Loading...
HomeMy WebLinkAboutC-3806(A) - Mariners Park Improvement0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 3, 2008 Environmental Construction, Inc. 21550 Oxnard Street, Ste 1050 Woodland Hills, CA 91367 Subject: Mariners Park Improvements (C -3806) To Whom It May Concern: On April 22, 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 April 29, 2008, Reference No. 2008000200865. The Surety for the contract is Vigilant Insurance Company and the bond number is 8212- 88 -03. Enclosed is the Labor & Materials Payment Bond. Sincerely, o�°O /�-" LaVonne M. Harkless, MMC City Clerk encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS EXECUTED IN FOUR COUNTERPARTS CONTRACT NO. 3806 PREMIUM INCLUDED IN PERFORMANCE BOND BOND NO. 8212 -88 -03 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to ENVIRONMENTAL CONSTRUCTION, INC., hereinafter designated as the "Principal," a contract for construction of MARINERS PARK IMPROVEMENTS, Contract No. 3806 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. 3806 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, VIGILANT INSURANCE COMPANY 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 Eight Hundred Sixty-One Thousand, Two Hundred Sixteen and 001100 Dollars ($861,216.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 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 to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 4th day of SEPTEMBER , 2007. FARID SOROUDI ENVIRONMENTAL CONSTRUCTION, INC. (Principal) VIGILANT INSURANCE COMPANY Name of Surety 801 S. FIGUEROA ST 23RD FLOOR LOS ANGELES, CA 90017 Address of Surety (213) 612 -0880 Telephone � n horized Si ture/Title Authorized Agent Signature SHAWN BLUME. ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On I/Wo -1 before me, R. CISNEROS "NOTARY PUBLIC" DATE NAME, TIRE OF OFFICER- E.G_. -JANE DOE. NOTARY PUBLIC personally appeared SHAWN BLUME NAME(S)OFSMEA(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person�K whose name(4 is /qrg' subscribed to the within instrument and ac- knowledged to me that he /s;- A /tk3y executed the same in hislh4r /t"ir authorized =RER S capacity(iRt), and that by hislfyr /tir 731 signaturel4 on the instrument the personW,, I731 TY or the entity upon behalf of which the M 7,2008 person(,s'f acted, executed the instrument. WITNESS my hand and official seal. r SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TmE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GLIARDIAWCONSERVATOR ❑ OTHER; SIGNER IS REPRESENTING: NAIVE OF PERSON(S) OR ENnTY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 80-1133 3194 919M NATIONAL NOTARY ASSOCIATION - B330 Remmet Ave.. P.O. Box 7184 - Cm 9a Park CA 81309 -7184 0 POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road C Chubb Qa r awns Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know AI by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana wrporat ion, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint ROSEMARY CISNEROS, SHAWN BLUME. SUSAN C MONTEON, MICHAEL D STONG of RIVERSIDE. CALIFORNIA— each as their true and lawful Attorney -In -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and otter writings obligatory in the nature thereof (other than bal bonds) given or executed in the course of business, and any lcetruments amending or altering the same, and consents to the modification or agerallon of any instrument referred to In said bonds or obligations, In Wit new Whereof, saki FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affomd their corporate seals on this Rh day of October, 2004 Edward J M Secretary STATE OF NEW JERSEY County of Somerset as. T. W. Cavanaugh. Vice On [his 7th day of October, 2004 , before me, a Notary Public of New Jersey, personally came Edward J. Reilly, to me known o be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Edward J. Reilly, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed o the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of saki Companies by Ike authority; and that he is acquainted with T. W. Cavanaugh, and knows him to be Vice President of said Compa nles; and that the signature of T. W. Cavanaugh, subscribed to said Power of Attorney is in the geniis handwriting of T. W. Cavanaugh, and was thereto subscribed by authority of said By -Laws and in deponent's presence. KAT"ERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY NOl No. 1316685 ����� Commisaiort Expires July 8, 40p9 d C � RBtY a Notary Public CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, efther by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or Nhographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsknle to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certi pule bearing such facsinAe sgnatum or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and tats imde seal shall be veld and binding upon the Company with respect to any bond or undertaking to which it is attached' I, Edward J. Roily, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACFIC INDEMNITY COMPANY One "Companies') do hereby certify that (I) the foregoing extract of the By -Laws of the Companies is true and correct, (a) the Companies are duly licensed and authorized to transact surety business in all 50 of the United Stales of America and the District of Columbia and are authorzed by rho U.S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed In American Samoa, Guam, and each of the Promom of Canada except Prince Edward Island: and (ii0 the foregoing Power of Attorneys true, correct and In hA force and effect. Given under my hand and seals of said Companies at Warren, NJ this 91,4107 *(Do IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908)903 -3493 Fax (908) 903 -3656 e-mail: suretya7ohubb.com Form 15- 10- 0225D -U (Ed. 10-02) CONSENT 0 9 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of LOS ANGELES On Zoo) (- before me, BEVMY PARKS, NOTARY PUBLIC Neme W Title of Ofim (e.g.. -Jane Ooe, Notary Pu Amj personally appeared FARTU S0R0JMj Neme(s) d 3gneNs) BEVERLY PARKS Commisslon # 1490179 61MY Nota ry Public - California Los Angeles County Comm.ExpiresMay 18,2008 &E'personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persogW whose name(e)' subscribed to the withi instrument and acknowledged to me CWake4key executed the same in h 1;eFHheir uthorized capacity(", and that by Cb9 /h&*heir signature(s1 on the instrument the person(&), or the entity upon behalf of which the persomfe)- acted, executed the instrument. I ESS my han and o is se . sgm ure U ta P k OPTIONAL Though the inf r lion below w not required bylaw, it may prove valuable to persona relying m the document and could prevent fraudulent removal and reattachment of this 10 to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: wifflim ❑ Individual Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited O General ❑ Attomey -in -Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: 0 1899 Netldwt Noary Aesoda88n- 839800 SMA ,P..O. Om2 - Chaiwwh CA 91313-? -w nulwmk,Wryarg ". NO. SW eeorder: q11 T.I+. I� 0 r CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani L Brown, MMC April 22, 2009 Environmental Construction, Inc. 21550 Oxnard Street, Ste 1050 Woodland Hills, CA 91367 Subject: Mariners Park Improvements (C -3806) To Whom It May Concern: On April 22, 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 June 3, 2008. The Surety for the contract is Vigilant Insurance Company, and the bond number is 8212- 88 -03. Enclosed is the Faithful Performance Bond. Sincerely, / 4AW - J UN)A,- 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 MARINERS PARK IMPROVEMENTS PREMIUM: $10,343.00 CONTRACT NO. 3806 EXECUTED IN FOUR COUNTERPARTS BOND NO. 8212 -88 -03 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 10, 343.00 being at the rate of $ 14.40/8.70 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to ENVIRONMENTAL CONSTRUCTION, INC., hereinafter designated as the "Principal ", a contract for Construction of MARINERS PARK IMPROVEMENTS, Contract No. 3806 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. 3806 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and VIGILANT INSURANCE COMPANY , 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 Eight Hundred Sixty -One Thousand, Two Hundred Sixteen and 00 /100 Dollars ($861,216,00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 28 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required �to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond 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 4th day of SEPTEMBER , 2007. FARID SOROUDI ENVIRONMENTAL CONSTRUCTION, INC. (Principal) VIGILANT INSURANCE COMPANY Name of Surety 801 S. FIGUEROA ST 23RD FLOOR LOS ANGELES, CA 90017 Address of Surety (213) 612 -0880 Telephone CL Aut ized Signaturerr Authorized Agent Signature SHAWN BLUME, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 M 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On b 7 before me, R. CISNEROS "NOTARY PUBLIC" DATE NAME, TITLE OF OFFICER - E.O.,'JANE DOE. NOTARY PUBLIC personally appeared SHAWN BLUME NAMEIS) OF Sr9NER19) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person�K whose name(o is /Wd' subscribed to the within instrument and ac- knowledged to me that he /sp2 /tWy executed the same in his /h4dr1thi6ir authorized capacity(iO), and that by his /tygr /tWr '. CISNEROS signaturelarj on the instrument the person(s'j, Do COMM. #1488731 or the entity upon behalf of which the NOTARY PUBLIC - CALIFORNIA Y P RIVER8IDE COUNTY person acted, executed the instrument. M Comm. ces June 7, 2008 P WITNESS myA hand �and official seal. �� ���i0 r �.s✓ w''-� SNW0.7'URE OF NOTARY OPTIONAL Though the data below is not required by law, N may prove valuable to persons retying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ ROVIDUAL ❑ CORPORATE OFFICER TRW) ❑ PAFTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN CONSERVATOR ❑ OTHER: rT Ty oFE'Re Fs QR&AaN EM1 6D- 1130.9184 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 9296 Ren mei Ave., P.O. Sm 7184 • Canoga Park, CA 91309.7164 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California as. County of LOS ANGELES On 6AAa, 6 1 Zbbl before me, BEVERLY PARKS, NOTARY PUBLIC DJ. Name mA T,%of Dlfimr(ey},'Jare Dp Notary Putfie) personally appeared F urn ROM= Name(al at �gmHal personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person4Wwhose name is! ca. subscribed to the within instrument and acknowledged to me hatji she k executed the same in Iy erRheir uleonrnzeaR capacity"s), and that by signature(s)-en the instrument the perser+(4 or the entity upon behalf of which the persoR*- acted, executed the instrument. IT ESS my hand and ffict I seal. SgneWp olrNlery Pum OPTIONAL Though they Ormation below w not required by law, it my prove valuable to persons relying on the document and coufd prevent fraudulent removal and reattachment of due torn to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: offlom ❑ Individual Top of thumb hens • Corporate Officer — Tifle(s): • Partner — O Limited ❑ General • Attorney -m -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing• 0 IM Na/onl NO" Aepotletipn• e95U De app AM, P.O. Bp, M- CtutUmft CA 9191a-2 -..pafim W.V Prue. Na W7 P'R :D T"Ml-0WBMEBPT This Document vAV electronically recorded by • NIPCert Mail F " Recorded in Official Records, Orange County RECORDING REQUESTED BY AND Tom Daly, Clerk- Recorder WHEN RECORDED RETURN,TO: , �1181��W� ®���91� ■� NO FEE City Clerk 2008000200865 01:20pm 04129108 City of Newport Beach 228185 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 Environmental Construction, Inc., of Woodland Hills, California, as Contractor, entered into a Contract on September 25, 2007. Said Contract set forth certain improvements, as follows: Mariners Park Improvements (C -3806) Work on said Contract was completed, and was found to be acceptable on April 22. 2008, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Vigilant Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on i4 i a 00? at Newport Beach, California. BY �� / ► ��i City Clerk • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC April 23, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Buck Gully Sewer Force Main Relocation (C -3803) Notice of Completion for Mariners Park Improvements (C -3806) Notice of Completion for Traffic Signal Upgrades for FY05 -06 (C -3827) 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 CITY COUNCIL STAFF REPORT Agenda Item No. 9 April 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran, Associate Civil Engineer 949 -644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: Mariners Park Improvements — Completion and Acceptance of Contract No. 3806 RECOMMENDATIONS: 1. Accept the completed 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. 