 24VAC 50/60 Hz solenoid shall open with 19.6 VDC minimum at 200 PSI, (13.8 bars metric). At 24VAC average inrush current, it shall not exceed .41 amps. Average holding current shall not exceed .23 amps. 6. The valve shall have a contamination -proof (CP) self - flushing nylon filter screen located a the valve inlet to filter out debris and prevent clogging of the hydraulic control ports and assure reliable operation. 7. The valve shall have a stainless steel flow control stem and cross handle for regulating or shutting off the flow of water. The valve must open or close in less than one minute at 200 PSI, (13.8 bars metric), and less than 30 seconds at 20 PSI, (1.4 bars metric). 8. The valve construction shall be such as to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. 9. The controller assembly shall be provided with a Master Valve Power assembly for the purpose of powering the master valve circuit independent of controller operation to pressurize the mainline for supplemental watering. This assembly shall consist of a timing module (with variable timing in thirty minute increments for up to three hours) mounted to the face of the backboard and pre - wired to a terminal interface board. • • SP 32 OF 61 L. 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. M. Valve Boxes: 1. Ball Valves: Use 10" diameter x 10 -1/4" round boxes, Carson industries #910 -12B with green bolt down cover or approved equal. 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. Drip Assemblys: Use oversized boxes for drip irrigation system assemblies to allow adequate room around component for installation repair and replacement without disturbing the box. Carson Industries #1730B -P12B (20 -1/2" x33 -1/2 "x12" deep rectangular box) with green ABS bolt -down lid or approved equivalent. 4. 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. 5. Identification numbers shall be branded onto the box lids in 2 inch high letters and numbers. 6. Vehicle traffic area boxes shall be concrete with cast -iron lid designed for vehicle traffic use. N. 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. 0 O. Control Wiring: • SP 33 OF 61 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 4,000' from valve to controller. 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 City Inspector. 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 City Inspector for the number of extra wires to be run in differing directions. P. Cable: 1. All data communications wire connecting flow sensors to the electronics that are buried below grade, with or without conduit, • • SP 34 OF 61 shall be constructed to direct burial specifications similar to Telecommunications Exchange Cable (REA PE -89). 2. The cable shall be constructed of 20AWG or larger copper conductors twisted into pairs of varying lengths to prevent cross talk. Conductors shall be insulated with polyethylene or propylene with a suggested working voltage of 350 volts. The cable shall feature an aluminum - polyester shield and be finished with a black high- density polyethylene jacket. The cable should be equivalent to Belden No. 9883 or Anxiter E- 000319DFC. 3. It is important that all wire connections be absolutely watertight with no leakage to ground or shorting from one conductor to another. Epoxy type wire connector kits such as 3M Series 3500 Scotch - LOK connector packs or 3M Series 7000 Epoxy Wire Connector Kits shall be used. If one connector is used for both wire connections, the splices shall be staggered to prevent shorting. Install per manufacturer's specifications. Q. Automatic Controller: 1. The automatic controller shall be of the size and type shown on the drawings. 2. The City prior to installation shall approve final location of automatic controllers. 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. 4. The controller shall not receive an enclosure unless otherwise specified on the drawings. 5. Contact Mr. Scott Kyle at Rainmaster regarding connection to the city central control system, (949) 212 -8013. R. 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 GPM as shown on the drawings. 2. All spray type sprinklers shall have a screw adjustment. • • SP 35 OF 61 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. 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 C. 0 • SP 36 OF 61 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 City Inspector immediately if obstructions prevent routing as denoted on plans. 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 City Inspector. Do not exceed the maximum or minimum spacing indicated by the manufacturer. 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. 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. 3.03 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. 0 0 SP 37 OF 61 C. Provide for a minimum of eighteen- (18) inches cover for all control wiring. d. Refer to civil engineer's plans for boring or trenching across paving or under streets. 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 (112) inch in size will be permitted in the initial backfill. 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. 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 it's 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. SP 38 OF 61 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. D. 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. 2. Place location tape 6" above all piping, low voltage and high voltage wiring. E. Automatic Controller: 1. Install controller per manufacturer's instructions. Remote control valves shall be connected to controller in numerical sequence as shown on the drawings. Wires designated for future use shall be of a different color than those being currently used. F. 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. G. 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. 0 0 SP 39 OF 61 H. 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 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 City Inspector. 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 City Inspector 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. SP 40 OF 61 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 watertight, 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. The test may be made in the presence of the General Contractor's superintendent only if written acceptance of the test is forwarded to the City and City Inspector immediately after testing. 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 in the presence of the City Inspector, 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 City Inspector. 3.06 MAINTENANCE: A. The entire sprinkler irrigation system shall-be under full automatic operation prior to any planting. ' • SP 41 OF 61 B. The Contractor shall keep the irrigation system completely operational for the entire length of the Construction and Maintenance Phases or work. 3.07 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. 3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE: A. The Contractor shall operate each system in its entirety for the City Inspector at the time of final observation at the end of the Maintenance Phase. Any items deemed not acceptable by the City Inspector shall be reworked to the complete satisfaction of the City Inspector. B. The Contractor shall show evidence to the City Inspector that the City has received all accessories, charts, record drawings and equipment as required before the final observation can occur. C. The irrigation controller shall be certified by Hydro - scape. 3.09 OBSERVATION SCHEDULE: A. The contractor shall be responsible to establish a schedule of observations with the proper City staff. -End- SECTION 02900 LANDSCAPE PLANTING PART 1- GENERAL 1.01 SCOPE OF WORK: 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 • • SP 42 OF 61 1.02 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 City Inspector to inspect the plant material at the nursery prior to delivery, the Contractor shall notify the City Inspector one week prior to this requested inspection. The City Inspector 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 City Inspector prior to any other inspections by the City Inspector to the project site. 2. Submittal of pictures will be allowed for general plant material review. 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. 3. Plant material for this project shall consist of the best plant material available. Material not meeting the City Inspector's satisfaction, including multiple rejections, shall be returned to the nursery where it was obtained at no additional cost to the City. 4. Festuca ovina 'Glauca', (Blue Fescue), shall consist of young plants having no dead or old seasonal grass leaves or stalks intermingled with the healthy green blades, and shall be thriving and healthy to the City Inspectors satisfaction. These plants shall be of a matching form and size, having no stunted or odd - shaped forms within the lot. Plants not meeting these specifications to the City Inspector's satisfaction shall be rejected on -site until acceptable plants are delivered. 1.03 SUBMITTALS: A. Certificate of Inspection of plant material by State or Federal Authority shall be presented if requested by the City. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Delivery: 1. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, 0 and conformance to state law. 0 SP 43 OF 61 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 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. 1.05 JOB CONDITIONS: A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted industry practice. 1.06 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 to best represent the site soil conditions. 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 SP 44 OF 61 approximately one quart, but no less. Copies of the laboratory's recommendations shall be sent to the City and the City Inspector 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 palm tree sub -soil drainage, import soil for over native soil, and /or any other special conditions particular to the project site and design. Special consideration should be given the soil samples for the presence of soil sterilants as the planting areas were prior under paving. 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. 1.07 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 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 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 u 0 SP 45 OF 61 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 mil limhos /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. 2. Planting tablets: a. Slow- release type, containing the following percentages of nutrients by weight: 20% nitrogen 10% phosphoric acid 5% potash b. 21 gram tablets as manufactured by Agriform or approved equivalent, applied per manufacturer's recommendations. E. Top Soil: 1. Top soil, as required, shall be obtained from on -site planting excavations if at all possible and shall be approved by the Engineer. 2. Top soil 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 0 0 SP 46 OF 61 and shall be obtained from natural well drained areas. Before excavating existing soil, 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 top 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 prior to 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 larger than 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. F. 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 • • SP 47 OF 61 diseases, sunscalds, fresh abrasions of 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. 2. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock unless specified otherwise in these specifications or as otherwise 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 0 • SP 48 OF 61 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). 6. Nursery Grown and Collected Stock: a. Grown under climatic conditions similar to those in locality of the project. 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. 7. Substitute plant material will not be permitted without specific written approval by the City Inspector. G. Mulch Cover: 1. All shrub planting shall receive a surface layer of nitrogen fortified shredded tree and plant material mulch. Aguinaga Forest Floor 0% 2" Provide depth of 2" minimum over finish grade in general planting areas. 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. H. 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' 0 3.01 INSPECTION: PART 3 — EXECUTION • SP 49 OF 61 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. 3.03 INSTALLATION: 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 shrubs shall be dug twice the diameter and the exact depth of the root ball. 2. Refer to the plans for the size of tree plant pits. B. Preparation of Planting Areas: 1. The following materials and rates are included for bidding purposes only. Once the soils report has been reviewed and bid costs SP 50 OF 61 0 adjusted accordingly, the City shall issue a field notification for the actual amendments, rates, and manner of installation. The following materials and rates are for bidding purposes only, a. Tree and Shrub Backfill: 1. 6 parts by volume on -site soil 2. 4 parts by volume nitrogen stabilized organic amendment 3. 1 lb. 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) 2. 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" below adjacent paved areas, sidewalks, top of curbs, and valve boxes in shrub /tree areas. C. Eliminate all erosion scars. d. At time of planting, the top two (2) inches of all areas to be planted 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. Maintenance of Final Grades: • • SP 51 OF 61 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. 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. 3. The Contractor shall remove any residual foliage. Roots shall be removed except on slopes 2:1 or greater where they shall remain to add to the slope's stability. 4. The City shall be made aware of the scheduling impacts of the weed abatement period prior to starting landscape work. • • SP 52 OF 61 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. All locations as noted on the Planting Plans shall have actual plants provided and layed out on the medians for approval by the City Inspector prior to installation. The contractor shall establish a schedule for review of these sample areas with the City Inspector prior to overall project plant layout. 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 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. • • SP 53 OF 61 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. 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 indicated on the manufacturer's specifications. 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. 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. 15. 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 • • SP 54 OF 61 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- SECTION 02970 LANDSCAPE MAINTENANCE PART 1 —GENERAL 1.08 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: 1. Landscape Irrigation 2. Landscape Planting 1.09 GENERAL MAINTENANCE: A. The length of the maintenance period shall be ninety (90) days. B. Maintenance of plant materials shall include, but not be limited to. Trimming, pruning, watering, fertilization, weed control, cultivation, pest control and clean up. The Contractor shall keep the site in a state of perpetual growth and repair. Irrigation maintenance shall include periodic operation of the system, adjustments, and minor repairs as necessary. C. All hardscape shall be kept clear of debris from the maintenance operations, erosion, run -off, irrigation, or wind blown debris. Clean up of walks shall be the Contractor's responsibility. Street gutters shall be included within the debris /siltation removal program. - D. The Contractor shall provide a general clean -up operation at least once a SP 55 OF 61 week for the purpose of removing trash or debris which may accumulate from the use of the area, wind blown debris, or other refuse. E. All personnel on the project shall be well trained, clean, neat at all times, and be conversant with these specifications. F. 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. G. Contractor shall be responsible for removing all weeds in joints of curbs, and hardscape throughout the project. H. All landscape areas shall be patrolled weekly to check for vandalism damage, broken tree branches, rodents, insects, pests, and diseases. Water management: 1. Water only as required to allow penetration into the soil and avoid excess run -off. Once plant material is established, water only as needed to maintain healthy plant material. 