5. Approve a Budget Amendment recognizing contributions in the amount of $12,500 from Newport Mesa Unified School District (NMUSD) and American Youth Soccer Organization (AYSO) per improvements to the school park site and appropriating $12,500 to Account No. 7251- C5100817. DISCUSSION: On September 11, 2007, the City Council authorized the award of the Mariners Park Improvements, Contract No. 3806 to Environmental Construction, Inc. The contract provided for the construction of Mariners Park Improvements including: removing and disposing of existing curb, sidewalk, turf, and other above ground interferences; re- grading, installing storm drains, and constructing asphalt parking area, sidewalk, baseball field, decorative pavers, and hardscape improvements; sod, hydroseed and constructing an irrigation system in Mariners Park. Mariners Park Improvements - CompletQnd Acceptance of Contract No. 3806 April 22, 2008 Page 2 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: $861,216.00 Actual amount of bid items constructed: $846,954.50 Total amount of change orders: $43,818.25 Final contract cost: $890,772.75 The decrease in amount of bid items constructed over the original bid amount resulted from needing less poles constructed than bid quantity. The final overall construction cost including Change Orders was 3.4 percent over the original bid amount. Change Description Amount Order 1 Additional electrical conduit and pull boxes in plaza for $7,433.60 future conversion 2 Additional planters with seat wall caps, grading around $29,167.78 the tot lot, and 50,000 SF of improvements to the school park site 3 Planting four additional 36 -inch box trees in the park $7,216.87 and relocation of irrigation lateral line Total Project Change Orders $43,818.25 A portion of work on the school property was at the request of the American Youth Soccer Organization (AYSO) and the Newport Mesa Unified School District ( NMUSD) for a total amount of $12,500. The contribution from AYSO ($8,333.33) has been deposited in Account 250 -5901 and the contribution from NMUSD ($4,166.67) has been deposited into Account 250 -4849. Environmental Review: This project was exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Funding Availabilitv: In addition to the primary construction contract, this project involved other project expenses summarized as follows: Construction Design -RJM Design Project Inspection- Project Partners Materials Testing- Harrington Geotechnical Incidentals Total Project Cost $890,772.75 $113,352.48 $4,314.83 $1,377.00 $1,933.18 $1,011,750.24 Mariners Park Improvements - CompleAnd Acceptance of Contract No. 3806 April 22.2006 Page 3 Funds for the construction contract were expended from the following accounts: Account Description Workforce Housing Grant AYSO /NMUSD Contribution General Fund Park Maintenance Fund Account Number 7251- C5100817 7251- C5100817 7015- C5100817 3170 -8080 Total: Amount $162,751.00 $12,500.00 $711,398.42 $4,123.33 $890,772.75 All work was completed by March 1, 2008 as scheduled for the opening date. Prepared by: Frank Tran Associate Civil Engineer Submitted by: A G. Badum is Works Director CS"( of Newport Beach BUDGET AMENDMENT 2007 -08 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: NO. BA- 08BA -061 AMOUNT: 512,500.00 PIncrease in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To increase revenue estimates and expenditure appropriations due to contributions from NMUSD and AYSO for improvements to Mariners Park. ACCOUNTING ENTRY: BUDGETARYFUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Account 250 4849 250 5901 EXPENDITURE APPROPRIATIONS (3603) Description Description Contributions - NMUSD Contributions - AYSO Description Amount Debit Credit $4,166.67 $8,333.33 Division Number 7251 Contributions - CIP Account Number C5100817 Mariners Park Improvements $12,500.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: Financial Approval: AdministrativVGervioss Director Date Signed: f�G Administrative Approv . City Manager Da Signed: City Council Approval: City Clerk Date 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 28th day of August 2007, at which time such bids shall be opened and read for MARINERS PARK IMPROVEMENTS Title of Project Contract No. 3806 $1,000,000 Engineer's Estimate rphen G. Badum is Works Director Prospective bidders may obtain one set of bid documents for $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 r License Classifications required for this ro "ect. BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:/twww.city.newport-beach.ca.us CLICK: e- oniineservices /e- bidPublicWorks For further information, call Frank Tran, Project Manager at (949) 6443340 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 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 BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PRA SPECIAL PROVISIONS ................................................................. ...........................SP -1 K CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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. 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 sec}.); 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. tigg�zN l l�r3,cz� Contractor's License No. & Classification 10$ l Z�ilo Date v CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severalty held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 10% OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of MARINERS PARK IMPROVEMENTS, Contract No. 3806 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 certificates 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 shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 23rd day of AUGUST 2007. C ENVIRONMENTAL CONSTRUCTION, INC. \/) Name of Contractor (Principal) Autho ' Signature/Title VIGILANT INSURANCE COMPANY Name of Surety Au horized Age i nature 801 S. FIGUEROA ST 23RD FLOOR LOS ANGELES, CA 90017 Address of Surety (213)612 -0880 Telephone MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) J CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of RIVERSIDE ss. On q hale, before me, R. CISNEROS "NOTARY PUBLIC" - - aMe Nam and 79b of officer le.a.'Jane OAP. Noary RAI'aj personally appeared MICHAEL D. STONG Name(P} o1519mH :> R. CISNEROS 7gC�OyMM. #1488731 R1vER &DE - CA IIFORNIA M Comm. E Tres June 7 2088 13 personally known to me O proved to me on the basis of satisfactory evidence to be the person s)'whose nameisl§rr subscribed to the within instrument and acknowledged to me that helshetthey executed the same in his/haF411teir authorized capacity(lesj, and that by his 1heFA4& signature(sycm the instrument the personal, or the entity upon behalf of which the person(q acted, executed the instrument. OPTIONAL Though the infmmatian below is not requlrsd by law, it may prove valuable to persons retying on the document and could prevent haudulent removal and reattachment of this toms to another document. Description of Attached Document Title or Type of Document: Document Data: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Tap of thumb here Cl Corporate Officer -- lttle(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representlng: 0 1999 MAmol Moue AOOOiWoo -Q=ba SNeAO PM. amM. Caib G 913133W9• MwNtlOM W Pmt M.NW Pond . ca W`F§"leap9]66&^r S my hand and official seal. Place No" Seal Aee9e Q� Slgnaeve of Notary F.M. OPTIONAL Though the infmmatian below is not requlrsd by law, it may prove valuable to persons retying on the document and could prevent haudulent removal and reattachment of this toms to another document. Description of Attached Document Title or Type of Document: Document Data: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Tap of thumb here Cl Corporate Officer -- lttle(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representlng: 0 1999 MAmol Moue AOOOiWoo -Q=ba SNeAO PM. amM. Caib G 913133W9• MwNtlOM W Pmt M.NW Pond . ca W`F§"leap9]66&^r CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of LOS AVGELES On . Z �� before me, BEVERLY PARES VOTARY PUBLIC Date Na m e d Oliber (e.9.,'J Doe, Na q "W) personally appeared BEVERLY PARKS Comm4sston # 1440174 z SIMV Notary Public - California Los Angeles County Comm. EgIres May 18, 20D8 Terpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the persororwhose name(aj'QM subscribed to the within instrument and acknowledged to mej� executed the same in hi uthoriz capacity(fesj, and that by -er#h signaturejs)-on the instrument the person(07 or the entity upon behalf of which the persoP(o acted, executed the instrument. SS my he and tficial a Sgnetu ofl ukry Ic OPTIONAL Though the lniormavon below is net required by law, it may prove mh,&ble to persons teNmg on the document and crou(dPMMnt haudulent mmoval end reatfachmem of the form to another document Description of Attached Document Tdte or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: EMMIMIRMISIMM • Individual Top of tlwnb here' • Corporate Officer — Title(s): 0 Partner — Q Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: 0 1MNe9e6N0Nry AeserSrtlon -M De Sao Ara.,P.Qeox 4p02- Gralaxam ,CAat913'IA02•wxrea9MaYidwYa9 rroa.eawar wmm.. u. _lo..n,,. 1 Id C Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road use Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 (Grow All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporal ion, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby mnslitute and appoint ROSEMARY CISNEROS, SHAWN BLUME, SUSAN C MONTEON, MICHAEL D STONG of RIVERSIDE, CALIFORNIA"' each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to air% their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In fitness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and AlDmd their corporate seals on this 7th day of October, 2004 Edward . Secretary V STATE OF NEW JERSEY ss. County of Somerset T. W. Cavanaugh Went On this 7th day of October, 20D4 , before me, a Notary Public of New Jersey, personalty came Edward J. Reilly, to me known to be ASseYant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Edward J. Reilly, being by me duty sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney am such corporate seals and were thereto of od by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he Is acquainted with T. W. Cavanaugh, and knows him to be Vice President of said Companies; and that the signature of T. W. Cavanaugh, subscribed to said Power of Attorney is in the genuine handwriting of T. W. Cavanaugh, and was thereto subscribed by authority of said By -Laws and in deponent's presence. NOTAIlYnp PUBLIC OF AEW JERSEY NOl s No. 4316685 �� G`��94 � Commission Expiro July 8 2� y�e�AC a'A Notary Public ,ft'8EY CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shat be executed In the name and on behalf of the Company, either by the Chairman or the Presidem or a V'xe President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such ofcens may be engraved, primed or lithographed. The signature of each of the following officers: Chairman, President, any Vim Presklem, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be off Ixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or AtIorneys -In -Fad far purpoues only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of allorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal stall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached" 1, Edward J. Rely, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY phe "Companies ") do hereby certify that p) the foregoing extract of the By -Laws of the Companies is true and correct, pi) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant am licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and go) the foregoing Power of Attorneys true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this V,;L3 lO 7 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3493 Fax (908) 903 -3656 e-mail: suretya&hubb.com Form 15-10- 0225D -U (Ed. 10 -02) CONSENT Best's Rating Center - Company Information for Vigilant Insurance Company D!}trlmOrls t Ness Rtrfealres �3 I Cmitr3 en AnOst ) View Ratings: Financial Strength Issuer Credit Securities Advanced Search Vigilant Insurance Company (a member of Chubb Group of Insurance Companies) A.M.9esl C. 02066 NAIC P. M397 FEIN a: 131963995 Address: P.O. Box 1615 Warren, NJ 0 7061 -161 5 Best's Ratings Phone: 998 -903 -2525 Fax: 908903 -3805 Web: www.chubb.com Financial Strength Ratings View _Definitions Rating: A++ (Superior) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: October 04, 2006 * Denotes Under Review Best's Ratings Page 1 of 2 Other Web Centers: P. our opietlto companies Nat havM purr ongoing a superior ability b men Ne,r ongo,ng oblga0ons to poiicyhoidem. Issuer Credit Ratings Aew efD muttons Long -Term: as+ Outlook: Stable Action: Affirmed Date: October 04, 2006 Reports and News Visit our NewsRoom for the latest news,and,press releases for this company and its A.M. Best Group. Best's Company Report - includes Best's Financial Strength Rating and rationale along wfih comprehensive analyt rdetailed business overview and key financial data. p Report Revision Date: 06/11/2007 (represents the latest significant change). Historical Reports are available in Best's Comoanv Report Archive. 'L Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style r( IEia1 sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2007 Best's Statement File - PIC, US. Contains data compiled as of 8/23/2007 (Quality Cross Check( • 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 yc • Composite -evaluate this company's financials against a peer group composite. Report displays both the avera composite of your selected peer group. _t AM. B Credit Reports Business Professional -provides three years of key financial data presented with colorful ch report also features the latest Best's Ratings, Rating Rationale and an excerpt from our Business Review commenta Data Status: Contains data compiled as of 812312007 (Quality Cross Checked). Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as pri Rating Guide products. Data Status: 2006 Financial Data (Quality Cross Checked). Financial and Analytical Products Best's Property /Casualty,Center - Premium Data & Reports Best's Key Rating Gtilgle - PIC, US & Canada Best's Statement File - PIC, US Best's Statement File - Global Best's Insurance Reports_ P /C, US & Canada Best's State Line - PIC US Best's Insurance Expense Exhibit (IEE) - P1C "US Best's State /Line (Combined Lines) - PIC, US Best's State Line - Property / Casualty - Single State Best's Schedule P (Loss Reserves) - PIC, US Customer Service l Product Support I Member Center l Contact In I Came About A.M._ Best l Site Map I Privacy Policy l Securi I Terms of Use I Legal & Licensing http:// www3 .ambest.com/ratings/FullProfile .asp ?B1= 0 &AMBNum= 2086 &AItSrc =1 &Alt... 08/24/2007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. 