2. Avoid water waste by setting controllers appropriately for the current season and weather. J. Avoid blocking the clear view of signs, illumination of light fixtures, and conflict with pedestrians and vehicles or their views. K. Safety of users shall be a prime goal of maintenance especially in regard to pruning of trees and trimming of plants away from walkways and /or structures. L. The Contractor, at his own expense, shall replace all plant material that has failed during the maintenance phase. 1.10 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.- • SP 56 OF 61 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. 1.11 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. 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. 1.12 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. B. The Contractor shall request an inspection to begin the Maintenance Phase after all planting and related work has 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. 1.13 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against 0 SP 57 OF 61 any and all poor, inadequate or inferior materials and /or workmanship for a period of one year. 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. 1.14 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 City Inspector 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, tire damage, grafitti, 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. 3.02 TREE AND SHRUB CARE: A. Watering: SP 58 OF 61 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 water wand to break the water force. Use mulches to reduce evaporation and frequency of watering. B. Pruning: Shrubs: a. 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. e. All shrubs that normally require mowing or severe cutting back for horticultural reasons shall be cut back only after approval to do so by the City Inspector. C. Staking and Guying: Remove stakes and guys as soon as they are no longer needed. Stakes and guys are to be inspected to prevent girdling of trunks or branches and to prevent rubbing that causes bark abrasions. Trees found damaged shall be replaced at the Contractor's expense. D. Weed Control: 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. Use mulches to help prevent wee seed germination. Avoid post- emergent herbicides in groundcover areas where overspray may kill young rooted cuttings. 2. Use of chemical spraying may be necessary to rid turf areas of noxious weeds. E. Insect Control: 0 0 SP 59 OF 61 1. Maintain a reasonable control with approved materials and methods that are legally accepted in the area. F. 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. 11,000 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) lb. 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°/x, head -to -head coverage. B. Set and program automatic controllers for seasonal water requirements. 0 9 SP 60 OF 61 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 turn 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. 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. B. All plant material shall have new growth trimmed neatly. -END- SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: `The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: 'Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. _ 0 i SP 61 OF 61 Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and/or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400- -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base material." 0 SPECIAL PROVISIONS APPENDIX A n APWA STANDARD PLAN NO. 141 -1 L = LENGTH OF FLARE X m W = MAXIMUM OFFSET DISTANCE Y = W(X�2 X = DISTANCE ALONG BASE LINE L Y = OFFSET FROM BASE LINE 2W T = TANGENT LENGTH TAN 8 = R = RADIUS OF NOSE 27.0 0 = MAXIMUM FLARE DEFLECTION ANGLE T = R TANG 10' OFFSET Y, mm 20' IF STATION OF RADIUS POINT IS NOT GIVEN ON PLAN, TANGENT DISTANCE T MAY BE IGNORED STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION vnou"ISi,tco ev na X m L. m W, mm 3.0 4.5 6.0 7.5 9.0 120 13.5 15.0 18.0 22.5 24.0 27.0 30.0 10' 15' 20' 25' 30' 40' 45' 50' 60' (2 70' 75' 80' 90' 100' W = 1:5 7.5 1500 240 110 1500 25' 5' 0.80' 1540 1.80' 3.20' 5.00' 15.0 3000 1 0 270 1(1.60 480 750 1080 19 24 50' (10,) 0.40' 0.90' 2.50' 1(3.60')1(6.40') 8.t0' 10.00' WIL = 1:10 15.0 1500 60 135 240 375 540 96.0- 121 50' 5' 0.20' 0.45' 0.80' 1.25' 1.80' 3.20' 4.05' 11500 5.00' 30.0 3000 30 68 120 188 0 480 608 50 1 80 1470 1688 192D 430 30DO 100' 10' 0.10' 0.23' 0.40' 0.63' 0.90' 1.60' 2.03' 2.50' 3.60' 4.90' 5.63' 6.40' 8.10' 10.00' WIL = 1:1 13.5 900 44 1 1 278 400 711 900 45' 3' 0.15' 0.33' 0.59' 0.93' 1.33' 2.37' 3.00' 22.5 1500 27 60 17 240 427 540 667 960 1307 1500 T 5' 0.09' 0.20' .0.80' 1'(00736')1(06.56') 1.42' 1.80' 2.22' 4.36' 5.00' 27.0 1800 22 50 89 139 200 356 450 5 5 800 1089 1250 1422 1800 90' 6' 0.07' 0.17' 0.30' 0.46' 0.67' 1.19' 1.50 (1.85 2.67 3.63 4.17 4.74 6.00' STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION vnou"ISi,tco ev na STANDARD PLAN METRIC ' "au« � MEDIAN FLARE 1914 141 -1 REV. 1986 SHEET 1 OF 1 USE WITH STANDARD SPECIFICATIONS FOR PUB IC WORKS CONSTRU ON 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT a7gy 351 wo --'20f)-7 Agenda Item No. 12 September 25, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Andy Tran 949 - 6443315 or atran @city.newport- beach.ca.us SUBJECT. SUPERIOR AVENUE MEDIAN IMPROVEMENTS - AWARD OF CONTRACT NO. 3794 RECOMMENDATIONS: Approve the plans and specifications. 2. Award Contract No. 3794 to GMC Engineering, Inc. for the Total Bid Price of $634,118.50, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $70,000.00 to cover the cost of unforeseen work. DISCUSSION: At 10:00 a.m. on September 11, 2007, the City Clerk opened and read the following bids for this project: TOTAL BID AS BID BIDDER AMOUNT AMOUNT Low GMC Engineering, Inc. $634,118.50 2 Nobest Incorporated $647,000.00 3 Shawnan $648,598.00 4 Hillcrest Contracting, Inc. $656,280.05 5 Sully- Miller Contracting Company $691,615.50 6 Palp, Inc. DBA Excel Paving Company $708,990.00 7 All American Asphalt $723,723.00 8 Alliance Streetworks, Inc. $729,996.50 9 Imperial Paving Company $744,350.75 $746,375.00 10 Pima Corp. DBA Advanced Construction $747,860.00 11 C.S. Legacy Construction, Inc. $754,509.00 12 Elite Bobcat Services, Inc. $759,000.00 13 Belaire -West Landscape, Inc. $786,720.00 14 Griffith Company $821,697.00 15 Bonsall Construction Services, Inc. $833,183.40 $833,139.75 16 Damon Construction Company $904,126.70 17 Southland Construction $1,029,460.00 $1,028,260.00 18 PCN3, Inc. $1,193,130.00 $1,199,630.00 • Superior Aveskedian - Auard of contract No. 3794 September 11, 2607 Page, 2 The low total bid amount is 40.7 percent below the Engineer's Estimate of $1,070,000.00. Several factors contributed to the significant difference between the low total bid amount and the Engineer's Estimate, including: 1) staff accounted for the recent increase in unit prices on similar contracts, such as the Coast Highway Channelization project (C- 3558), which was a more complicated project; 2) the City received many bids for this contract, which usually results in a lower total bid amount; 3) the unit price for the concrete curb (Bid Item No. 4) is unexpectedly low resulting in a savings of over $80,000 for this item. The low bidder, GMC Engineering, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities. This contract involves the construction of new raised landscaped medians along Superior Avenue from approximately 300 feet south of Ticonderoga Street to Dana Road. A new irrigation system will also be installed as part of this contract. Pursuant to the Contract Specifications, the Contractor will have 70 consecutive working days to complete the work. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses have been notified by City staff. Geotechnical and Material Testing Services: In addition to the contract costs, approximately $6,500.00 in geotechnical and material testing services is estimated for this project and will be performed under the on -call professional services agreements. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Gas Tax Gas Tax Contributions Wastewater Enterprise Account Number 7181- C5100302 7181- C5100870 7251 - 05100870 7531- C5600292 Total Amount $ 90,000.00 $ 370,689.35 $ 199,929.15 $ 50,000.00 $ 710,618.50 Proposed uses are as follows: Vendor GMC Engineering, Inc. GMC Engineering, Inc. Harrington Geotechnical Prepared by: Andy Tran Senior Civil Engineer Attachments: Project Location Map Bid Summary Superior Menue'FAedian — Award of Contract No. 3794 September 11, 2007 Page,. 3 Purpose Construction Contract $ Construction Contingency $ Materials Testing $ Total: $ Submitted by: Amount 634,118.50 70,000.00 6,500.00 710,618.50 in G. Badum Works Director SUPERIOR AVENUE MEDIAN IMPROVEMENTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SH J C -3794 T TITLE: SUPERIORAVE� CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: _City Clerk's Office - City Hall DATE: 11-Sep-07 TIME: 10:00 AM BY: Savoth Hy CHECKED: Andy Tmn DATE: F:1USer5lP8wn3hWWe ContractalFY 07- 0613UPER10R AVE MEDIANS C370401) SUMMARY C3794_TCIA.xIa Page 1 ENGINEER'S ESTIMATE GMC ENGINEERING, INC. NOSEST INCORPORATED SHAWNAN ITEM DESCRIPTION QUANTITY UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT 1 Mobilization 1 LS $63616.00 $63,516. $61,307.00 $51,307.0 $36000.00 $35,000.00 $6000.00 $5,000.00 2 Traffic Control 1 LS 000.00 $40.000.00 $6,500.00 $5,600.0 50 000.00 $60,000.00 $38000.00 $38 00 '3 Surveying Services 1 LS $10,P00.00 $10,000.00 $4,5M.00 600.00 16 000.00 $1610M.00 $5 000.00 $5 0 4 Construct Type B Curb 4 500 LF 30.00 $135.000.00 $11.55 $61,975.0 $10.00 000.00 14.00 $83 000. 5 Cona Curb and Gutter to Curb Transltion 20 LF $60.00 $1,000.001 11.55 $231.00 $23.00 .00 $55.00 1 100.00 6 wcu ar emovs A vement , ase, ub -base, oil an Median to Accommodate Imported To Soil 2130 CY .00 $106.500.001 $50.055.00 45.00 $96,850.00 .00 $85,200.00 7 Place 2" Thick AC Finish Course Over 4" Thick AC Base Course 160 TN 80.00 $12,800.00 $28.880.00 $160.00 $25.600.00 $250.00 S40,000.00 8 Place Variable Depth Crushed Miscellaneous Base CY 40.00 $2.000.00 $2,400.00 $20.00 $1.000.00 $100.00 $5.000.00 9 Ad lust Manhole Frame and Cover to Grade EA .00 $2,400.00 N$101260.00 $1,786.00 $500.00 $1,600.00 $600.00 $1,800.00 10 Remove 48" Manhole EA $6,000.00 $15,000.00 0 780.00 $9 000.OD $27 000.00 500.00 $7 600.00 11 Construct 48" Manhole E26 EA 10 000.00 30 000.00 $19 764.00 7 000.00 21 000.00 $4 000.00 $12 000.00 12 Remove and Re lace with New Water Meter Box to Grade EA 400.00 800.00 $1 080.00 100.00 200.00 $500.00 1 000.00 13 Re lace Traffic S' nal Detector Lo EA 250.00 $8 500.00 . $6,500.00 $300.00 $7,800.00 $150.00 $3,900.00 14 Remove Existing ' ns and Install New Signs L3 $20.000.00 24 000.00 $4, 708.00 708.00 500.00 $4.600.00 000.00 $5,000.0 15 Install Striping, Markings and Markers 1 LS $20.000.00 $20,000.00 $8.208.001 $8.208.00 S6.000.00 $8,000.00 $10,000.00 $10.000.001 16 1 Provide As -built Drawings 1 LS $3.000.00 $3.000.00 $540.00 $540.00 $600.001 $500.00 $100.001 $100.00 17 Install M Sin le -Meter Cabinet 1 EA 8 000.00 $8,000.00 $6,350.00 $6,350.00 $7,500.00 $7,600.00 $3.000.00 $3 OOO.DD 18 Construct 2" Water Service 1 EA 5 000.00 $5 DDO.DD $4 388.00 $4 388.00 OOD.DO $8,000.00 $5,000.00 $5 000.00 19 Install 2" Backfiow Prevention Assgmb 1 EA $2,600.00 $2,500.00 $1,068.00 $1,068. $2,000.00 $2,000.00 $2,500.00 $2.500.001 20 Jack re 40 gave to Accommodate Irrigation Wiring and Mainline 1060 LF $35.00 $37,100.00 $19.50 $20,670.0 0 $25.00 $26,500.00 $55.00 $58 21 Install Inination Controller with Pedestal 1 EA $6,000.00 $610M 10 260.00 $10 280.00 $11 000.00 0,1,000.0 $51000 5 000. 22 Install Master Valve 1 EA $500.00 $500.00 $594.00 $694.0 $400.00 $400.00 $800.00 $800.00 23 Install Flow Sensor 1 EA $860.00 $850.00 $778.00 $778.00 $600.00 $600.00 $600.00 $500.00 24 Install 2" PVC CL 315 Ini ation Mainline 2.670. LF $4.00 $10,680.00 $3.00 $8,010.00 $3.00 $8.010.00 $4.00 $10,680.00 25 Install 10" Round Irrigation Pull Boxes 2 EA 75.00 150.00 $48.00 96.00 $30.00 $80.00 500.00 $1,000.00 28 Install Quick Coupling Valves 24 EA 00.00 $7,200.00 195.00 $4,680.0 $140.00 $3,360.00 $400.00 $9,600.00 27 Install Remote Control Valves 9 EA $350.00 $3150.00 32.00 $3,888.0 $960.00 $8,640.00 $800.00 $7.200.00 28 Install Ball Valves 7 EA $200.00 $1,400.00 $130.00 $910.00 130.00 910.00 200.00 1 400.00 29 Install I Heads and Lateral Lines 1 LS $70,000.0 $70.000.00: S22.162.00 $22,162.0 $30,000. $30,000.0 $26,000.0 $25 000.00 30 Install Cobble Paving 630 SF $30.00 $15.900.00 $9.80 $6,194.00 $12.00 $6,360.0 $16.00 $7.950.001 31 Install 6' Granite Boulders 9 EA 1 600.00 $13 500.00 $1 080.00 $9 0.00 .00 $5.400.001 $600.00 5 400.00 32 Install 4' Granite Boulders 14 EA 800.00 $112j 00.00 270.00 $3,780.00 $400.00 $5 600.00 $400.00 $5 600.00 33 Install 2' Granite Boulders 15 FA 500.00 $7 500.00 $108.00 $1,620.001 $200.00 $3 000.00 $200.00 $3,000.00 F:1USer5lP8wn3hWWe ContractalFY 07- 0613UPER10R AVE MEDIANS C370401) SUMMARY C3794_TCIA.xIa Page 1 TITLE: SUPERIOR AVEh CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Offioe - City Hall DATE: 11- Seo-07 TIME: 10:00AM BY: Savoth Hy CHECKED: Andy T DATE: 34 Provide and Install 38" Minimum Depth Top Sol[ 2130 CY $25.00 $63.260.001 34.50 $73,486.00 $30.00 900.00 $40.00 $85,200.00 35 Install 24" Box Phoenix roebelenli m Date Palm 8 EA $1,200.00 $9.600.00 $422.00 $3,376.00 $549.00 $4.392.00 700.00 $5,60070 36 Install 20' BTH S rus romartzof6anum Queen Palm 31 EA $4,400.00 136 4110.00 $2,052,00 $63,612.00 $1,300.00 $40,300.00 $1,400.00 $43,400.00 37 Install 5 allon Aloe cillads (Agave var. 102 EA 20.00 $2,040.00 18.00 $1,836.00 30.00 $3,060.00 35.00 $3,570.00 38 Install 15 gallon Caesal inia Gillisli Yellow Bird of Paradise Bush 60 EA 100.00 $6 000.00 $75.60 $4,536.00 $65.00 $3,900.00 80.00 $4,800.00 39 Install 15 gallon Das Iidon Texanum Desert Spoon) 38 E4 80.00 $3,040. 00 $88.00 $3,344.00 $75.00 $2,860.00 89.00 $3 40 Install 1 gallon FasWCa Ov(na "Glauca" Blue Fescue 8 625 EA $15.00 129 376.00 $8.64 $74,520.00 4.00 $34,500. 00 $4.00 34 5 41 Install 1 aAOn Geranium Incanum Cranesbill 135 FA 16.00 $2,026.00 8.80 $1,188.0 $5.00 $675.00 $6.00 $810.00 42 Install 1 allon Im ca inddca "Rubra" Ja nese Blood rasa 929 E4 18.00 $16,722.00 S9.501 $8.825.50 $6.001 $U74.00 $7.00 $6,603.00 43 1 Install 1 aallon Ids Dou lasiana Blue Pacific Coast Iris 266 EA $18.00 $4.788.00 $9,75 $2,693.60 7.00 $1.862.00 $8.00 $2,128.00 44 Ins gallon iscanthus transmo sonensia 6 ne vergrean Miscanthus 325 EA 16.00 200.00 9.50 $3,08 7.51) 6.00 $1.950.00 6.00 $1,960.00 45 Install 6 allon SaMa'Allen Chickedn ' Allen Chickedn Sage) 55 EA $22.00 $1,210.00 28.00 $1,540.00 $14.00 770.00 $20.00 $1,100.00 46 Install 5 gallon Salvia Chamsed ides Blue Salvia 59 EA $22.00 $1,298.0 22.00 $1,298.0 $16.00 885.00 $25.00 $1,476.00 47 Install 5 lon Salvia G li Autumn Segel 412 EA $22.00 $9,0S4.00 19.50 034.00 $11.00 $4,532.0 $15.00 $6160.00 48 Install 5 lion Thamnochortus Insignia (Thatching Reed 69 EA 18.00 $1,242.0 $28.00 $1,932.00 20.00 $1,380.0 $30.00 $2,070.0 49 Install 2" Dee Layer of "Walk -On" Mulch 19,20 SF 0.50 $9.600.0 $0.30 $6,760.00 $0.36 $6,720.00 0.50 $9,600.00, 50 Provide 90-Da Landscape Maintenance Phase 1 LS $10,000.00 $10,000.001 $2,800.00 $2 800.00 $4 000.00 $4,000.00 $800.00 $800.00 EE 1 $1,070,000.001 Low 1 $634,118.60 2ntl $647,000.00 3rd $648,598.00 F:Wsem%PBWASharsdkCont=W%FY 07- 0BZUPERIOR AVE MEDIANS C3794113I1) SUMMARY C3794 TCLA.x1s Page 2 TITLE: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 11-Sep-07 TIME: 10:OOAM BY: SavothHy CHECKED: AndyTran DATE: FAUseMs P8Wftared1Con"c"%FY 07.OMUPERIOR AVE MEDIANS C- 37941BID SUMMARY C- 3704_TCLA.xls Page 3 ENGINEER'S ESTIMATE HILLCREST CONTRACTING, INC. SULLY- MILLER CONTRACTING COMPANY PALP, INC. DBA EXCEL PAVING COMPANY ITEM DESCRIPTION QUANTIILF UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT 1 MobllizatIon 1 $63.516.00 $63.516.00 25,000.00 $25,000.00 7 000.00 $7,000.00 16 000.00 $18.000.05 2 Traffic Control 1 40 000.00 $40,000.0 $19 000.00 $19,000.0 22 300.00 $22,300.00 $14 000.00 $14,0 3 Surveying Services 1 10 000.00 $10,000.0 $6 600.00 $8,600.0 0 $1900.00 7 90090 8 000.00 $8,0 4 Construct Type B Curb 4 600 $30.00 135 000.00 $11 .00 $49 500.00 $14.00 $63 000.00 $15.25 68 62 5 Construct Curb and Gutter to Curb Transl8on 20 $50.00 $1 000.00 23.00 $460.00 64.00 $1 280.00 15.00 $300.00 6 S-swout emove Pavement, Base, ub -base, o and Raise Median to Accommodate Im orted To Soil 2130 50.00 106 500.00 37.75 80 407.50 52.00 $110 760.00 71.00 151 230.00 7 Place 2Thick AC Finish Course Over 4" Thick AC Base Course 60 $80.00 12,800.00 $168.00 $25.280.00 $135.00 $21,600.00 $144.00 $23 040.00 8 Place Variable Depth Crushed Miscellaneous Base 50 CY .00 $2000.00 $26 &00 $13,400.00 $130.00 $6.500.00 $118.00 $5,900.00 9 Adjust Manhole Frame and Cover to Grade 3 A ,00 2 40090 $800.00 $2,400.00 $1,100.00 $3,300.00 $1.600.00 $4.800.00 10 Remove 48" Manhole 3 EA $6 000.00 15 000.00 $10, 700.00 $32 7D0.DD $4,200.00 $12 600.00 000.00 $9,000m 11 Construct 48" Manhole 3 EA $10,000.00 $30000.00 $12,000.0 $36,000.00 $9,000.0 $27,000.00 $12,000.00 $36,000.0 12 Remove and Replace with New Water Meter Box to Grade 2 EA 400.00 $800.00 200.00 $400.00 330.00 $660.00 $320.00 $640.00 13 Replace Traffic Signal Detector Loos 26 EA 50.00 $6600.00 $210.00 $5,460.00 $250.00 $6,500.00 $250.00 $6,500.00 14 Remove ExisBn Signs and Install New Signs 1 LS 20 000.00 20 000.00 4 500.00 00.00 $4,360 $4. 3W.00 $5 000.00 $5,0Q0.00 15 Install Striping, Markings and Markers 1 LS $20000.00 $20000.00 $8,000.00 $8.000.00 $7.600.00 $7,600. $10,000.00 $10.000.00 16 iProvide As -built Drawin s 7 LS $3.000.00 $3.000.001 $1,600.00 ;1,500.00 $2,000.00 $2,000.001 $1,600.00 $1,500.00 17 Install Myers Single-Meter Cabinet 1 A $8000.00 $8.000.001 $9 000.00 $9,000-00 $11,000.00 $11,000.00 300.00 $8,300.00 18 Construct 2" Water Service 1 FA $6000.00 $6.000.00 S4.50G.00 $4600.00 $3,300.00 $3300.00 $5000.00 $5000.00 19 Install 2" Backfiow Prevention Assembly 1 EA $2P500.00 $2,600.00 $2,700.0 2 700.00 $3,800.00 $3,80.00 $1,200.00 $1,200.0 0 20 Jack ore 4 Schedule 4u evu bieeve to Accommodate Irrigation Wiring and Mainline 1060 LF $35.00 37100.00 $36.00 $37100.00 $38.00 $40280.00 $26.00 $275 27 Install IM ation Controller with Pedestal 1 EA 000.00 $6,000.00 $10 500.00 70 500.00 $15.000= $15,()00.00 $14 000.00 814 00 . 22 Install Master Valve 1 FA $600.00 500.00 $335.00 $335.00 $500.00 $500.00 400.00 $400.00 23 Install Flow Sensor 1 EA $860.00 850.00 515.00 15.00 $2,600.00 $2.500.00 $590.00 590.00 24 Install 2" PVC CL 315 Irrigation Mainline 2,670 LF $4.00 $10 680.00 $310 $9879.00 $9.00 $24.030.00 $3.00 $8,010.00 25 Hnstall 10" Round Irrigation Pull Boxes 2 EA $75.001 $150.00 $40.00 $80.00 $66.00 $130.00 33.00 $86.00 Install Quick Cou ling Valves 24 FA $300.00 $7,200.00 $200.00 $4800.00 160.00 $3,600.00 $155.00 $3,720.0 Install Remote Control Valves 9 EA 350.00 $3,160.00 $270.00 $2,430.00 500.00 $4,500.00 $1,00100 $9,000.00 Install Ball Valves 7 EA $200.00 $1,400.00 $550.00 $3,850.00 $226.00 $1,575.00 138.00 $966.00 N31 Install Irtl Bon Heads and Lateral Lines 1 LS 70000.00 70000.00 27000.00 $27000.00 28000.00 8000.00 $30000.00 30000.00 Install Cobble Pa 530 SF $30.00 $16,900.0 $12.00 8 360.00 $15.00 $7,950.00 $13.60 $7.155.00 Install 6' Granite Boulders 9 EA 7 500.00 $13 500.00 $614.00 $5 528.00 1 300.00 11 700.00 $850.00 850.00 Install 4' Granite Boulders 14 EA $800.00 11 200.00 .00 6 348.00 1 000.00 $14 000.00 410.00 740.00 Install 2' Granite Boulders 15 EA $500.00 $7,501),001 172.00 2 580.00 $800.00 12 000.00 $180.00 2 700.00 FAUseMs P8Wftared1Con"c"%FY 07.OMUPERIOR AVE MEDIANS C- 37941BID SUMMARY C- 3704_TCLA.xls Page 3 TITLE: SUPERIOR AVEt CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: CIty Clerk's Office - City Hall DATE: 11- Seo -07 TIME: 10:OOAM BY: Sevoth Hy CHECKED: Andv Tran DATE: 34 Provide and Install 38" Minimum Depth Top Soil 2 130 CY $25.00 $63,260.00 $40.00 $05,200.00 30.01) $63,900.00 $43.00 $91,590.00 35 lInstall 24" Box Phoenix roebelenii (Pygmy Date Palm 8 $1,200.00 $9,600.00 $362.00 $2,896.00 $350.00 $2,800.00 $605.00 $4,840,00 38 lInstall 20' BTH S s romanu(fianum Queen Palm Install 6 gallon Abe aliads (Agave var. 31 EA $4 400.00 138 400.00 1 400.00 3 400.00 $1 300.00 $40 00.00 $1,400.00 $43,400.00 37 102 EA $20.00 $2,040.00 $26.00 $2,652.00 $27.00 $2,T64.00 $32.00 $3,264.00 38 Install 16 gallon Caesal into Gillisii Yellow Bird of Paredise Bush 60 EA $100.00 $6,000.00 $68.00 $4,080.00 $85.00 $5,100.00 $70.00 $420000 39 Install 15 ciallon Da 'rtion Texanum Desert Spoon) 38 EA $80.00 $3,040.00 $103.00 $3,914.00 $85.00 $3,230.00 $81.00 $3 40 Install 1 gallon Festuoa Ovina "Glauca" Blue Fescue 8 625 EA $15.00 $129,375.00 $3.75 $32,343.75 $6.00 $51.750.00 $4.00 $34 41 Install 1 oallon Geranium Incanum Cranesbill 135 EA $15.00 $2.025.00 $7.85 $1.059.76 $7.00 $945.00 $6.00 $810.00 42 Install 1 oell on Impedes C inddca "Rubra" (Japanese Blood rass 929 EA $18.00 $16,722.00 $9.45 $8,779.05 $7.50 $6,967.50 $6.00 $5.674.00 43 44 Install 1 sllon Iris lasiana Blue Pacific Coast Iris Install 1 ga Ion ca us bansmomsonensis It is (vergreen Miscenthus ) 266 325 EA EA $18.00 $16.00 788.00 $5,200.00 $10.60 $11.00 $2,793.00 $3,575. 00 $7.60 7.00 $1,995.00 $2,275.00 $8.00 $6.00 2128.00 $1,950.00 45 Install 5 oallon Salvia'Alien Chir"kedn ' Allen Chickerin Sae 55 EA $22.00 $1,210.00 $23.00 $1,266, 18.00 $990.00 $16.0 0 $825.00 46 Install 5 gallon Salvia Chamaed 'des Blue Salvia 59 EA $22.00 $1,298.00 $23.00 $1,357.0 16.00 $1,062.0 17.0 $1,003.00 47 Install 5 gallon Salvia Gre 'i Autumn See 412 EA $22.00 $9,084.00 $17.00 $7 004.00 $17.00 $7,004.0 $12.00 $4,944.00 48 Installs gallon Thamnochortus Insignia (Thatching Reed 69 EA $18.00 $1.242.00, $23.00 $1.687.00 $22.00 $1.618.00. $23.00 $1,587.00 49 Install 2" Deep Layer of "Walk -On" Mulch 19,200 SF $0.50 $9.600.00 $0.42 $8.064.00 $0.25 $4,800.00 $0.35 $6.720.00 50 Provide 90-Day Landscape Maintenance Phase 1 LS $10,000.00 $10,000.00 380 3,§00.001 $6,000.00 $6,000.001 $6,786.001 $5,785.00 EE $1,070,000.00 4th ;856,280.05 5th $691615.60 6th ;708,990.00 • F:1Users%PBWM1SharedlContmcW%FY 07.OWUPERIOR AVE MEDIANS C- 37941610 SUMMARY C- 3794_TCLA.xis Page 4 TITLE: SUPERIORAVE! CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 11.80"7 TIME: 10:00 AM BY: SavothHy CHECKED: Andy Tran DATE: F:1Uaem\PBWUharedlConbractslFY 07.OMUPERIOR AVE MEDIANS C- 379ADID SUMMARY C-3794 TCLAAS Page 6 ENGINEER'S ESTIMATE ALL AMERICAN ASPHALT ALLIANCE STREETWORKS INC. IMPERIAL PAVING CO. ITEM DESCRIPTION QUANTITY UNIT $ 1 AMOUNT UNIT $ AMOUNT UNIT; AMOUNT UNIT; AMOUNT 1 Mobilization 1 LS $63.616.00 $63.516.00 $14,740.00 $14,740.00 $30 000.00 $30,000.00 $76,000. 75 000.00 2 Traffic Control 1 LS 40 000.00 .00 $63,359.00 $63,369.00 $31 000.00 $31,000.00 $70,000.0 70 00 3 Surveying Services 1 LS $10,000m __.$40,00 $10 000.00 $7,700.00 $7,700.00 $8 000.00 000.00 $7,600. $7 4 Construct Type B Curb 4.600 LF 30.00 $135,000.0 $11 SO $51,760.00 $13.00 $58,500.00 $13.00 $5850 . 5 Construct Curb and Gutter to Curb Transition 20 LF 50.00 $1,000.0 0 $25.00 $600.00 $29.00 580.00 $16.00 $320.00 6 wcut an move Pavement, Base, uW se, oil and Ised Median to Accommodate Imported To Soil 2130 CY 0.00 $106.600.00. $54.00 $115.020.00 50.00 $106.500.00 0.00 $106.600.00 7 Place 2" Thick AC Finish Course Over 4" Thick AC Base Course 160 TN $80.00 $12800.00 107.00 $17120.00 100.00 $16.000.00 $190.00 $30,400.00 8 Place Variable Depth Crushed Miscellaneous Base 60 CY $40.00 $2,000.00 $145.00 $7.250.00 5.00 $1,750.00 76.00 $3,800.00 9 Ad lust Manhole Frame and Cover to Grade 3 EA $600.00 $2,400.00 $475.00 $1,426.00 $900.00 700.00 $1,230.00 $3,690.00 10 Remove 48" Manhole 3 FA 000.00 $16,000.00 12 000.00 000.00 $13 000.00 $39,000 $9.975.00 $29.926.00 11 Construct 48" Manhole 3 EA $10,000.00 $30,000.00 13 000.00 $39,000.00 $7,000.00 $21 W0.00 400.00 $19,200.00 12 Remove and Replace with New Water Meter Box to Grade 2 EA $400.00 $800.00 210.00 $420.00 $800.00 $1,200.0 25.00 $1,050.00 13 Replace Traffic Signal Detector Loo 28 EA $250.00 $6,500.00 250.00 $6,600.00 $200.00 $6,200.00 $200.00 $5,200.00 14 Remove Existin Signs and Install Now S' ns 1 LS S20.000.00 $20.000.001 $3 000.00 $3 000.00 $4,500.00 $4.500.00 $4,600.00 $4,600.00 15 Install Std n Markin and Markers 1 LS $20.000.00 $20,000.00 $8 500.00 600.00 $8.000.00, $8.000.00 $6,000. $6,000.00 16 Provide As -bulk Dra 1 IS $3,000.00 $3000.00 $780.00 $780.00 $1,000.00 1,000.00 $1,000.00 $1, 000.00 17 Install Myers Single-Meter Cabinet 1 EA $8,000.00 $8000.00 $3,500.00 $3,600.00 $8,000.00 $8,000.00 $10,300.00 $10,300.00 18 Construct 2" Water Service 1 EA $5,000. $5 000.00 900.00 $4,900 $5,500.00 $5,500.0 $5.000.00 S5.000.001 19 Install 2" Baddlow Prevention Assembly 1 EA $2,600.00 $2500.00 $3,600.00 $3,600.0 $1,200.00 $1,200.0 $2,300.00 $2 300.00 20 Jack Borer edu a VC leave to Accommodate Imgation Wiring and Mainline 1,060 LF 35.00 100.00 25.00 $26,600.00 .00 $40,280.0 25.00 $26 5 21 Install lni tionControllerwlthPedestal 1 EA $6000.00 $6000.00 $1214825 12148.25 11000.00 11000.00 $101105.00 $1060. 