1f 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: JUs'fU5 Ce Address: `Ze,,,ewlw i^ +Q,VI 6 t -A J Phone: State License Number. Name: Address: Phone: State License Number Name: Address: Phone: _ State License Number: EnVtYAYfYNP „T n STt ril:, , Bidder thorized nature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formltl Please print or type Bidders Name CYtu%y -oAryt Y tigrr7T>7 Cr 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 Project Description Approximate Construction Dates: From 2oin-A To: Agency Name CtT O-C D%avnoyiA 'Acts Contact Person SO-9 lass Telephone (qpi) Original Contract Amount $ 4.4 K,LFinal 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. No.2 n Project Name /Number N.P rs S �crrrlG Project Description 11g�� t�c� r 1G (^p�S�Trc� i nvt Approximate Construction Dates: From 2006 T Agency Name CC-ry or-'-arrtiS Contact Person a-ry- L r: iL I % r5 � Telephone (4I40 4.4 G -1-13N o Original Contract Amount $ 3 Z 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. No. 3 Project Name /Number Project Description �JP..c& Yr'rV- /ZSiYUZT%nin Approximate Construction Dates: From Z006 To: Agency Name j cA—AcA o !Sim %maya ,'l,avi rlGrl�S�ricT Contact Person -Torn Truce n Telephone (At& 5W&A -44 L$ Original Contract Amount $ HL 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. 91 No. 4 Project Name /Number LA f'ZUey _ - :Y- ,vt�T - Project Description Approximate Construction Dates: From Zo40 -4 To: Agency Name L.MS I4Y1!A2 _ CCU n"t!8 Contact Person e Z" t5en 1havA r. Telephone (67.1 qS 8 -3t %% Original Contract Amount $ lA 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. No. 5 Project Name /Number go rue.M a n� TeVV112 tr'�mt�.�.aTe S c �►00 ` Project Description Approximate Construction Dates: From 2 Do Agency Name Contact Person 4::�LL,ayt 7-reu150 Telephone (626)RAcl - 4'30 Original Contract Amount $17.&L -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. kl No. 6 Project Name /Number Project Description Weu) �« r tG Approximate Construction Dates: From 2_005 To: Zoo G Agency Name Contact Person -5 - r&_QErr hyla-L; Telephone (564 5 31 -oR 14 Original Contract Amount $ 5:3 YkL 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. C.Y1VnIlynpat'crl �oyl r?rl� Bidder 10 th?o zed Si aturemtle , MICHAEL M. SABZEROU 5 Medici Aisle Irvine, California 92606 (949) 387 -7700 Professional Experience: Project Manager /Operations Manager/Vice President (2000 -Now) Environmental Construction, Inc., Woodland Hills, California. A growing General Engineering/Landscaping Contractor with over $25 Million in annual volume. Position involves: • Planning, directing, and coordinating activities of various engineering, landscaping(including native planting and restoration) projects to insure that aims, goals and objectives specified for each project are accomplished in accordance with prescribed priorities, time limitations, and funding conditions. • Reviewing project documents to ascertain time frame and funding limitations; determining methods and procedures for accomplishment of project, staffing requirements, and allotment of funds to various phases of projects. • Developing staffing plan, recruiting or requesting assignment of personnel according to staffing plan; and conferring with staff to outline project plans. • Supervising, directing and coordinating activities of project through delegated subordinates; establishing budget control system for controlling expenditures; and reviewing project schedule and reports on the status of each phase. • Managed projects include: Bishop Canyon Landfill (Park, Site development, Native planting and restoration). Rio Hondo (Landscaping native plants and restoration). Sulfur Creek Improvements (Earthwork, Native landscaping and restoration). Project Manager /Senior Project Manager/Director of Project Management (1996 -2000) Valley Crest, Inc., Santa Ana, California. Position involved the same responsibilities as stated above, including the following: Planning, staffing, developing and establishing policies and objectives of project management department; coordinating functions and operations between divisions and departments; and establishing responsibilities and procedures for attaining objectives; reviewing activity reports and financial statements to determine progress and status in attaining objectives. Managed various landscaping, native planting and restoration for University of California, Irvine Campus, Shea Homes and Lennar Homes Project Manager /Senior Project Manager (1991 -1996) Terra -Cal Construction, Inc., Baldwin Park, California. Responsibilities were as stated above. Project Manager /Operations Manager/Vice President (1983 -1991) Moulder Bros. General Contractors, Glendale, California. In addition to the above responsibilities, supervised and directed field and office operations. Managed various landscaping, native planting and restoration for Getty Museum, and State of California Education: Bachelor of Science -Civil Engineering (Spring 1981) California State University, Los Angeles. Computer Skills: Expedition 8.0, Primavera P3, Sure Trak, Microsoft Project, word and Excel Valley Crest: List of major Projects directly managed or supervised project managers and project engineers. Col. Bill Barber Park ($6.5 Million), Harvard Park ($1.5 Million), Harvard Landscape Spine ($1.7 Million) City of Irvine (Included native planting and Restoration). UCI Slope Restoration) (1.1 Million), University of California (Project was all native planting and restoration).Valencia Park, Comstock Park, Sector I, Neighborhood Park, Sector I & II, Streetscapes ($4.8 Million) Irvine Company. Pathfinder Park ($3.7 Million) County of Los Angeles. Glendale Sports Complex ($6.8 Million) City of Glendale (Included Native planting and restoration). McPherson Sports Complex ($3.5 Million) City of Orange. Pier Plaza ($3.3 Million) City of Huntington Beach. Wood field/Springdale Parks ($2.5 Million), AV -40 Streetscape ($1.3 Million) Shea Homes (Included native planting and restoration). Terra -Cal Construction: Conejo Park ($4.5 Million) City of Conejo. Various Metro Link Stations ($1.0 Million to $2.5 Million). Chino Hills Park ($1.5 Million) City of Chino Hills. Various Freeway Improvements ($1.0 Million to $2.8 Million) State of California. Moulder Bros. Contractors: Downtown Improvements ($5.8 Million) City of Manhattan Beach. Getty Museum Slope Restoration (2.7 Million of native planting and restoration).Cerritos Sports Complex ($4.3 Million), Cerritos Auto Square ($1.3 Million) City of Cerritos. Brand Blvd. /Central Avenue/Maryland Avenue Improvements ($6.5 Million) City of Glendale. Downtown Improvements ($4.3 Million) City of Redlands. Alhambra Auto Row ($2.4 Million) City of Alhambra. Burbank Mall ($2.8 Million) City of Burbank. Lambert Street Improvements ($2.4 Million) City of Brea. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of U r %A 50rpu 4 being first duly sworn, deposes and says thall h� or she is tYPSlrienl ofGnu�vonrneK- 7Q \���, the 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 party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Bidder thorized nature/Title Subscribed and sworn to before me this _� _ day of Au 2007. �Q [SEAL] BEVERLY PARKS Notary Public Commtsslon # 1490179 m Notary Public • CaAtomlc Los Angeles County My Commission Expires: l6 WComm.Exi*esMoy18,200B 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of LOS ANGLUS On 2AL 1 ZE81 before me, BEVERLY PARKS it NOTARY PUBLIC Nema And Tit]. d Officer(e.g.,'Jene Coo 14m P4NWI personally appeared is urn SOBOTIDT Name .) 0 signs s) personally known to me O proved to me on the basis of satisfactory evidence BEVERLY PARKS Commission # 1490179 -s Notary Public - Callffomla Los Angeles County 61MVCanm.8q*esMay 18,2008 to be the persort(a)' whose namgW QM subscribed to the within instrument .and acknowledged to me fsheRhey executed the same in teA1dr capacity(+es), and that by signature(e)-on the instrument the persoPM? or the entity upon behalf of which the person(er acted, executed the instrument. IT14ESS my han¢'aQd 29td(ai s OPTIONAL Sigmund rq Pudic Though the !n!u/matloa below is not required bylaw, it may pro" valuable to persrons 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: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual Top d lhu Ab h" ❑ Corpmate Officer — Title(s): • Partner — 0, Limited ❑ General • Attomey -in -Fact • Trustee O Guardian or Conservator O Other: —_ Signer Is Representing 0 IM NSWW N" AWXkdon•B,, N sob be., P.C. sm YW -CI,NewMn. CA 01313'P4M• vmw.neZW*w4MV W .W..r r ..w e.. ,9,.,...,....., CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 DESIGNATION OF SURETIES Bidders name Co-nSr, a7Ae -. 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): .� a • • �� '-RIV' s1Ac- t Co- 575a!j (CR5i� 3413 -o'�8Z jpge�rt S�aWn � 2, 9 L In Su rav+[.o / Ts_ U t1r4 nioy, Q A S56C L `tA5 136zs -r�+�u,ga gd oalles • L • u5 . • .i . r MgVI VN . 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 CONTRACTOR'S INDUSTRIAL SAFETY RECORD' TO ACCOMPANY PROPOSAL Bidders Name &UlYOyl)nAA✓tTa V fnyl5 , Tv►C. Record Last Five (5) Full Years Current Year of Record ,,,G ,,,,u,,,,auun requirea Tor tnese items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No. of contracts I cD 1 Z g Total dollar Amount of Contracts in I l{ coo l I OTC IOOCO 3oOfl _, --. 3�QOOt7 Thousands of $ No. of fatalities Q cn> Z Q en gf!:) No. of lost Workday Cases D ezf::> cz=::) C:f::) No. of lost workday cases cf-::) C� involving permanent transfer to another job or termination of employment ,,,G ,,,,u,,,,auun requirea Tor tnese 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 Cny,y'aAYv 6- Y-' -r<A Ch. 5721T,4 � Business Address: ,atsey C)2n „ &r,Tnw tag, , ood ayyA Business Tel. No.: (��)yyq_gc12Q State Contractor's License No. and Classification: yq$6211 K3.1?.. G2� Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. 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 State of California ss. County of LOS ANGELES On before me, EEVERLY PARRS NOTARY PUBLIC pig Nam and Me 0ODW (e.g •'Jere DOA Ndaq "WI personally appeared FARTO COROYIDT r BEVERLY PARKS 61MVCommlulon # 1490179 Notary Public • California Los Angeles County Comm. Expires May 18, 2008 0'personally known to me 0 proved to me on the basis of satisfactory evidence to be the personW whose namwiC� e subscribed to the w1 mnstrument and acknowledged to meskeRheq executed the same in C�9I1urkNeir uthorized capacity(ies), and that by signaturo(e)'on the instrument the persaa(sh or the entity upon behalf of which the persoaie) acted, executed the instrument. IT SS my ha nd fficfal eal. Signaaao Haan PUhlic OPTIONAL Tiwugh the information below Is not required by law, if maPp+ove mWble to persona relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Tle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capac"les) Claimed by Signer Signer's Name: am 0 Individual Top of thumb here • Corporate Officer — Title(s): • Partner — 0. Limited O General • Attomey -in -Fact • Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: DIM Natbrel NotaryAeeaaafiee- ) De Sale AeO.. P.O. BOX 2 - ChwhANO .. CAe13134t0 - www.netlorelnperyatg Pma. MA907 naaaer�wi,a. *na,-uNUrowc, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 ACKNOWLEDGEMENT OF ADDENDA Bidders name 11U • a :v 7 �l The bidder shall signify .receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 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: CC%r* J1 ;:Vv .. Business Telephone and Fax Number: Cgl$)4LR- ;SRR7-o I L-gur) 4-03 -go43 California State Contractor's License No. and Class: L14.g(,`1 Aa% � 2,4 (REQUIRED AT TIME OF AWARD) Original Date Issued: to 106 t04 Expiration Date: co k `311 o Q List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone ROOM, WWWXV�-F' Corporation organized under the laws of the State of CCU tt SOY r% a. 16 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: Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No Are any claims or actions unresolved or outstanding? Yes / No 17 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. r"cirid Sornc�d.1 (Print name of Owner or President of Corporation /Company) C,n V �,b� � �� .,,�►sr� TIC Bidder .1-51 horized Si ture(Title r�S� S EG Tre Title Date Subscribed and sworn to before me this day of 2007. [SLAQ 18 CALIFORNIA AL6PURPOSE ACKNOWLEDGMENT State of California County of LOS S ANGELES SS. On AUV. Z 4, Zoo-f before me, BEVERLY PARKS NOTARY M IC Dotal Name eM Me d Wmr (e.g., 'sees Die, Nme Publo ' personally appeared ARTY) SOROUDI NarWs) W Signm(s) r LET-p-ersonally known to me ❑ proved to me on the basis of satisfactory evidence BEVERLY PARK Commission # 1490179 -s Notary Public - California Los Angeles County MYCOmm. Expires May 18. 2008 to be the personWwhose name(mfd;;�M subscribed to the wi instrument and acknowledged tom xecuted the same in thorized capacity(iee), and that by signatura(eron the instrument the persoR(*or the entity upon behalf of which the persoR(e}- acted, executed the instrument. ITN SS my han4.gpd otB iai al. &gnftm opN q Pudic OPTIONAL Though the mI mlat(on below is not regWred by jaw, it may prove valuable to persons relying on the c'ocument and coWdPwv t ffludulam removal and reattachment of 1Ms form to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capacity(fes) Claimed by Signer Signer's Name: Number of Pages: ❑ Individual Topo aunb bare' I] Corporate Officer - Tite(s): ❑ Partner -0. Limited ❑ General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator O Other: Signer Is Representing: _...... .,. uwmnaor, r;n Hale -e<o2. www.natloneA,olerypg RM. No.6gVI P-0 CMI TaFFree 1200416882] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 CONTRACT THIS AGREEMENT, entered into thisQ%day of , 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and ENVIRONMENTAL CONSTRUCTION, 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: MARINERS PARK IMPROVEMENTS "The work necessary for the completion of this contract consists of removing and disposing existing curb, sidewalk, turf, and other above ground interference improvements; re- grading, installing storm drains, and constructing asphalt parking area, sidewalk, baseball field, decorative pavers, and hard - scaped improvements; chain link fencing, sodding, hydroseeding and constructing irrigation system in the park." Contract No. 3806 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. 3806, 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: 20 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. 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 Eight Hundred Sixty -One Thousand, Two Hundred Sixteen and 001100 Dollars ($861,216.