22 install Master Vakre 1 EA $500.00 $5DO.00 5.00 525.00 $600.00 600.00 $376.00 $375.00 23 Install Flow Sensor 1 EA 8150.00 .00 $1 650.00 $1.650.00 800.00 $800.00 $550.00 550.00 Install 2" PVC CL 316 Irrigation Mainline 2,670 LF $4.00 $10,680.00 $9.60 $25,365.00 $2.75 $7,342.50 $2.75 $7 342.50 Install 10" Round Ird tion Pull Boxes 2 FA $75.00 $150.00 $70.00 140.00 50.00 100.00 $30.00 $60.00 Install Quick Coupling Valves 24 FA 300.00 $7,200.00 $155.00 $3,720.00 200.00 $4,800.00 $146.00 $3 480.00 Install Remote Control Valves 9 EA $350.00 $3,150.00 $525.00 $4,726.00 $400.00 $3,600.001 $1,000.00 $9,000.00 R28 Install Ball Valves 7 EA $200.00 $1 400.00 $230.00 1 610.00 $125.00 875.00 $130.00 $910.00 Install Irri ation Heads and lateral Lines 1 LS 70 000.00 70 000.00 $20 000.00 20 000.00 25 000.00 $25 000.00 $27 800.00 27,800.00 Install Cobble Pavin 530 SF $30.00 $15 900.00 $16.00 8 480.00 $17.00 $9 010.00 $31.00 $16 430.00 Install 6' Granite Boulders 9 EA $1 500.00 13 500.00 $1 360.00 12 150.00 1 300.00 $11 700.00 $1 060.00 $9 450.00 Install 4' Granite Boulders 14 EA $800.00 11 200.00 $1,06 14 700.00 300.00 $4200.00 260.001 $3,640.00 33 Install 2' Granite Boulders 15 EA $500,00 $7,600.001 $840.00 $12,600.001 200.00 $3 000.00 $105.00 51 575.00 F:1Uaem\PBWUharedlConbractslFY 07.OMUPERIOR AVE MEDIANS C- 379ADID SUMMARY C-3794 TCLAAS Page 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: SUPERIOR AVENUE MEDIAN IMPROVEMENTS BID LOCATION: City, Clerk's Office - City Hall CONTRACT NO.: C4794 DATE: 11- Sao-07 TIME: 10:00AM ENGINEER'S ESTIMATE: $1,070,000.00 BY: Savoth Hv CHECKED: Andy Tran DATE: PROJECT MANAGER: Andy Tran 34 Provide and Install 36" Minimum Depth Top Soil 2 130 CY $25.00 $63.250.00 $32.00 68160.00 $30.00 $63,900.00 33.00 70 290.00 35 Install 24" Box Phoenix webelenii m Date Palm 8 EA $1,200.00 $9,600.00 87.00 $2 936.00 600.00 800.00 $560.00 $4 480.00 36 Install 20' BTH S a rus mmanzoffianum Queen Palm 31 EA $4,400= $136,400 $1,100.00 $34100.00 $2 500A0 $77,600.00 1 365.00 $42,315.00 37 Install 5 allon Aloe ciliads (Agave var. 102 EA 20.00 040.00 $28.00 2 866.00 $15.00 $1,530.00 $29.00 2 958.00 38 Install 15 allon Cassel inia Gillisii allow Bird of Paradise Bush 60 EA 100.00 $6,000 89.00 $6 340,00 70.00 $4 200.00 $65.00 $3900.00 39 Install 15 Ilon Da lirion Texanum Desert Spoon) 38 EA $80.00 $3,040.00 $89.00 $3 382.00 W. 3 040.00 $76,00 $2 4I Install 1 allon Festuca Ovina "Glauca" Blue fescue 8626 EA $16,00 $129 376.00 $5.00 43125.00 $8.00 69 000.00 $3,75 $32 41 Install 1 gallon Gemnium Incanum Cranesbill 135 EA 15.00 $2,023.0 0 $7.76 $1 048.25 .00 1 080.00 $5.00 $675.00 42 Install 1 gallon Im edca inddca "Rubm" (Japanese Blood mss 929 EA 18.00 $18.722.001 7.50 $6,967. 60 9.00 $8.361.001 6,50 $5.109.50 43 Install 1 Iris Do lasiana Blue P'- ' c Coast Iris 266 EA 18.00 $4.788.00 7.50 $1,995.00 $9.020 $2.394.00 $7.00 $1,862.00 44 n I ga on iscanthus fmnsmorrisonensra rainel Evergreen galloon Miscanthus 325 EA 16.00 $5.2 00.00 7,00 $2.275.00 $9.00 $2,925.00 .00 $1,950.00 45 Installs gallon Salvia 'Allen ChIcked Allen Chicked Sage) 55 EA $22.00 $1,210.00 $19.00 $1.045.00 28.00 $1, 540.00 $14.00 $770.00 46 Install 8 gallon Salvia Chamaed Ides Blue Salvia 59 EA $22.00 $1,298.00 19.00 $1,121.00 $22.00 $1,298.00 16.00 944.00 47 Install 5 gallon Salvia G i Autumn Sae 412 EA 22.00 $9,064.00 $17.60 $7,210,00 $19.00 $7,828.00 11.00 $4,532.00 48 Installs allon Thamnochortus Insignia Thatchin Reed 69 EA $18.00 $1,242.00 23.00 $1,587.00 27.00 $1,863.0 $21.00 $1,449.0 49 Install 2" Dee Layer of "Walk -W Mulch 19,200 SF 0.50 600.00 0.25 $4,800.00 $0.26 $4,800.0 0.35 6 720.00 50 Pmvide 9"a Landscape Maintenance Phase 1 LS S10.0,201.2.1 $1121!()O 0.00 $8 500.00 $6 500.00 2 000.00 $2 000.00 $3,100.001 $3,100.00 EE S1 070,000.00 7th $723,723.00 8th 5729,896.50 9th $744350.75 As Bid Amount $746,375.00 F: Umm%PBVASheredlC0r&act9\FY 07- OMUPERIOR AVE MEDIANS C379ASID SUMMARY 03794 TCtA,xls Page 6 TITLE: SUPERIOR AVE! CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 11- SOO-07 TIME: 10:OOAM BY: Savoth Hy CHECKED: Andv Tran DATE: F:1Users%P8MharedC4nhwtMFY 07.OMUPERIOR AVE MEDIANS C-379ABID SUMMARY C}3794 TCLA.xls Page 7 ENGINEERS ESTIMATE PIMA CORP. DBA ADVANCED CONSTRUCTION C.S. LEGACY CONSTRUCTION, INC. ELITE BOBCAT SERVICES, INC. ITEM DESCRIPTION QUANTITY UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT UNIT $' AMOUNT 1 Mobilization 1 LS $63.616.00 $63,516.00 $50,000.00 $50,000.00 405.00 $42,406.0 $39,414.00 39 414.00 2 Traffic Control 1 LS $40,000.00 $40,000.00 $20,000.00 $20 000.00 7 747.00 $27,747.0 000.00 $30 00 3 Surveying Services 1 LS $10 000.00 $10 000.00 $16,000.00 $16A0040 $6 671.00 671.00 $7,600 $7.511111111111111 4 Construct Type 8 Curb 4 500 LF $30.00 $135.000.00 $25.00 $112,500. $16.03 72136.00 12.00 64 5 Construct Curb and Gutter to Curb Transition 20 LF $60.00 $1,000.00 60.00 $1,000, $30.00 $600.00 $23.00 480.00 6 awcut and ve Pavement Base, Sub-base, i and Ise Median to Accommodate Imported To Soil 2.130 CY 50.00 $106.500.00 $40.00 $86.200.00 9.00 $104.370.00 69.00 $146,970.00 7 Place 2" Thick AC Finish Course Over 4" Thick AC Base Course 160 TN 80.00 $12.800,00 $120.00 0 .00 $53120.00 155.00 $24.800.00 8 Place Variable Depth Crushed Miscellaneous Base 50 CY $40.00 $2,000.00 $40.00 0 $116.00 $6,800.0 $150.00 $7.500.00 9 Ad'ust Manhole Frame and Cover to Grade 3 EA $800.00 $2,400.00 $1,000.00 0 $371.00 $1,113.0 $1,200.00 $3,600.00 10 Remove 48" Manhole 3 EA 5 000.00 $15,000.00 000.00 00 $6,475.00 $19,426,0 $10,800.00 $32,400.00 11 Construct 48" Manhole 3 EA $10 000.00 $30 000.00 $8 000.00 00 N24000.00 $7.M.00 $23.860.00 $12,300.0 $36,900.00 12 Remove and Replace with New Water Meter Box to Grade 2 EA $400.00 $800.00 $500.00 00 $843.00 1 686.00 $325.00 $650.00 13 Re lace Traffic SI nal Detector Loos 28 EA $250.00 500.00 $400.00 00 $238.00 $8 188.00 $210.00 $5 460.00 14 Remove Existi SI ns and Install New Si ns 1 LS 20 000.00 20 000.00 100.00 00 5190.00 16.190.00 $3.000.00 $3 000.00 15 1 Install Striping, Markin sand Markers 1 LS 20 000.00 $20 000.00 8 000.00 $9 000.00 9 047.00 $9 047.00 $8,600.05 $8600.00 18 Provide As -built Drawin s 1 LS $3,00 0.00 $3.000.001 $5.000.00 $6.000.00 $1,410.00 $1,410.00 $1,000.00 1000.00 17 Install Myers Single-Meter Cabinet 1 EA $8,000.00 $8.000.00 $5.000.00 $5.000.00 $12.644.00 $12.644.00 $12,000.00 $12 000.00 18 Construct 2" Water Service 1 EA $5 000A0 $5 000.00 $3,000.00 $3,13M.00 $10,386 $10,385.00 8 000.00 $8000.00 19 Install 2" Backflow Prevention Assam bl 1 EA $2,500.00 $2,5W.00 $3,000.00 $3,000.00 $3,685,00 $3,686.0 $3,700.0 $3700.00 20 Jack ore 4" Schedule leave to Accommodate gatwn Wiring and Mainline 1.06 LF 35.00 7100.00 .00 $37,100.00 .00 37100.00 $34.00 $36 21 Install Irrigation Controller with Pedestal 1 EA $6,000.00 000.00 $1000000 $10000.00 $10,904.00 $10 904.00 $10.500.00 $10 22 Install Master Valve 1 EA 500.00 .00 1 000.00 $1,000.0 429.00 $429.00 00.00 $400.00 23 Install Flow Sensor 1 EA 850.00 850.00 $1,000.00 $1,000.0 $687.00 687.00 $660.00 550.00 24 Install 2" PVC CL 315 Irrigation Mainline 2.6701 LF1 $4.00 $10.680.00, $9.00 $24.030.00. 6.30 $16,821.00 $2. 70 7 209.00 25 linstall 10" Round Iftation Pull Boxes 2 EA $76.00 $150.001 $200.00 S400.001 $88.00 $136.OQ $50.00 $100.00 26 Install Quids Coupling Valves 24 EA 300.00 $7200.001 $150.00 $3,600.00 $109.00 $2,616.0 145.00 $3,480.00 27 Install Remote Control Valves 9 EA $360.00 $3150.00 $300.00 $2,700.00 249.00 $2.241.00 $1,000.00 $9,000.00 28 install Ball Valves 7 EA $200.00 $1,400.00 $200.00 $1,400.00 $119.00 $833.0 0 130. $910.00 29 Install Irrigation Heads and Lateral Lines 1 LS $70.000.00 $70,000.00 $54,0W.00 $64,000 $30,927.00 $30,927.00 $28,000.001 28 000.00 30 Install Cobble Paying 530 SF $30400 $16,900.00 $10.0 0 $6,360. 10.00 $6,300.00 $14.00 $7.420.001 31 Install 6' Grange Boulders 9 EA $1,500.0 0 13 500.00 $900.00 8,100. $328.00 $2,962.00 $610.00 $6.490.00 32 Install 4• Granite Boulders 14 EA $800.00 $11,200.00 $200.00 $2,800. 00 $138.00 $1,932.00 $375.00 $5260.00 33 Install 2' Granite Boulders I 15JEAl $500.00 $7,500.0 $80.00 $1,200-001 $39.00 $586.00 $175.00 $2625.00 F:1Users%P8MharedC4nhwtMFY 07.OMUPERIOR AVE MEDIANS C-379ABID SUMMARY C}3794 TCLA.xls Page 7 TITLE: SUPERIORAVO CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 11 -Se"7 TIME: 10:00 AM BY: Savoth Hy CHECKED: Andy Tran DATE: 34 Provide and Install 36" Minimum Depth Top Soil 2 130 CY $26.00 $63,260.00 tZ5.00 $63,260.00 $30.00 $83,070.00 $45.00 $95.850,00 35 Install 24" Box Phoenix roebelenii (Pygmy Date Palm 8 EA $1,200.00 $9.600.00 $600.00 $4,000.0 0 $400.00 $3, 200.00 $666.00 $4,440.00 36 Install 20' BTH Syagrus romanzoffianum Queen Palm 31 EA $4,400.00 $136,400.00 $1600.00 $46,600.0 $1 211.00 $37 541.00 $1,400.00 $43,400.00 37 Install 5 oallon Aloe ciliaris (Agave var. 102 EA $20.00 $2,040.00 $25.00 $2,550.00 $20.00 $2,040.00 $30.00 $3,060,00 38 Install 15 gallon Caesal inia Giifisii Yellow Bird of Paradlse Bush 60 EA $100.00 $6,000.00 $80.00 $4,800.00 $77.00 $4,620.00 $64.00 $3,840.00 39 Instali 15 gallon Da Idon Texanum Desert Spoon) 38 EA $80.00 $3,040.00 $60.00 $3,040.00 $83.00 $3,154.00 $75.00 $2 40 Install 1 gallon Festuca Ovine "Glauca" Blue Fescue 8,626 EA $16.00 $129,375.00 $7.00 $60,375.00 $7.00 $60,376.00. $4.00 $34 41 Install 1 gallon Geranium Incanum Cranesbill 135 EA $15.00 $2,026.00 $12.00 $1,820.0 0 8.0 $1,080.0 0 $5.00 $675.00 42 Install 1 callon Imperica Cyllnddca "Rubs" (Japanese Blood rasa 9291 EA 18.00 $16.722.001 $10.00 $9,290.001 8.00 $7.432.00 $6.001 $6,574.00 43 Install 1 allon Ids D aslena Blue PaGSC Coast Ids 286 EA $18.00 786.00 10.00 $2.660.00 10.00 $2,660.00 $7.110 1882.00 44 Insta111 9a on rsoan& transm soneneis' enOrle ver9reen Miscanthus 325 EA $18.00 $5,200.00 $10.00 $3,260.00 $8. 00 $2600.00 $7.00 $2275.00 45 Install 5 oallon Salvia 'Allen Chickedn ' AIIen Chickedn Sage) 55 EA $22.00 $1,210.00 $25.00 $1,375.00 $22.0 0 $1,210.00 $14.00 $770.00 46 Install 5 nation Salvia Chamaed ides Blue Salvia 59 EA $22.00 $1,298.00 $25.00 $1,475.00 $21.0 $1,239.00 $16.00 $944.00 47 Install 5 gallon Salvia Gra fi Autumn Sage) 412 EA 22.00 $9,064.00 $20.00 $8,240.00 $17.00 $7,004.0 11.00 $4,632.00 48 Install 5 gallon Thamnochortus Insl nis (Thatching Reed 69 EA 18.00 $1,242. $26.00 $1,726.0 25.00 $1,725.0 $20.00 $1,380.0 49 Install 2" Dee Layer of 'Walk-On" Mulch 19200 SF $0.50 9 620.00 $0.40 7680.00 .23 $4.416. 0 0.35 720.00 50 Provide 90 -Da Landscape Maintenance Phase 1 LS 10000.00 $10 DOD.DO $3 ODO.DO 3 000.00 309.00 $8,309.00 $3,50000 $360000 EE 1 $1,070,000.001 10th 1 $747,860.00 11th I $754,509.00 12th $759,000.00 Ci F:111wmWSW1ShanxACml1a ac1 kFY 07 -08\SUPERIOR AVE MEDIANS C- 3794513ID SUMMARY C•3794 TCLAYIS Page 8 TITLE: SUPERIOR AVENUE MEDIAN IMPROVEMENTS CONTRACT NO.: C -3794 ENGINEERS ESTIMATE: $1,070,000.00 PROJECT MANAGER: Andy Tran CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerks Office - City Hall DATE: 11- Se0-07 TIME: 10:00 AM BY: Savoth Hv CHECKED: Andy Tran DATE: F:1UsersWSMhsredC;ornec1slFY 07.OMUPERIOR AVE MEDLANS C.TMABID SUMMARY C 7794 TCLAxls Page 9 ENGINEER'S ESTIMATE BELAIRE -WEST LANDSCAPE, INC. GRIFFITH COMPANY BONSALL CONSTRUCTION SERVICES, INC. ITEM DESCRIPTION QUANTITY UNIT $ AMOUNT UNIT $ AMOUNT UNIT; AMOUNT UNIT $ AMOUNT 1 Mobilization 1 LS $63,616.00 163,516.00 $16,000.00 $16 000.00 ;61.000.00 $51,000.0 92 000.00 $92.000.00 2 Traffic Control 1 $40,000.00 $40.000.00 $25,000.00 25 000.00 $56,000.0 $36,800.00 $36.800jM 3 Surveying Services 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000A0 .$66,000.00 $8,000.00 $8,000.0 $12,076.00 $12,07M 4 Construct Type B Curb 4.600 LF $30.00 $136.000.00 $26.00 $117,000.00 $13.00 $58,600.0 $23.00 $103.6017M 5 Construct Curb and Gutter to Curb Transition 20 LF 50.00 $1 000.00 100.00 $2.000.001 $8.50 $170.00 $46.00 $920.00 6 awcut and Remove Pavement, ass, ub ase, and ised Median to Accommodate Imported To Soil 2130 CY 50.00 106 500.00 .00 $127,800.00 $61.00 $129,930.00; 57.50 $122,475.00 7 Place 2" Thick AC Finish Course Over 4" Thick AC Base Course 160 TN $80.00 $12 800.00 160.00 $26,600.00 160.00 $25,600.00 172.50 $27.600.00 8 Place Variable D th Crushed Miscellaneous Base 50 CY 40.00 2 000.00 $100.00 $6,000.00 $400.00 $20,000.00 $172.50 $8,626.00 9 Adjust Manhole Frame and Cover to Grade 3 EA $800.00 2 400.00 $1 500.00 $4 600.00 $600.00 $1,800.00 $1,725.00 $5,176.00 10 Remove 48" Manhole 3 EA 5 000.00 $15 000.00 000.00 $15,000.00 20 000.00 $60,000.00 S1280.00 $4,140.00 11 Construct 48" Manhole 3 EA $10 000.00 30 000.00 $15 000.00 45 000.00 $14 000.00 $42,000.00 $8,626.00 $25.876.00 12 Remove and Replace with New Water Meter Box to Grade 2 EA $400.00 $800.00 $500.00 $1.000.00 $275.00 $550.00 $632.50 $1,266.00 13 Replace Traffic Signal Detector Loo 26 FJ1 $250.00 $6 600.00 $220.00 5 720.00 210.00 $5A60.00 $230.00 980.00 14 Reprove Existing SI ns and Install New Skins 1 LS $20.000.001 $20,000.00 000.00. 5000.00 $2,900 $2,900 $5,014.00 014.00 15 Install Striping, Markings and Markers 1 $20.000.001 $20000.00 8500.00 8600.00 8700.00 $8.700.00 $8.740.00 $8,740.00 16 Provide As -built Drawings 1 $3000.00 000.00 .00 500.00 $1,000.00 $1,000.00 575.00 75.00 17 Install Single-Meter Cabinet 1 8 000.00 $8000.00 8000.00 $8 000.00 $7,600.00 $7,600.00 $8,557.16 $8,557.1 Construct 2" Water Service 1 000.00 $5000.00 5000.00 $5 000.00 $12 000.00 $12000.00 $4.026.00 $4025.00 Install 2" Baekflow Prevention Assam 1 [EA $2,500:00 $2,5W. $3,0D0.00 3000.00 $1,900.0 $1,900.00 $2,185.00 $2 185.00 a Bore 4" u e lam to rogation W i and Mainline 1.060 35.00 $37100.00 26.00 27 560.00 29.00 30 740.00 $80.95 6D J23 Install Irri tion Controller With Pedestal 1 $600000 $6000.00 $10000.00 $1D000.0o $6100.00 6100.00 $11615.00 $1161 . Install Master Valve 1 500.00 500.00 $600.00 $600.00 $330.00 330.00 411.70 $411.70 Install Flow Sensor 1 EA 850.00 $860.00 1 000.001 1 000.00 $1 600.00 $1 600.00 698.00 $598.00 Install 2" PVC CL 315 Irri ation Mainline 2 670 LF 4.00 $10 68000 5.00 13 350.00 .00 10 680.00 $2.99 7 983.30 Install 10" Round I ation Pull Boxes 2 Fes. 75.00 $150.00 50.00 100.00 $30.00 60.00 $33.36 6.70 Install Quids Cou II Valves 24 EA 300.00 $7,200.0 00.00 800.00 150.00 $3,600.001 167.55 $3 781.20 27 Install Remote Control Valves 9 EA $350.00 $3,160.0 0 300.00 $2,700.0 .00 $2 610.00 $1 097.10 $9.873,90 28 Install Ball Valves 7 EA 200.00 1 400.00 $200.00 $1,400 185.00 $1,296.00 140.30 982.10 29 Install 1 ' on Heads and Lateral lines 1 LS 70 000.00 $70.000.001 $60.000.00 60 000.00 $30 000.00 $30,000.00 $30 475.00 $30,475.00 30 Install Cobble Paying 530 SF 30.00 15 900.00 20.00 $10 600.00 $18.00 $9,540. 13.23 $7,011.90 31 Install B' Granite Boulders 9 EA 1500.00 $13 500.00 500.00 $4 500.00 6.00 $6,625.00 $667.00 $6,003.00 32 Install 4' Granite Boulders 14 EA 800.00 $11,200.001 400.00 600.00 $320.00 $4,480.00 $418.60 $5,860.45 33 Install 2' Granite Boulders tb EA 500.00 600.00 100.00 1 500.00 110.00 $1 650.00 188.80 $2 829.00 F:1UsersWSMhsredC;ornec1slFY 07.OMUPERIOR AVE MEDLANS C.TMABID SUMMARY C 7794 TCLAxls Page 9 TITLE: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: _City Clerks Office - City Hall DATE: 11- Seo-07 TIME: 10:OOAM BY: SavothHy CHECKED: AndyTran DATE: 34 Provide and Install 36" Minimum Depth Top Soll 2,130 CY 25.00 $63,260.00 $20.00 $42.600.00 $40.00 $86,200.00 $36.80 $78,384.00 35 Install 24" Box Phoenix roebeienli (Pygmy Date Palm 8 EA $1,200.00 $9,600.00 $300.00 $2,400.00 $435.00 $3,480.00 $617.55 $4,940.40 36 install 20' BTH Syagrus romarizof8anum Queen Palm 31 EA $4,400.00 $136,400.00 $1 500.00 $46,500.00 $1,500.00 $46,500.00 $1,495.00 $46,345.00 37 Install 5 gallon Aloe dliads (Agave var.) 102 EA 20.00 $2,040.00 25.00 $14.00 $1,428.00 $32.20 $3,284.40 38 Install 15 gallon Caesal inia Gillis!! Yellow Bird of Paradise Bush 60 EA 100.00 $6,000.00 $100.00 __L2,560.00 $6,000.00 $62.00 $3,720.00 $71.30 $4,278.00 39 Install 15 gallon Das Trion Texanum Desert Spoon) 38 EA $80.00 $3,040.00 $100.00 .