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified _by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Frank Tran, P.E. (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Environmental Construction, Inc. 21550 Oxnard Street, Suite 1050 Woodland Hills, CA 91367 818 - 449 -8920 818 - 703 -9073 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 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure_a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 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. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non- Comoliance 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 active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant 'observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 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 APPROVED AS TO FORM: C Aaron C. Harp Assistant City Attorney 25 ENVIRONMENTAL CON§TfWCTION, INC. By: /ARID�SORI'f� DI (Corporate Officer) Title: PRESIDENTIOWNER Print Name: FARID SOROUDI By: (Financial Officer) Print Name: pAgTe seFnuDl CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of LOS ANGELES On - �J( O� before me, BEVERLY PARKS, NOTARY PUBLIC Dat Wme end Tpa d Older (a.g., W. Cae, Wta FuUO personalty appeared FARTD ROROTmT , Names) ar Sgner(s) �rsonally known to me ❑ proved to me on the basis of satisfactory evidence to be the persot�e)^whose name iI w subscribed to the wi mstrument and acknowledged to me executed the same in thorized capacity4ee), and that by ' signaturefs)-on the instrument the persou(a) ,or the entity upon behalf of which the persot * acted, executed the instrument. WIT ESS my hand-qnd offici�aleal. BEVERLY KS s Commission #71490179 g • Notary Public - California Los Angeles County MyComm. Bow"18, 2008 OPTIONAL signature p1 Ndtery pwb Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and mHechmem of thin form to arwther document. Description of Attached Document Title or Type of Document: 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 — Tdle(s): ❑ Partner — ❑ Limited ❑ General • Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: 0 1886 Na lWtary•csapalbn -M ne3 A ,P.C.BxM- Chataw tNC 913132 — www.Wwalnd Ory Pmd. W. 6907 R. ; Cpl IbW. 1�is6ag7 AC r CERTIFICATE OF LIABILITY INSURANCE 082oo7 13iil PRODUCER '(818)889 -2155 FAX (805)379 -4198 IW Insurance Services License #OB50569 Stanton & Associates 3625 Thousand Oaks Blvd #319 Westlake Village, CA 91362 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED Environmental Construction Ills. 21550 Oxnard Street #1050 Woodland Hills, CA 91367 Fax:(818)703 -9072 INSURERA: Great American Assurance Co. INSURER B: GENERAL LIABILIN INSURER C: 07/16/2007 INSURERD: EACH OCCURRENCE NSURERE: 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. NRRI Am hoot TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE PO EXPIRATION LIMITS GENERAL LIABILIN GLP9253200 07/16/2007 07/16/2008 EACH OCCURRENCE $ 1,000,000 X COMMERCW. GENERAL LIABILITY DAMAGE TO RENTED $ S0,000 CLAIMS MADE aOCCUR MED EXP I"we Person) $ Exclude A PERSONAL dADVINJURY S 1,000,000 GENERAL AGGREGATE S 2,000 00 GENL AGGREGATE LIMIT APPLIES PER: X POLICY J� LOC PRODUCTS - COMPIOP AGO $ 2,000,0 AUTOMOBILE UABILIfY ANYAUTG COMBINED Esa�ent) ELIMB $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Perem) $ HIREDAUTOS NON-OWNED AUTOS BODILY INJURY (Per acddeM) $ PROPERTY DAMAGE (Per acddenW $ GARAGE UABBITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN EAACC AUTO ONLY: AGO $ $ EXCESSNMBRELLA LIABILITY X OCCUR CLAIMS MADE EXC9253201 07/16/2007 07/16/2008 EACH OCCURRENCE S 2 000 00 AGGREGATE $ 2,000,00 A $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AM WCSTATU- OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERAEMBER EXCLUDED? Nyee r Mdeeaibe unde AL PROVISIONS below E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT 1 $ OTHER DESCRIPTION OF OPERATIONS) LOCATIONS)VEWCLE IEXC NS BY ENDORSEMENT I SPECIAL PROVISIONS ity, its officers, agents, off- 1c-Ial�s, e�oyees, 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 ontractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or orrowed by Contractor are named as Additional Insured as per form 2033(07/04) City of Newport Beach Public Works Department Attn: Frank Tran, P.E. 3300 Newport Boulevard Newport Beach, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ACUKV Z5 (ZUUTIUai rn 0 Ly4DJo44-334U CACORD CORPORATION 1988 POLICY NUMBER COMMERCIAL GENERAL LIABILITY GLP9253200 CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury' or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 33 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 NAME INSURED: Environmental Construction Inc. POLICY NUMBER: GLP9253200 PRIMARY INSURANCE CLAUSE IT IS AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED(S) SHOWN BELOW SHALL BE PRIMARY INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED(S), HIS SUBCONTRACTORS, SUBCONTRACTORS OF HIS SUBCONTRACTORS OR MATERIAL MEN, OR SUPPLIERS. ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED(S) SHALL BE NON - CONTRIBUTING. ADDITIONAL INSURED: City, its officers, agents, officials, employees, and volunteers NOTHING HEREIN CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, LIMITS, OR CONDITIONS, OF THE POLICY EXCEPT AS HEREIN SET FORTH. Commercial Certificate of Insurance AgertcY Jonathatt Glabman Name 352 N. Detroit St.. & Los Angeles, CA 90036 Address St. 30 Dist. 44 Agent 04 Insured . Environmental Construction, Inc. Name . 21550 Oxnard St. Sic 1050 tie • Woodland Hills. CA 91367 Address r FARMERS Issue Oate (HQWDDAM Ity7/ M7 T tls certificate is issued as matter of Inform Man only and canton no rights upon the rerincate holder. This certill:ate do es not amend. extend or alter the coverage affnrdrd by the policies shown below. Companies Providing Coverage: Company A Truk Insurance k %charm ini., CCompany 6 Farmers Insurance Exchange ctmrpany CMd- Century Insurance Company Ut tampMy D tY11U Oweraps 'This Is to terrify that the policies of Insurance Used below have been isaed to the insured named above for the policy period Indicated. Notwithstanding any requirement, tern or condition of any contract or other durument with respect to which this certificate maybe bwed or may pertain, the Insurance afforded by the polies described herein is subject to all the terms, exclusions and road Mona of such policies, Um Its shown may have been reduced by pall ctabus. Co Type of Insurance Ailiry Effective ' Palley Expiration — - — Ltr Yp [�o0ry Number lDine tmmmo w Dine wa.tnn rrl i Policy Limits Carom! liamlity General Aggregate S — Commtscial General Produrts -Camp )PS liability ggregate S Prssanat ik i Occurrence Version j Advertising Injury S Comrartual - Incidental Drily tTvneis itZ Coniracmrs Rnl. A >< Autmlwbile Liability 6tXMU56 Ali Owned Commercial Autos Each Occurrence ; Ere Damage E ipny one am) $ I htdtcal &parse ' (Any onepermn) 5 Combined Single IP_2I07 Until Limit E Scheduled Antos Hired Autos Non-Droited Autos Garage Liability Umbrella liability V%Irkars' mrupensauon and 6rtpioyers' Oabitlfy Description of OptrationsNeh icle.5Mestriction5r-fmial items: Cancelled Hadlly In " 2,OiIQ000 ftrpermn} E 9°d Is lam jy E ftpmy Daman $ 3 Garage rte. �8ate ' $ limit %tri toy i Each Accident S Disease - Fah F.mplay": S DIRM - Ibliry limit ... S. ...- - - - --- City, its officers_ users, officials, employees and volunteers are to he covered as additional insureds as respects: liability arising out of aelivilies performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed opendions of Contractor; picmises owned, occupied or used by contractor; or automobiles owned. leased, hired or borrowed by Oatifiate Holder D iriMlation . City of Newpon Beach Attn: Frank tran Should any of the above described policies he cancelled before the expdrnbn date Nam . public Works Department Ihereof, the iming company will endeavor to mail :Vd ays written notice to the Xs • 33(111 Newport Boulevard renitit holder owned to the left, but m mail such notice shall Impose nu Addrrxa rYcwpvn Brach, CA 926fi3 obli bit r liability of any ktod upon t cyomy, do spros or representatives. 1 Copy Distribution: Service .�ri n Commercial Certificate of Insurance FARM E R 5• Agency , Jonathan (ilabman .... .. ..... . . .... Name 352 N. Detroit SL Issue Date (MMIDDlYY) ll9/04/07 & Los Angeles. CA 90036 Address This certificate is owed as a natter of infarmntion only and confers no right upon the certificate holder. This oW 10cme does not amend, extend or alter the St. 30 Dist. 44 Agent coverage afforded by the policies shown below Companies Providing Coverage Insured C"mpx"y A Truck tnsu"nce r.aEnvironmental gc Environmental Construction, Inc. trnv Name .21550 Oxnard St. Ste 1050 C�wnpany � Farmers Insurance rxrbange. & Woodland Bills. CA 91367 t,nmpa "y C Mid - Century Insurance Company j Address D comp my 1 iar.r Coverages This is to certify that the policies of hantrarxe listed below have been Issued to the insured named above for the policy period Indicated. Notwithstanding any requirement, term or condition or any contract or other document with respect to which this certificate may be issued or nay pertain. the Insurance afforded by the policies described hereto is subject to all the terms, excfudom and condiilom or such policies. Chits shcnnt may have been reduced by id claims. Co. [u . Typr. of insurance _- ............. ... -__— Pofiry Number !Poky Effective : Policy Expiration Date isawmmm 1 Date v!,Wo!rml Policy Limits General liability General AWWte S : Products•Cattrp/OP5 Commercial General A( negate S. Dabihty pe steal & i - Ocnurence Version I : Advedising Injury ! S A Contractual - Incidental Each Occurrence S Only Fire Damage (Any tow fire) S Owner & Contractors Pml. Medical (Any arR +1 I S X Automobitetiahility 600996556 It22/07 Until Cmabtned5lrngie All Owned Commercial � t,lmlt ; g 2,000,000 f`vnesited Amos tidwduled Autos I liked Autos Non -Owned Auras Garage [,let Umbrella tl 1 Workers' C an Employers' Description of DperathonsNehiclm /Restrictions/Special items: Roddy I my (Per W" Mn Bodily I. m Property Damage ' Garage Aggregate Limit s S S S 5 Statutory Each Accident s Disease Pxa amploym S .L.....�.._.._�_ Disease - Policy Limit '. S Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers, Certificate Holder City of Newport Beach Attn: Frank tran Name Public Works Department & 3300 Newport Boulevard Address Newport Beach, CA 92663 Cartieilation Should arty or the above described policies be asncedled More the expiration ation date thereof, the issuing company will endeavor to mail 30 days written notice to the nerd der named to the lell, but f hture to mail kWh notice shall impose an nil tiara liability of any kind upon cotyparty. Its agents or representatives, L_. .. nom cpr W"1znve 56-2492 a.w Copy DisWbution: Service Cent opy and Agent's Copy r+at A RD ; DATE (MLVOD/YY) 09 0472007 :.� y IS ISSUED AS A MATTER OF INFORMATION v1TDaucER Agency Baumann Insurance A g y 22019 Vanowen Street, Ste G THIS CERTIFICATE ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lic No: OF13003 COMPANIES AFFORDING COVERAGE Canoga Park, CA 91303 -2558 COMPANY A Redwood Fire & Casualty Ins Co INSURED COMPANY Environmental Construction Inc B 21550 Oxnard Street, COMPANY Suite 1050 C Woodland Hills, CA 91367 COMPANY CDB D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PE OF INSURANCE POUCYNUMBER POLICYEFFECTIVE DATE(MIWDDIYY) POLICY EXPIRATION DATE(MWDDIM LIMITS IABILITY ERCIAL GENERAL LIABILITY MADE ❑OCCUR GENERAL AGGREGATE $ PRODUCTS - COMP /OP AGG $ PERSONAL &ADV INJURY $ EACH OCCURRENCE $ LAIMS 'S & CONTRACTOR'S PROT FIRE DAMAGE(Anyo ne fire) $ MED EXP(Aq mre person) $ E LIABILTY rAITA COMBINED SINGLE LIMIT $ TO NED AUTOS BODILY INJURY (Per person) $ ULED AUTOS AUTOS BODILY INJURY (Per awdent) WNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY ANY AUTO LY - EA ACCIDENT S HAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ `� EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM SA EMPLOYERS'MABILYTY ON AND W733 -6014 03/0ll07 CURRENCE $ ATE S v L nTniTS H *0_310 f ACCIDENT S 1000W SE -POUCY LIMIT $ 1000000 THE PROPRIETOR/ X INCL PARTNERS/EXECUTIVE OFFICERSARE: EXCL SE - EA EMPLOYEE $ 1 000 000 OTHER DESCRIPTION OF OPERAMONSILOCATIONSNEHICLES /SPECIAL ITEMS Re: Contract No 3806 - Mariners Park Improvements - Waiver of Subrogation to City, its officers, agents, official, employees and volunteers for losses arising from work performed by Environmental Construction for the - SHOULD ANY OF THE ABOVE DESCRIED POLICIES SE CANCELLED BEFORE THE City of Newport Beach EXPIRATH)N DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Public Works Department 3_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Shamm Lyn Oyler BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Blvd Newport Beach, CA 92663 OF AN IGND UPON THE CO ANY, ITS AGENTS OR REPRESENTATIVES. AUTHOR RESENTATIVE ENDORSEMENT Insured: Environmental Construction, Inc. Policy Number: W733 -6014 Insurance Company: Redwood Fire & Casualty Insurance Company WAIVER OF SUBROGATION IT IS AGREED THAT WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINST THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BECAUSE OF PAYMENT WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF "YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR s i -, *1 SCHEDULE ECI ]ob Project — Mariners Park Improvements Contract No: 3806 CERTIFICATE HOLDER'S NAME City of Newport Beach Public Works Specialist Attn: Shauna Lyn Oyler 3300 Newport Boulevard Newport Beach, CA 92663 Waiver of Subrogation to the City of Newport Beach - its officers, employees, agents, or volunteers for losses arising from work performed by Enviromental Construction, Inc. under this contract and work done on behalf of the City of Newport Beach, subject to the terms of the Worker's Compensation Laws of the State of California. 30 Day Notice Cancellation to the City of Newport Beach, except for non - payment of premium which is 10 day notice of cancellation. Date: 09/04/2007 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 -10 -07 Dept. /Contact Received From: Shari Rooks Date Completed: 9 -12 -07 Sent to: Shari By: April Walker Company /Person required to have certificate: Environmental Construction Inc. GENERAL LIABILITY A. INSURANCE COMPANY: Great American Assurance Co. B. AM BEST RATING (A: VII or greater): AXIV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 2mil 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. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Farmers B. AM BEST RATING (A: VII or greater): A XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 2 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 cancellatiori by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Redwood Fire & Casualty B. AM BEST RATING (A: VII or greater): A++ XIII C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it i7 luc�ed ?/ ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? 13 ❑ Yes ® No Auto: Additional Insured listed, but endorsement no�rovicj�d. Al) tl�e�underlined were not listed as an additional insured. / / � __ __ Insurance Certificates for Environmental Construction Pagel of 2 Rooks, Shari From: April Walker [AWalker @bbsocal.coml Sent: Wednesday, September 12, 2007 3:30 PM To: Rooks, Shari Subject: FW: Insurance Certificates for Environmental Construction Importance: High Attachments: 6300000803. P DF Yes, this endorsement is okay. AprifWWalker, CIC Sr. Account Manager Brown & Brown of California, Inc. P.O. Box 6989 Orange, CA 92863 Direct Phone # 714 - 221 -1813 Fax: 714 -221 -4196 License #0785279 NOTICE: This email message is for the sole use of the intended recipient(s) and may contain confidential and privileged information. Any unauthorized review, use, disclosure or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply email and destroy all copies of the original message. Also, be aware that coverage may not be bound, altered or cancelled by the use of email. From: Rooks, Shari [mailto:SRooks @city.newport- beach.ca.us] Sent: Wednesday, September 12, 2007 3:24 PM To: April Walker Subject: FW: Insurance Certificates for Environmental Construction Importance: High Hi April, Please see the endorsement I just got from Environmental's broker with the GL primary and non - contributory wording. Does it look OK to you? Shari Rooks Public Works Specialist I City of Newport Beach 13300 Newport Boulevard, Newport Beach, CA 92663 Phone: 949 -644 -3311 1 Fax: 949 -644 -3318 1 Email: srooksLacity .newport- beach.ca.us- From: Cinde [mailto:Cinde @isustanton.com] 09/12/2007 Insurance Certificates for Environmental Construction Sent: Wednesday, September 12, 2007 3:14 PM To: Rooks, Shari Subject: RE: Insurance Certificates for Environmental Construction Shari, Please see attached primary wording endorsement. Cinde From: Rooks, Shari [mailto:SRooks @city.newport- beach.ca.us] Sent: Wednesday, September 12, 2007 2:10 PM To: Cinde Subject: Insurance Certificates for Environmental Construction Importance: High Page 2 of 2 Hi Cinde, Attached is the checklist provided by our broker showing what we need (see bottom of second page) in order for the insurance certificates to be acceptable to the City. Please don't hesitate to call if you have any questions. Shari Rooks Public Works Specialist I City of Newport Beach 13300 Newport Boulevarc►, Newport Beach, CA 92663 Phone: 949 - 644 -3311 1 Fax: 949- 644 -3318 1 Email: srooksOcity.newport- beach .ca . us 09/12/2007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 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. 3806 in accordance with the Plans and Special Provisions, and wilt take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization /Demobilization @ Dollars and Cents $ 20, 0-0-0 Per Lump Sum 2. Lump Sum Traffic Control @ Dollars and Cents $ �_ &f7 __._ Per Lump Sum 3. Lump Sum Temporary Construction Fence @ Dollars and 3 I0. Cents $ Per Lump Sum PR2of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Removals, Clearing and Grubbing @ Dollars and Cents $ Fi b Per Lump Sum 5. Lump Sum Surveying and Field Staking @ Dollars and Cents $ )0.0009-0 Per Lump Sum 6. Lump Sum Earthwork @ Dollars and on Cents $ 721, SO Per Lump Sum 7. Lump Sum Erosion Control @ Dollars and to Cents $ )1,20 Per Lump Sum 8. 185 L.F. Trench Drain @ Dollars !� and Cents $ J001 $ I90svz) ®0 Per Linear Foot PR3of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 180 L.F. Perforated Drain - @ Dollars and Cents $ zrio"�- Per Linear Foot 10. 765 L.F. 6 -Inch PVC Storm Drain Pipe @ Dollars and Cents $ 1 8 1° $ 14152 Per Linear Foot 11. 260 L.F. 8 -Inch PVC Storm Drain Pipe 12. 85 L.F 13. 3 Each @ Dollars and Cents $ 229 $ 57ZO"- Per Linear Foot 12 -Inch PVC Storm Drain Pipe @ Dollars and Per Linear Foot Storm Drain Cleanout @ Dollars and Cents Per Each 14. 1 Each Connect to Existing Catch Basin @ Dollars and Cents Per Each $ 305�1 s%3000 $ 9602 $ r 66' $ y 00� PR4of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 18 L.F. Utility Trench Resurfacing @ Dollars and Cents $ 00 $ .Sq D� Per Linear Foot 16. 11 Each 17. 12 Each 345 L.F 19. 475 L.F Catch Basin with Grate @ Dollars and Cents Per Each Attrium Drain @ Dollars and Cents Per Each Deeplift Pavement ® Dollars and Cents Per Linear Foot 6 -Inch Type B Curb @ Dollars and Cents Per Linear Foot 20. 2 Each Curb Access Ramp @ Dollars and Cents Per Each $ q 2q u °= $ 200 &V $ 2 4 00 to $ I D00 $ 355 0 � $ i ssp $ 7 f ZS `" $ `f -2-S 0" PR5of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 3,550 S.F. - 4 -Inch AC / 4 -Inch CMB Pavement @ Dollars and ,o Cents $ 3 $ 10bo Per Square Foot 22. 600 S.F. 4 -Inch Thick PCC Sidewalk @ Dollars and �o Cents $ 5 $� Per Square Foot 23. 7,200 S.F. Concrete Paving @ Dollars and Cents Per Square Foot 24. 8,300 S.F. Concrete Pavers in Plaza @ Dollars and Cents Per Square Foot 25. 770 L.F. 12 -Inch Wide Natural Gray Concrete Band @ Dollars and Cents Per Linear Foot 26. 150 L.F. Seat Wall Around Coral Tree @ Dollars and Cents Per Linear Foot P bbb00"' $ Q !90� 66 Zu p — $ —� $ 00066 PR6of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 200 L.F. 12 -Inch Wide Concrete Mow Curb @ Dollars and a, 6V Cents $ $ 71'0m Per Linear Foot 28. Lump Sum Pitching Rubber, Homeplate, and Infield Bases @ Dollars and Cents $ 5050 Per Lump Sum 29 104 C.Y. Infield Mix (Brick Dust) @ Dollars WAD and oro Cents $ � 3 '^ $ bAD Per Cubic Yard 30. 135 Bags Mound and Homeplate Mix ® Dollars and Cents $ ?2Dr $ 4 CS-0 Per 50 lb. Bag 31. 192 S.F. HDPE Backboard to Backstop @ Dollars and ov Cents $ Lo' $ Per Square Foot 32. 4,100 S.F. UV Coated Netting 20 -Foot Backstop @ Dollars and 00 Cents $ 2.V Per Square Foot PR7of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 33. 115 L.F. 10 -Foot High 9 -Gauge Vinyl- Coated Chain Link Backstop Fencing @ Dollars and 09 ab Cents $� $ j Per Linear Foot 34. 2 Each 40 -Foot High Steel Backstop Posts @ Dollars and p o1 0 , Cents $ Per Each 35. 5 Each 35 -Foot High Steel Backstop Posts @ Dollars and Cents $ $ 00 34,D00' Per Each 36. 6 Each 30 -Foot High Steel Backstop Posts @ Dollars and Cents $ $ 30, b op Per Each 37. 657 S.F. Natural Gray Paving with Broom Finish for Dugouts @ Dollars and Cents $ oc $ o 0 3 2RS - Per Square Foot 38. 104 L.F. 10 -Foot High 9 -Gauge Vinyl- Coated Chain Link Fencing for Dugouts @ Dollars and Cents $ Ob Lzo n Per Linear Foot PR8of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 39. 4 Each Chain Link Gates ,m 41. :, @ Dollars and QI? Cents $ $�� Per Each . 167 L.F. 12 -Inch Wide Concrete Mow Curb at Chain Link Fencing for Dugouts @ Dollars and Cents $ l3= $ Z ►i Per Linear Foot 1,000 S.F 2 Each 43. 2 Each Windscreen Mesh for Dugouts @ Dollars and Cents Per Square Foot Players' Bench for Dugouts @. Dollars and nn 60 Cents Per Each Trash Receptacles for Dugouts @ Dollars and 6'a Cents $� $ S� Per Each 44. 2 Each Bat Rack for Dugouts @ Dollars and co c0 Cents $ (0SD $ BOO Per Each PR9of12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 45. 1 Each 46. Lump Sum Light Fixture Type III @ Dollars and Cents Per Each Remove, Store, Reinstall Existing Street Light and Electrical Pull Box @ Dollars and Cents Per Lump Sum 47. Lump Sum Irrigation System so $ IS-00- @ Dollars and Ob Cents $ D I Per Lump Sum 48. Lump Sum Agronomic Soil Test @ Dollars and Cents Per Lump Sum 49. 46,129 S.F. Soil Preparation for Ballfield @ Dollars and Cents Per Square Foot $ ©b 2V 60 $ C1225 so PR 10 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 50. 3,828 S.F. Sod for Infield @ Dollars and Cents Per Square Foot 51. 36,705 S.F. Sod for Outfield @ Dollars and Cents Per Square Foot .52. 32,875 S.F. Repair /Replace Damaged Existing Turf @ Dollars and Cents Per Square Foot 53. 79,000 S.F. Hydroseed Remaining Park 70 $ $ $ $ 23 859 Zs @ Dollars and oO Cents $ 115 $ i S s M Per Square Foot 54. 8 Each 36 -Inch Box Trees @ Dollars and Cents $ 6VJ $ � Per Each 55. 2 Each 724nch Diameter Tree Grates @ Dollars and sb `ID Cents $ OZ� Per Each PR 11 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 56. 96 Each 15- Gallon Container- Plants @ Dollars and 6D Cents $. ITT $ _76K Per Each - 57. 777 Each 5- Gallon Container Plants @ Dollars Cents $ $ 15151�e and Per Each 58. 46 C.Y. Mulch (3" deep) @ Dollars and oo as Cents $ .r $ Per Cubic Yard 59. Lump Sum 90-day Plant Establishment And Maintenance @ Dollars t) 0 and Cents $ 45DD,�- Per Lump Sum 60. Lump Sum As -Built Drawings @ Dollars and Cents $ �CSO Per Lump Sum TOTAL PRICE IN WRITTEN WORDS (BASE BID ITEMS) Dollars and Cents $ -7 6 6 r"7 29 S� Total Price (Figures) 45& l 2, u. 1,01 gnu % irorrneATCk_ . Cfmsrtl T ►c. Date Bidder PR 12 of 12 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL Bidder's Telephone and Fax Numbers WL-96VA / 2L5So W S IoSD Bidder's License No(s). Bidder's Address Wioocjjpyte 11 s,CA cit36l and Classification(s) . The selection of lowest responsible bidder shall be based on the Total Base Bid amount above. The bid amounts entered for the alternative -bid items below are for the sole purpose of City information only. The City may, during construction, elect to construct one, all, or none of these alternative bid items through Change Order(s). Al. 79,000 S.F. Dethatch, Aerate, Overseed, and Top Dress Remaining Park @ Dollars and Cents Per Square Foot A2. Lump Sum Basketball Court including Painting @ Dollars and.. Cents Per Lump Sum A3. Lump Sum Bullpens @ Dollars and Cents Per Lump Sum do $ • f:WserslpbW,sharedt0ntrapsUy 07- OShmadners park knprovements c38061proposal G3806.doc, Last saved by Snooks 08113=7 &56 AM California Business Search a DISCLAIMER: The information displayed here is current as of AUG 24, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation ENVIRONMENTAL CONSTRUCTION, INC. Number: C2706716 Date Filed: 10/13/2004 Status: active Jurisdiction: California Address 21550 OXNARD ST STE1050 WOODLAND HILLS, CA 91367 Agent for Service of Process FARID SOROUDI 3844 DAVIDS RD AGOURA HILLS, CA 91301 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. Page 1 of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNuTnbet= C2706716 &printer —yes 08/29/2007 License Detail Page 1 of 3 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 498624 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: 08/2912007 * * * Business Information * * * ENVIRONMENTAL CONSTRUCTION INC 21550 OXNARD STREET WOODLAND HILLS, CA 91367 Business Phone Number: (818) 449 -8920 Entity: Corporation Issue Date: 09/22/1986 Reissue Date: 01/10/2005 Expire Date: 01/3112009 * * * License Status * * * This license is current and active. All information below should be reviewed. http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 08/29/2007 License Detail * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR © GENERAL BUILDING CONTRACTOR C27 LANDSCAPING * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number 544722C in the amount of $12,500 with the bonding company DEVELOPERS SURETY.AND_INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding Hist� BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) FARID SOROUDI 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: 01/10/2005 * * * Workers Compensation Information * * * This license has workers compensation insurance with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number: W733 -6014 Effective Date: 03/01/2007 Expire Date: 03/01/2008 Workers Compensation History * * * Miscellaneous Information * * * http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp M 08/29/2007 M 1 1 2 FA 2 2 2 2 2 2 2 3 4 4 4 4 5 5 5 5 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 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 4-1.4 Test of Materials SECTION 5 UTILITIES 5 -1 LOCATION 5 -2 PROTECTION 5 -4 RELOCATION OF UTILITIES 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 M 1 1 2 FA 2 2 2 2 2 2 2 3 4 4 4 4 5 5 5 5 6 -7 TIME OF COMPLETION 6 6 -7.1 General 6 6 -7.2 Working Days 6 6 -7.4 Working Hours 6 6 -9 LIQUIDATED DAMAGES 7 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 7 -8 PROJECT SITE MAINTENANCE 7 7 -8.5 Temporary Light, Power and Water 7 7 -8.6 Water Pollution Control 7 7 -8.8 Steel Plates 7 7 -8.6 Water Pollution Control 7 7 -8.6.1 Best Management Practices and Monitoring Program 8 7 -10 PUBLIC CONVENIENCE AND SAFETY 8 7 -10.1 Traffic and Access 8 7 -10.2 Storage of Equipment and Materials in Public Streets 8 7 -10.3 Street Closures, Detours, Barricades 9 7 -10.4 Public Safety 9 7- 10.4.1 Safety Orders 9 7 -10.5 "No Parking" Signs 9 7 -15 CONTRACTOR LICENSES 10 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 10 9 -3 PAYMENT 10 9 -3.1 General 10 9 -3.2 Partial and Final Payment 20 PART 2 - -- CONSTRUCTION MATERIALS SECEION 200 ROCK MATERIALS 21 200 -1.7 Infield Mix/Mound and Homeplate Mix 21 SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 22 201 -1 PORTLAND CEMENT CONCRETE 22 201 -1.1.1 General 22 201 -1.1.2 Concrete - 22 201 -1.1.4 Test for Portland Cement 22 201 -1.1.6 Concrete Installer 23 201 -1.2 Materials 24 201 -1.2.1 Portland Cement 24 201 -1.4 Mixing 24 201 -1.4.3 Transit Mixer 24 201 -2 REINFORCEMENT FOR CONCRETE 24 201 -2.1 Steel Reinforcement 24 201 -2.2.1 Reinforcing Steel 24 201 -2.2.5 Payment 25 SECTION 206 MISCELLANEOUS METAL ITEMS 25 206 -6 CHAIN LINK FENCE 25 206 -6.1.1 Submittals 25 206 -6.3 Chain Link Fence Fabric 25 206 -6.4 Tension Wires and Fabric Ties 26 206 -6.6 Fittings 27 206 -6.9 Quality Assurance 28 206 -6.10 Project Conditions 28 206 -6.11 Manufacturers 28 206 -6.12 Concrete Mow Strips 29 206 -6.13 Industrial Fence Framing 29 206 -6.14 Industrial Swing Gates 30 206 -6.15 Examination - 31 SECTION 211 SOILS AND AGGREGATE TESTS 31 211 -2 COMPACTION TESTS 31 211 -2.2 Field Density 31 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 32 212.1.2.3 Commercial Fertilizer 32 212 -1.2.4 Organic Soil Amendment 32 212 -1.2.5 Mulch 33 212 -1.2.6 Soil Herbicide 33 212 -1.4 Plants 33 212 -1.4.1 General 33 212 - 1.4.2.1.9 Fertilizer 34 212 -1.4.5 Sod and Seed Mix (turf grass) 34 212 -1.5.3 Tree Stakes 34 212 -2 IRRIGATION MATERIALS 35 212 -2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings 35 212 -2.2.2 Gate Valves 36 212 -2.2.4 Remote Control Valves 36 212 -226 Quick Coupling Valves and Assemblies 36 212 -2.2.7 Valve Boxes 36 212 -2.2.8 Master Control Valves 36 212 -2.4 Sprinkler Equipment 37 212 -3 ELECTRICAL MATERIALS 37 212 -3.1 Conduit 37 212 -3.2 Conductors 37 212 -3 -3 Controller Unit 38 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 38 300 -1 CLEARING AND GRUBBING 38 300 -1.1 General 38 300 -1.2 Preservation of Property 40 300 -1.3 Removal and Disposal of Materials 40 300 -1.3.1 General 40 300 -1.3.2 Requirements 40 300 -1.5 Solid Waste Diversion 42 300 -2 UNCLASSIFIED EXCAVATION 42 300 -2.6 Surplus Material 42 300 -4 UNCLASSIFIED FILL 42 300 -4.1 General 42 SECTION 302 ROADWAY SURFACING 44 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General 302 -5.4 Tack Coat 44 44 44 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 44 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 44 303 -5.1 Requirements 44 303 -5.1.1 General 44 303 -5.5 Finishing 44 303 -5.5.1 General 44 303 -5.5.2 Curb 44 303 -5.5.4 Gutter 45 SECTION 304 METAL FABRICATION AND IRRIGATION INSTALLATION 45 308 -1 ORNAMENTAL IRON WORK 45 303 -5.1 Requirements 45 303 -5.1.1 General 45 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 45 308 -1 GENERAL 45 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 46 308 -2.1 General 46 308 -2.2 Trench Excavation and Backfill 46 308 -2.2.1 Trenching and Backfilling Under Paving 47 308 -2.2.2 Trenching Adjacent to Existing Trees 47 308 -2.3 Topsoil Preparation and Conditioning 47 308 -2.4 Finished Grade 48 308-3 HEADER INSTALLATION 49 308 -3.1 Concrete Headers 49 308 -4.8.3 Sod 49 308-5 IRRIGATION SYSTEM INSTALLATION 49 308 -5.1 General 49 308 -5.2 Irrigation Pipeline Installation 50 308 -5.2.1 General 50 308 -5.2.3 Plastic Pipeline 50 308 -5.3 Installation of Valves, Valve Boxes and Special Equipment 51 208 -5.4 Sprinkler Head Installation and Adjustment 51 208 -5.4.2 Location, Elevation and Spacing 51 208 -5.6 Flushing and Testing 51 308 -5.6.1 General 51 308 -5.6.2 Mainline and Lateral Pipeline Pressure Test 52 308 -6 MAINTENANCE / PLANT ESTABLISHMENT 90 -DAY PERIOD 52 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 54 400 -2 UNTREATAED BASE MATERIALS 54 400 -2.1 General 54 400 -2.1.1 Requirements 54 APPENDIX A CITY OF NEWPORT BEACH CURB ACCESS RAMP STANDARD PLANS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MARINERS PARK IMPROVEMENTS CONTRACT NO. 3806 INTRODUCTION SP 1 OF 54 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. P- 5206 -S); (3) the City's (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 removing and disposing existing curb, sidewalk, turf, and other above ground interference improvements; re- grading, installing storm drains, and constructing asphalt parking area, sidewalk, baseball field, decorative pavers, and hard - scaped improvements; chain link fencing, sodding, hydroseeding and constructing irrigation system in the park." 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 MCE Consultants and can be contacted at (949) 542 -7220. At a minimum, two (2) sets of staking for all areas shall SP2OF54 all areas shall be included in the bid price and shall be provided to the Engineer 48- hours in advance of any 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 Engineer 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's Surveyor will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Corner Records with the County of Orange. 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. 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 SP3OF54 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. 4 -1.4 Test of Materials. Unless otherwise provided in the Special Provisions, all the testing of materials to be furnished by the Contractor, testing of rock materials per Section 200, cement concrete, mortar and related materials per Section 201; masonry materials per Section 202, bituminous materials per Section 203; soils and aggregate per Section 211, testing of materials placement, testing of manufactured materials shall be the responsibility of the Contractor and shall be done by and under the supervision and direction of a licensed California Registered Engineer or Geotechnical Engineer with experience in sampling, and materials testing for and highway construction projects. Such material testing company shall determine the number of tests and frequencies of sampling in order for the company to certify that all the material used for the work, its placement and the final product is tested to the company's satisfaction and that all the tests were satisfactory to the certifying company. As a minimum, the material sampling and testing shall be in conformance with the Standard Specifications for testing methods and frequency of tests. The Contractor shall obtain and test concrete cylinders for all concrete pavement construction. The Contractor shall supply the test results to the Engineer for verification of compliance with the concrete strength requirements specified in the contract documents. All tests of materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations and such special methods and tests as are prescribed in these specifications. No materials shall be used until they have been approved by the Engineer. The materials to be delivered to the job site shall be tested by the certifying company at the source plant each day of the scheduled delivery. The testing company shall certify that material delivered on the job site is from the batch tested and approved by the company. The daily log and test results shall be available to the Engineer at the job site at all times. The material testing company shall inform the Engineer of their schedule of testing so as to allow at discretion to randomly witness the testing. SP4OF54 The Contractor shall, at his expense, furnish the Engineer in triplicate, certified copies of all required factory and mill test reports. Any materials shipped by the Contractor from a factory or mill prior to having satisfactorily passed such testing and inspection by the qualified testing company and the Engineer shall not be incorporated in the work, unless the Engineer shall have notified the Contractor, in writing, that such testing and inspection will not be required. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Compaction of soil, fill material, over excavation, subgrade, aggregate base, asphalt concrete, trench backfill shall be tested by the testing company with number of tests and frequency as specified in the standard specifications. Copies of all compaction tests shall be given to the Engineer within 48 hours after completion of material testing. All areas not meeting the compaction requirements, shall be removed, reworked, or replaced by the Contractor, until the testing results in compliance with the compaction requirements. No extra payment will be made to the Contractor of retesting of failed material tests. Manufactured materials delivered on the job site shall be certified by the manufacturer that the material complies with all applicable tests. All the test data shall be furnished with such certification. Unless otherwise specified, the cost of test of materials shall be considered included in various items of work and no additional compensation shall be allowed. 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." Location of utilities shown on plans shall be considered approximate only. Contractor shall carefully excavate in the vicinity and shall locate all utilities shown on the plan. The Contractor shall be responsible for any damage to existing utilities shown on the plan, regardless of exact location. 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 -4 Relocation of Utilities. Any underground utilities marked by the Underground Service Alert and conflicting with the work to be done by the Contractor, and the utilities shown on the plans as to be relocated by others, will be relocated by the respective SP5OF54 utility owners at no cost to the Contractor. If such utilities are not relocated by the utility owners prior to the contract award, the Contractor shall perform all the necessary work in the contract and provide a time window for the utility owners to commence and complete their work. The Contractor shall be entitled to extension of time without any additional compensation for the delays attributed to such relocation. The Engineer shall have the right to direct the Contractor and perform such relocation at compensation to be paid for in accordance with section 3 -2. Any miscellaneous items to be relocated by the Contractor, as indicated on the plans, shall be relocated in a workmanlike manner and all such work shall be done in cooperation with the utility owner; the Contractor shall be responsible for any costs resulting from the Contractor's failure to do the work at such times as are acceptable to the owner. The Contractor shall notify owners at least forty -eight (48) hours in advance of any work on any of their facilities. All existing and conflicting items to be relocated by Contractor shall be inspected carefully by Contractor prior to removing and doing all the work necessary for relocating such items at the designated location without any modifications. If any modifications are required to such items due to Contractor's negligence in verifying the nature of work prior to relocation, Contractor shall prepare plans and submit for Engineer's approval to such modifications and shall make such modifications at no additional compensation. 5 -7 ADJUSTMENTS TO GRADE. Where applicable, 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. Where applicable, 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. 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 SP6OF54 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 construction work, excluding plant establishment and maintenance, under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The City anticipates issuing the Notice to Proceed no later than October 3, 2007. The baseball field shall be completed and sodded by November 15, 2007 and protected -in -place as the remaining work continues. See Section 6 -7.4 below for work day count. 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 15t, 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), December 25th (Christmas), and December 31 s1 (New Year's Eve). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 A.M. to 4:30 P.M. Monday through Friday. However, to expedite the work completion -for this Contract only, the Contractor may start staging and other preparatory work at 6:30 A.M. and stop work no later than 6:30 P.M. on weekdays. The Contractor may also work on Saturdays from 8:00 A.M. to 6:00 P.M. The 60 consecutive working days allowed for this Contract does not include Saturdays. As long as meaningful work progress is made during the special after hours, the Contractor will not be charged overtime inspection costs. However, if it was determined SP7OF54 by the City that meaningful progress was not made during after hours work, the Contractor shall pay for supplemental inspection costs of $123.90 per hour. 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. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per calendar 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. In addition to Liquidated Damages specified above, failure to complete baseball field sodding by November 15, 2007 shall result in damage of $2,000 per calendar day." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 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 construction water 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 -8.5 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards." 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 - Erosion Control Plan, and 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.city.newport-beach.ca.us/pubworks/links.htm." SP8OF54 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. 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 the park, library, residences, etc., adjacent to work area must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to properties in the vicinity where access will be impacted by construction operations. 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. 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 be stored on Dover Drive between Irvine Avenue and Mariners Drive and on the park site as required by the work. If a different site is desired, it is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's 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 SP9OF54 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 the work site. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the Engineer. The Contractor shall adhere to the conditions of the traffic control plans. Traffic control plans shall be prepared by a licensed Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. 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. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor may park and stage his vehicles, equipment and materials on Dover Drive between Irvine Avenue and Mariners Drive." 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 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. If needed, 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 SP 10 OF 54 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. The Contractor shall print the hours 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. Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a "A" License. At the start of work and until completion of work, the Contractor and all Sub - Contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S 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. 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 /Demobilization: Mobilization /Demobilization shall consist of preparatory work and operations, including but not limited to: SP 11 OF 54 1. Those necessary for the movement of personnel, equipment, materials, supplies, and incidentals to the project site necessary for work on the project; 2. Procurement of all permits, licenses, inspections, certificates, surety bonds, and any other authorizations required by any governing body or entity; 3. Preparing the SWPPP or BMP Plan and construction schedule; 4. Establishment of facilities necessary for the work on the project site; 5. Establishment of the staging area, and restoration of the staging area to its pre- construction conditions (or better); 6. All other work and operations which must be performed or costs incurred prior to beginning and completing work on the various contract items on the Project site; 7. Demobilization from the project site and all related demobilization costs anticipated at the completion of the project; 8. Removal of all USA markings, and 9. All other related items of work as required for the preparation and completion of work 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 and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed 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, Standard Specifications for Public Construction (SSPWC) and City of Newport Beach Requirements. Item No. 3 Temporary Construction Fence: Payment for furnishing, installation, maintenance and removal of all temporary construction fencing required for the entire work duration shall be made in accordance with the Contract Plans. Item No. 4 Removals, Clearing and Grubbing: Work required for the removal and disposal of the existing improvements shall be as detailed in the Contract Plans and as outlined in these Specifications. This item shall include, but not limited to, chemically killing out existing turf within the proposed ballfield's footprint, removal and disposal of existing turf, trees, irrigation system, infield mix, curb, sidewalk; excavation; sub -grade preparation; compaction; grouting of any voids; and all other unlisted above and below grade work items required to prepare the site to receive the new improvements as specified in the Contract Plans. Item No. 5 Surveying and Field Staking: Work under this item shall include surveying, construction staking, ball field laser grading, and all other work items as required to complete the work in place. Item No. 6 Earthwork: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to complete the grading earthwork SP 12 OF 54 in accordance with Site Grading Plans, and all other work items as required to complete the work in place. Item No. 7 Erosion Control: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to complete the item of work in accordance with Erosion Control Plans, and all other work items as required to complete the work in place. Item No. 8 Trench Drain: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of trench drains as detailed in the Contract Plans, in accordance with the Manufacturers' Specifications and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, backfill, compaction, connection to storm drain, and all other work items as required to complete the work in place. Trench drains shall be from ACO USA, or approved equal. Item No. 9 Perforated Drain: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of perforated drains as detailed in the Contract Plans, in accordance with the Manufacturers' Specifications and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, backfill, gravels, pipe wrap fabric, sand bedding above gravels, compaction, connection to storm drain, and all other work items as required to complete the work in place. Item No. 10 6 -inch PVC Storm Drain Pipe: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of 6 -inch PVC storm drain pipe as detailed in the Contract Plans, in accordance with the Manufacturers' Specifications, and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, backfill, compaction, and all other work items as required to complete the work in place. Item No. 11 8 -inch PVC Storm Drain Pipe: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of 8 -inch PVC storm drain pipe as detailed in the Contract Plans, in accordance with the Manufacturers' Specifications, and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, backfill, compaction, and all other work items as required to complete the work in place. Item No. 12 12 -inch PVC Storm Drain Pipe: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of 12 -inch PVC storm drain pipe as detailed in the Contract Plans, in accordance with the Manufacturers' Specifications, and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, backfill, compaction, and all other work items as required to complete the work in place. SP 13 OF 54 Item No. 13 Storm Drain Cleanout: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of storm drain cleanout as detailed in the Contract Plans, in accordance with the Manufacturer's Specifications, and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, bedding, compaction, and and all other work items as required to complete the work in place. Item No. 14 Connect to Existing Catch Basin: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for constructing the connection to the existing catch basin as detailed on the Contract Plans. This item includes, but is not limited to, excavation, sub -grade preparation, core - drill, compaction, and all other work items as required to complete the work in place. Item No. 15 Utility Trench Resurfacing: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the replacement of utility trench as detailed in the Contract Plans, and these Special Provisions. The work includes, but not limited to, excavation, sub -grade preparation, backfill, compaction, and all other work items as required to complete the work in place. Item No. 16 Catch Basin with Grate: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the construction of catch basins with cast iron grates as detailed in the Contract Plans, Manufacturers' Specification, and these Special Provisions. This item includes, but not limited to, excavation, sub -grade preparation; bedding, furnishing and installing catch basin and grade, core - drill, constructing pipe to basin connection, compaction; and all other appurtenant work required to complete in place the installation of catch basins and cast iron grates. Catch basin shall be pre -cast concrete box by Brooks Products or approved equivalent. Cast iron grates shall be "ADA" grates from Alhambra Foundry, Model Number A -2012 or approved equivalent. Item No. 17 Atrium Drain: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for the installation of atrium drain as detailed in the Contract Plans, in accordance with the Manufacturer's Specifications, and these Special Provisions. This item includes, but is not limited to, excavation, sub -grade preparation, furnishing and installing drain, constructing pipe to drain connection, bedding, compaction, and all other work items as required to complete the work in place. Item No. 18 Deeplift Pavement: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct minimum 12" wide, and 12" deep asphalt concrete as detailed in the Contract Plans, these Special Provisions. This item shall include sawcutting, excavation, disposal, compaction, tack coat all joint surfaces, and all other work items as - required to complete the work in place. SP 14 OF 54 Item No. 19 6 -inch Type B Curb: Work under this item shall include full compensation for.furnishing the labor, materials, tools, and equipment to construct 6- inch P.C.C. Type B curb, compacting subgrade, 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. 20 Curb Access Ramp: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct curb access ramp as detailed in the Contract Plans including "truncated domes", conforming to all applicable City Standard Specifications (See Appendix A), and all other work items as required to complete the work in place. Item No. 21 4 -inch AC / 4 -inch CMB Pavement: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 4 -inch AC / 4 -inch CMB Pavement as detailed in the Contract Plans, and these Special Provisions. This item shall include sawcutting, excavation, disposal, compaction, tack coat all joint surfaces, and all other work items as required to complete the work in place. Item No. 22 4 -inch Thick PCC Sidewalk: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 4 -in thick PCC Sidewalk per City of Newport Beach STD - 180 -L, and all other work items as required to complete the work in place. Item No. 23 Concrete Paving: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 4 -in thick natural gray concrete paving and concrete walkway as detailed in the Contract Plans (Detail 2, Sheet 13). This work shall include, but not limited to, excavation, sub - grade preparation, compaction, matching the surface of the pavement adjacent to the concrete, and all other work items as required to complete the work in place. Item No. 24 Concrete Pavers in Plaza: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct concrete pavers in the Plaza as detailed in the Contract Plans (Detail 7, Sheet 16), conforming to manufacturer's recommendations. This work shall include, but not limited to, excavation, sub -grade preparation, compaction, and all other work items as required to complete the work in place. . Item No. 25 12 -inch Wide Natural Gray Concrete Band: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 12 -inch wide concrete band around concrete pavers as detailed in the Contract Plans (Detail 7, Sheet 16). This work shall include, but not limited to, excavation, sub -grade preparation, compaction, and all other work items as required to complete the work in place. SP 15 OF 54 Item No. 26 Seat Wall Around Coral Tree: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 18- inch high seat wall as detailed in the Contract Plans (Detail 7, Sheet 13), and all other work items as required to complete the work in place. Item No. 27 12 -inch Wide Concrete Mow Curb: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 12 -inch wide concrete mow curb at planting areas behind dugouts as detailed in the Contract Plans, and all other work items as required to complete the work in place. Item No. 28 Pitching Rubber, Homeplate, and Infield Bases: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for construction of infield bases as detailed in the Contract Plans. Work under this item shall conform to the applicable sports field specifications. Work shall include, but not limited to, anchors, plugs, excavation, and all other appurtenant work required to complete in place the infield bases per manufacturer's instructions. Model "Hollywood „ - Model #10380 for Pitching Rubber, Model #10350 for Homeplate, and Model #10302 for the 1 s` 2nd and 3rd bases. Item No. 29 Infield Mix (Brick Dust): Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for construction of Infield Mix as detailed in the Contract Plans. Work under this item shall conform to the applicable sports field specifications of minimum 3- inches deep. Work shall include, but not limited to, excavation, sub -grade preparation, spreading, and all other appurtenant work required to complete in place the Infield Mix per manufacturers instructions. Infield Mix shall be ProGold Infield Mix by Gail Materials. Item No. 30 Mound and Homeplate Mix: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for construction of Mound and Homeplate Mix as detailed in the Contract Plans. Work under this item shall conform to the applicable sports field specifications of 4- inches deep. Work includes, but not limited to, excavation, sub -grade preparation, spreading, and all other appurtenant work required to complete in place the Homeplate Mix per manufacturers instructions. Mound and Home Plate Mix shall be ProGold Premium Mound and Homeplate Mix by Gail Materials. Item No. 31 HDPE Backboard to Backstop: Work under this item shall include full compensation for furnishing the labor, materials, installation hardware, tools, and equipment for the construction and installation of 4 -foot high HDPE Backboard, and all other work items as required to complete the work in place. SP 16 OF 54 Item No. 32 UV Coated Netting .20 -foot Backstop: Work under this item shall include full compensation for furnishing the labor, materials, installation hardware, tools, and equipment for furnishing and installing netting for 20 -foot high backstop, and all other work items as required to complete the work in place. Netting shall be UV Coated Netting K36T -1 -3/4 Standard Baseball Netting #36 three - strand twisted twine knotted netting, 1 -3/4" mesh — latex treated black, rope bound by West Coast Netting. Item No. 33 10 -foot High 9 -gauge Vinyl- Coated Chain Link Backstop Fencing: Work under this item shall include full compensation for furnishing the labor, materials, .tools, and equipment for constructing 10 -foot high 9 -gauge vinyl- coated black colored chain link backstop fencing, and all other work items as required to complete the work in place. Item No. 34 40 -foot High Steel Backstop Posts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 40 -foot high black galvanized steel backstop posts, and all other work items as required to complete the work in place, including but not limited to the footings for each post. Item No. 35 35 -foot high Steel Backstop Posts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 35 -foot high black galvanized steel backstop posts, and all other work items as required to complete the work in place, including but not limited to the footings for each