$3 800.00 $63.00 $2,394.00 $82.80 $3 40 Install 1 gallon Festuca Ovine'Glauca" Blue Fescue 8825 EA $15.00 $129,375.00 $7.00 $80 375.00 $6.00 $51,750.00 $4.14 35 41 Install 1 Geranium Incanum Cranesbill 135 EA 15.00 $2,025.00 $10.00 $1.360.00 $5.00 75.00 $5.75 $776.25 42 Install 1 gallon Im erica Cylinddca "Rubra" (Japanese Blood rasa 929 EA $18.00 $16,722.00 $10.00 $9,290.00 $6.00 $4,645.00 $6.04 $5.611.16 43 Install 1 allon Ids Do lasiana Blue Padflc Coast Iris 266 EA $18.00 $4,788.00 $10.00 $2,660.00 $5.00 $1,330.00 7.38 $1,957.76 44 In ga on iscemhus transmonisonana, en8nel' (vergreen Miscanthus ) 325 EA $16.00 $5,200.00 $10.00 $3,260. 00 .00 $1,960X0 $6. 44 2 093.00 45 Install 5 gallon SaNIa'Allen Chickerl Allen Chickedn Sae 55 EA $22.00 $1,210.00 $25.00 $1,376.0 $15.00 $826.00 $15. 53 854.15 46 Install gallon Salvia Chemaed Ides Blue Salvia 59 EA 22.00 $1 298.00 $25.00 $1,475.0 $15.00 $885.00 $17.2 5 $1,017.75 47 Install 5 gallon Salvia Gremil Autumn See 412 EA $22.00 $9,064.00 $26.00 $10,300.0 $15.00 $6,180.0 $12.19 $5,022.2 48 Install 5 gallon Thamnochortus Ins nis (Thatching Reed) 89 EA $18.00 $1,242.00. $25.00 $1.725.00, $15.00 $1.035.00. 23.00 $1,687.0 0 49 Install 2" Deep Layer of "Walk -On" Mulch 19 200 SF $0:60 $9.600.00 0.20 3 840.00 $0.15 $2 880.00 $0.37 7104.00 50 Provide 9D-0a Landscape Maintenance Phase 1 LS $10.000.00 $10,000.00 $15,000.00 $16 000.00 6 500.00 $6500.00 $3.4S. .00 $3,460.00 EE $1,070,000.001 13th 1 $786,720.00 14th 1 $821,697.00 15th 1 $833,183.40 As Bid Amount $833,139.75 F:WsemNPBVASharecAContmctsWY 07.OWUPERIOR AVE MEDIANS C- 37941810 SUMMARY C4794 TCLA.)ds Page 10 TITLE: SUPERIOR AVFb CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 11-Sep-07 TIME: 10:00 AM BY: Savoth Hy CHECKED: Andy Tran DATE: F:W wmTBWlSheredlConhacb \FY 07- MUPERIOR AVE MEDIANS C- 3794IBID SUMMARY C- 3794_TCLA -* Page 11 ENGINEER'S ESTIMATE DAMON CONSTRUCTION COMPANY SOUTHLAND CONSTRUCTION PCN3, INC. ITEM DESCRIPTION QUANTITY UNIT $ AMOUNT UNIT $ AMOUNT UNIT $ AMOUNT UNITS AMOUNT 1 Mobilization 1 LS $63,516.00 $63,616.00 $6,076.00 $5,075.00 $50,000.00 000.00 $35.000.00 $35,000.001 2 Traffic Control 1 LS $40,00.00 $40,000.00 $139,262.66 $139,252.65 $30,000.00 $30,0N. $35,000.00 $35,0 A 3 Surve n Services 1 LS $10000.00 $10,000.00 8120.00 $8,120.00 $10,000.00 $10,000. $20,000.00 $20,0 4 Construct Type B Curb 4,60 LF 0.00 $136,000.0 $12.05 $54,225.0 30.00 $135,000. $30.00 135 00 . 5 Construct Curb and Gutter to Curb Transition 20 LF .00 $1.000.001 $351.85 $7,037.00 $50.00 $1,01)0. $50.00 $1,000.00 6 awcutand move Pavement, u ass, oil and heed Median to Accommodate Imported To Soil 2,13 CY .00 106 500.00 96.35 $205.225.50 80.00 E170400.00 $35.00 $74,560.00 7 Place 2" Thick AC Finish Course Over 4" Thick AC Base Course 160 TNI $80.00 $12800.00 $208.05 $33.288.00 $300.00 $48,000.00 $180.00 $28,800.00 8 Place Variable Depth Crushed Miscellaneous Base 50 Cy $40.00 $2000.00 $780.40 $39,020.00 $60.00 $2.600.00 $20.00 $1,000.00 Ad lust Manhole Frame and Cover to Grade 3 EA $800.00 $2,400.00 $1,282.10 $3,M.30 $1,000.00 $3,000.00 $1,500.00 $4,600.00 Remove 48" Manhole 3 EA $5.000.00 $16,000.00 $4,807.90 $14,423.70 $2,000.00 000.00 $20,000.00 $60,000-00 Construct 48" Manhole 3 EA $10,000.0 30 000.00 13 889.45 $41,688.36 $10,000.0 $30,000.00 $25,000.00 $75,000.00 Remove and Replace with New Water Meter Box to Grade 2 EA 5400.00 800.00 .20 $1,068.40 $300.00 00.00 $2,500.00 $6,00.00 R14 Replace Traffic Signal Detector Loos 26 EA 250.00 $6,600.0 $213.70 $5,556.20 $500.00 $13,000-00 $500.00 $13,000.00 Remove Exis St ns and Install New SI ns 1 LS 2D 000.00 20 000.00 2 991.55 2 991.55 4 000.00 4 000.00 5 000.00 $6 000.00 install Std I Markin s and Markers 1 LS $20 000.00 20 000.00 9 081.55 9 081.56 $10 000.00 10 000.00 30 000.00 $30 000.00 Provide As -bulk Drawings 1 LS $3,000.00 $3,000.00 $12,308.20 $12308.20 $1,000.00 $1.000.00 $3,000.00 $3.000.00 17 linstall Myers Single-Meter Cabinet 1L $8,0 00.00 $8,000.00 $7 960.16 $7 950.16 $1,000.00 $1,000.00 $6,000.00 $6,000.0 18 Construct 2" Water Service 1 EA $6,000.00 000.00 $13,355.25 $13 365.26 $6,000.00 $6,000.00 12 000.00 $12.000-001 19 Install 2" Backilow Prevention Assembly 1 EA $2,600.00 500.00 $2,030.00 $2,030. $2,000.00 $2,000.00 $3,600.0 $3.500.001 20 Jack re 4" leave to Accommodate Irrigation Wiring and Mainline 1.060 LF 35.00 37100.00 24.55 26023.00 0.00 31800.00 60.00 6380 21 Install I ation Controller with Pedestal 1 EA $6 000.00 6 000.00 $10.791.06 $10,791.05 $5.000.00 $6,000.00 000.00 5 00 . 22 Install Master Valve 1 EA $600.00 $500.00 $382.60 82.50 000.00 $2,000.00 $2,600.0 $2,500.00 23 Install Flow Sensor 1 EA 850.00 $860.00 666.55 $555.55 $1.000.00 $1.000.00 750.00 $760.00 24 Install 2" PVC CL 315 IM ation Mainline 2 670 LF .00 $10,680.00 $2.80 $7,476.00 $10.00 $26,700.00 50.00 $133 500.00 25 Install 10" Round IM ation Pull Boxes 2 EA $76.00 $150.00 $31.00 $62.00 $300.00 $800.00 $450.00 $900.00 26 1 Install Quick Cou Iln Valves 24 FJ1 $300.0 $7,200.0 0 $146. $3,512.4 0 200.00 $4800.00 $750.00 $18000.00 27 Install Remote Control Valves 9 EA $350.00 $3,150. $1,019. $9,173.2 $300.00 $2,700.00 $1,000.00 $9,000. 28 Install Ball Valves 7 EA $200.00 $1,400. $130. $912.4 5 300.00 $2100.00 $500.00 $3,600.0 0 29 Install IM ation Heads and Lateral Lines 1 LS $70.0W.001 $70,000.00, $28 313.15 $28,313.1 $W,000 $80 00.00 $66,00G.00 WWI. 00 30 Install Cobble Paving 530 SF $30.00 15 900.00 $12.30 6 519.00 $10.00 $530 $25.00 $13,250.0 31 Install 8' Granite Boulders 9 EA $1 500.00 13 500.00 $625.05 5 825.45 00.00 $2 700.00 $850.00 $7 660.00 32 Install 4' Grange Boulders 14 EA 800.00 $11 11.00 $388.90 $5,444.601 100.00 $1,400.001 850.00 $11 900.00 33 Install T Granite Boulders 15 EA $500.00 $7 500.00 $175.26 $2 828.75 $100.00 $1,500.001 250.00 3 750.00 F:W wmTBWlSheredlConhacb \FY 07- MUPERIOR AVE MEDIANS C- 3794IBID SUMMARY C- 3794_TCLA -* Page 11 TITLE: SUPERIORAVE! CONTRACT NO.: ENGINEER'S ESTIMATE: PROJECT MANAGER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clack's Office - City Hall DATE: 11-Sep-07 TIME: 10:00 AM BY: Savoth Hy CHECKED: Andy Tran DATE: 34 Provide and Install 36" Minimum Depth Top Soil 2130 CY $25.00 $53260.001 $3420 $72 846.00 $70.00 $149100.00 $36.00 $74.560.001 35 Install 24" Box Phoenix roebelenti m Date Palm 8 EA $1,200.00 $9.600.00 $573.75 $4.590.00 $400.00 $3,200.00 $760.00 $6,000 .00 36 Install 20' BTH S s romanzoffianum Queen Palm 31 EA $4,400.00 $136 400.00 $1 388.95 057.45 $1,000.00 $31,000.00 $1,760.00 250.00 37 Install 5 cation Aloe ciliary (Agave var. 102 EA 20.00 040.00 $29.90 $3 049.80 .00 $3,060.00 $40.00 $4,080.001 38 Install 15 gallon Caesai inla Gillisif (Yellow Bird of Paradise Bush 60 EA 100.00 $6 000.00 $66.25 $3 975.00 $100.00 $6,000.00 60.00 $3,600.00 39 Install 18 gallon Da iron Texanum Desert Spoon) 38 E 80.00 $3,040.00 76.95 $2 924.10 $100.00 $3,800.00 60.00 $2 40 Install Ibn Festuca Ovtna "Gleuca" Blue Fescue 8 625 EA $15.00 129 375.00 3.85 33 208.25 $10.00 $86,260.00 $10.00 $86 41 Install 1 Ilon Geranium Im:anum Cranesbill 135 EA 15.00 ' $2,025.00 $5.35 $722.25 20.00 $2,700.0 $15.00 $2,025.00 42 Install 1 gallon Im erica indrica "Rubra" Ja anew Blood rasa 929 EA 18.00 16 722.00 $5.65 248.85 $10.00 $0,290.001 $15.00 $13,936.00 43 Install 1 Ilon Irta Dou laslane EIr Pacific Coast Ilia EA 18.00 4 788.00 6.85 1 822.10 $10.00 $2 660.00 $15.00 3 990.00 44 In 1 ga on sca us tranamo pens ntlnef (vergreen Miscanthus EA 16.00 6 200.00 6.00 $1 950.00 10.00 250.0 0.00 8 500.00 45 Install 5 allon SeWia'Allen CNckedn ' Allen Chickerin Sae EA 22.00 $1 210.00 $14.40 $792.00 $30.00 1 650.00 0.00 $2 200.00 46 Install 6 allon Salvia Chameed oldes Blue Salvia E266 EA $22.00 1 298.00 16.05 $946.95 30.00 1 770.00 $40.00 $2 360.00 47 Install 5 llon Salvia G li Autumn Sae EA 22.00 9 064.00 $11.30 $4866.60 $30.00 $12 360.00 36.00 $14 420A0 48 install 6 alion Thamnochortus In ' nis ThatcNn Reed EA 18.00 $1 242.00 $21.35 1 473.15 $30.00 $2 070.00 $40.00 2 760.00 49 Install 2" Dee La r of "Walk -0n" Mulch SF $0.50 $9 000.00 $0.35 8 720.00 1.00 19 200.00 $0.90 17 280.00 50 Provide 90-0a Landsca a Maintenance Phase LS $1000000 $1000000 $3 205.25 $3,205.25 $2,000.00 $2,000.00 $21 000.00 $21 000.00 EE 1 $1,070,000.001 16th 1 $904,126.701 17th 1 $1,029,460.001 18th $1193130.00 As Bid Amount $1,028,260.00 $1,199,630.00 F:\Veers\PBWkSharedkConVaets \FY 07 -08\SUPERIOR AVE MEDIANS 037941810 SUMMARY C- 3794_TCLA.x1s Page 12