post. Item No. 36 30 -foot high Steel Backstop Posts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 30 -foot high black galvanized steel backstop posts, and all other work items as required to complete the work in place, including but not limited to the footings for each post. Item No. 37 Concrete Paving with Broom Finish for Dugouts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct 4 -inch thick natural gray concrete paving for two dugouts as detailed in the Contract Plans (Detail 2, Sheet 13). This work shall include, but not limited to, excavation, sub -grade preparation, compaction, matching the surface of the pavement adjacent to the concrete, and all other work items as required to complete the work in place. Item No. 38 10 -foot High 9 -gauge Vinyl- Coated Chain Link Fencing for Dugouts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 10 -foot high 9 -gauge vinyl - coated black colored chain link fencing for two dugouts and all other work items as required to complete the work in place. SP 17 OF 54 Item No. 39 Chain Link Gates: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 10 -foot high 9 -gauge vinyl- coated black colored chain link gates, and all other work items as required to complete the work in place. Item No. 40 12 -inch Wide Concrete Mow Curb at Chain Link Fencing for Dugouts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for constructing 12 -inch wide concrete mow curb with #3 rebar, and all other work items as required to complete the work in place. Item No. 41 Windscreen Mesh for Dugouts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for furnishing and installing 10 -foot high Windscreen Mesh with hardware for two dugouts, and all other work items as required to complete the work in place. Premium Leno Poly Windscreen, closed -mesh by Tomark Sports. Item No. 42 Players' Bench for Dugouts: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for providing and installing players' bench for two dugouts with hardware, footing mount, and all other work items as required to complete the work in place. Install per Manufacturer's Specifications. Deluxe Player Benches Model 10697, aluminum finish by Tomark Sports. Item No. 43 Trash Receptacles for Dugouts: Work under this item shall include providing and installing trash receptacles for two dugouts and all other work items as required to complete the work in place. Install per Manufacturer's Specifications. Trash receptacles shall be Model #QR- BW2536W by Quickcrete, or approved equivalent. Color, dimensions, security cable, and finish shall be determined by the Engineer. Item No. 44 Bat Rack for Dugouts: Work under this item shall include providing and installing bat rack for dugouts and all other work items as required to complete the work in place. Install per Manufacturer's Specifications. Bat Rack shall be Model #10998 by Tomark Sports. Item No. 45 Light Fixture Type III: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installing and complete wiring for a light fixture Type III as detailed in the Contract Plans and per City of Newport Beach STD - 202 -L -B. Lighting arm, pole, base type and model, including the luminaire type and model shall be as outlines in the Fixture Schedule (as included in the Contract Plans) and as approved by the Engineer. Item No. 46 Remove, Store, Reinstall Existing Street Light and Electrical Pull Box: Work Lander this item shall include full compensation for furnishing tine labor, materials, tools, and equipment for removing existing street light, store the pole, and reinstalling the series street light in the planting area with a new pull box as shown in SP 18 OF 54 the Contract Plans, complete wiring, and all other work items as required to complete the work in place. Work shall be in accordance with the City of Newport Beach STD - 200-L, and STD - 204 -L. No splices are allowed between pull boxes. Additional pull box may be required at no additional cost to the City. Item No. 47 Irrigation System: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for constructing irrigation system as detailed in the Contract Plans, and in the Special Provisions. Work shall include, but not limited to, providing and installing master valve, controller assembly, backflow preventer, flow sensor, quick coupler, raiser, irrigation heads, excavation, trenching, sub -grade preparation, backfill, compaction, replacing sod damaged by work, training City crews on system operations, and all other appurtenant work required to complete the work shown on the Irrigation Plans Item No. 48 Agronomic Soil Test: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for providing soil testing as shown in the Contract Plans, and in the Special Provisions. Work shall include, but not limited to, samples tested by Soil and Plant Lab for soil fertility, agricultural suitability, and soil preparation recommendations. Two samples will be taken at three locations: (1) ground level to 10" deep, and (2) 24" to 36" deep. Each sample shall contain approximately 1 quart of soil and be labeled per location and depth; submit soil report to the Engineer prior to planting. Item No. 49 Soil Preparation for Ballfield: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for soil preparation including amendments within the landscape areas as shown in the Contract Plans, shall be in accordance with Sections 212 -1 and 308 -2 of the SSPWC, and these Special Provisions. Item No. 50 Sod for Infield: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of sod within the infield as shown in the Contract Plans. Work shall be in accordance with Sections 212 -1 and 308 -4 of the SSPWC, the Soils Test Report, and these Special Provisions. Tifgreen Hybrid Bermuda Overseeded with Perennial Rye Sod by Bundy Canyon Turf Supply. Item No. 51 Sod for Outfield: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of sod. within the outfield as shown in the Contract Plans, shall be in accordance with Sections 212 -1 and 308 -4 of the SSPWC, the Soils Test Report, and these Special Provisions. Agrono -Tec Ballfield Mix 2A by Bundy Canyon Turf Supply. Item No. 52 Repair /Replace Damaged Existing Turf: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for replacement and /or repair of sod within the landscape areas that have been damaged SP 19 OF 54 by construction activities as shown in the Contract Plans. Work shall be in accordance with Sections 212 -1 and 308 -4 of the SSPWC, the Soils Test Report, and these Special Provisions. Agrono -Tec Ballfield Mix 2A by Bundy Canyon Turf Supply. Item No. 53 Hydroseed Remaining Park: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for hydroseeding the remaining park with the Agrono -Tec Ballfield Mix 2A per City's direction as shown in the Contract Plans. Work shall be in accordance with Sections 212 -1 and 308 -4 of the SSPWC, the Soils Test Report, and these Special Provisions. Item No. 54 36 -inch Box Trees: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of 36 -in box trees within the landscape areas as shown in the Contract Plans, and in these Special Provisions. Item No. 55 72 -inch Diameter Tree Grates: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of tree grates as shown in the Contract Plans, and in these Special Provisions. Tree Grate: Model Metropolitan R- 8880 -A 72" diameter with 24" expandable_ diameter tree opening by Neenah Foundry Company. Item No. 56 15- Gallon Container Plants: Work under this item shall include full compensation for furnishing the labor, materials, tree stakes, tools, and equipment for installation of 15- gallon container plants within the landscape areas as shown in the Contract Plans, shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, the Soils Test Report, and as amended herein in these Special Provisions. Item No. 57 5- Gallon Container Plants: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of 5- gallon container plants within the landscape areas as shown in the Contract Plans, shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, the Soils Test Report, and as amended herein in these Special Provisions. Item No. 58 Mulch (3" deep): Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment for installation of 3 -inch mulch within the landscape areas as shown in the Contract Plans. Work shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, the Soils Test Report, and as amended herein in these Special _ Provisions. Item No. 59 90 -Day Plant Establishment and Maintenance: Work required to provide the 90 -day plant establishment and maintenance period within the new and SP 20 OF 54 repaired landscape areas and all installed planting as shown in the Contract Plans. Work shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, the Soils Test Report, and as amended herein in these Special Provisions. Item No. 60 As -Built Drawings: Work under this item shall include all actions necessary to provide "as- built' construction drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. The selection of lowest responsible bidder shall be based on the Total Base Bid amount of Bid Item #1 to Bid Item #60 above. The following alternative bid items below are for the sole purpose of City information only. The City may, during construction, elect to construct one, all, or none of these alternative bid items through Change Order(s). ALTERNATIVE BID ITEMS Item No. Al Dethatch, Aerate, Overseed and Top Dress Remaining Park: The City shall delete Bid Item No. 53 (Hydroseed Remaining Park) if choosing this Alternative Bid Item. Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to dethatch, aerate , overseed, and top dress remaining park as shown on the Contract Plans. Work shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, the Soils Test Report, and as amended herein in these Special Provisions. Item No. A2 Basketball Court including Painting: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct the basketball court including painting as detailed in the Contract Plans (Detail 1, Sheet 16). Item No. A3 Bullpens: Work under this item shall include full compensation for furnishing the labor, materials, tools, and equipment to construct two (2) bullpens as shown in the Contract Plans. Bullpens shall include minimum 3 -inch deep infield mix, black colored chain link fencing, black colored windscreen mesh, 5 chain link gates, 12- in wide concrete mow strip at chain link fencing, pitching rubber and homeplate, complete wiring from pull box to two outlets, as detailed in the Contract Plans. Work shall be in accordance with the Greenbook Standard Specifications for Public Works Construction 2003, and as amended herein in these Special Provisions. 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." SP 21 OF 54 PART 2 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200 -1.7 Infield Mix / Mound and Homeplate Mix 1. Infield Mix shall be "Stabilizer Pro Gold Infield Mix" by Gail Materials, (951) 279- 1095 or approved equal. a. Contractor to submit sample (1 cu. Ft. min.) for owner review and approval prior to acquisition and delivery to site. b. Graduation — A minimum of 95% of particles shall pass the 2.0 mm sieve with the highest proportion of sand particles in the medium to very fine range. The finale soil classification based on USDA criteria shall be a sandy loam — sandy clay loam. This single source material and the blending of different parent material is not acceptable. c. The color of the material shall be gold to reddish gold. d. Stabilizing organic binder as distributed by Gail Materials shall have a minimum swell volume of 32 ml /gm and shall be blended with a pug mill that includes a weigh belt feeder that insures the proper ratio and the uniform blending of the binder. Bucket or belt blending are not acceptable methods. 2. Stabilizer Infield Mix Installation a. Stabilizer Pro Gold Infield Mix should be at a finale minimum depth of 3 inches over a sub -base that is prepared to acceptable specifications. New Stabilizer Infield Mix should be leveled to proper elevations and sloped according to standard infield construction specifications. Allow approximately 1" for compaction. b. After leveling the infield, thoroughly water the entire infield until the complete depth of infield mix is moistened (hand watering provides optimum moisture). After a period of approximately 4 hours compact with a minimum 2000 lb. Static drum roller. Once compacted, check for low areas and ensure good drainage into the outfield. Scarify and level low areas with additional Infield Mix. 3. Mound and Homeplate shall be "Stabilizer Pro Gold Mound and Homeplate Mix" by Gail Materials, (951) 279 -1095 or approved equal. 4. Mound and Homeplate Mix Installation a. Stabilizer Pro Gold Mound and Homeplate Mix should be at a finale minimum depth of 4 inches over a sub -base that is prepared to acceptable specifications. Stabilizer Pro Gold Mound and Homeplate Mix should be leveled to proper elevations. Allow approximately V for compaction. SP 22 OF 54 b. After leveling the Mound and Homeplate Mix, thoroughly water the entire area until the complete depth of Mound and Homeplate Mix is moistened (hand watering provides optimum moisture). After a period of approximately 4 hours compact with a minimum 2000 lb. Static drum roller. Once compacted, check for low areas and ensure good drainage into the outfield. Scarify and level low areas with additional Mound and Homeplate Mix. SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.1 General. The following paragraph shall be added following paragraph 4: The cement utilized shall be Type II/V. No substitution of materials shall be permitted. The Contractor shall furnish the Engineer with a copy of the mix design to be used and with a legible certified weight - master's certificate for each load of P.C.C. delivered to the project. Portland Cement Concrete delivered to the project site having a water content and/or slump greater than that specified in the mix design shall be rejected and removed from the project site. 201 -1.1.2 Concrete: Unless otherwise specified, the concrete shall be 3250 psi minimum strength at 28 days with a maximum slump of four inches (4 ") for all concrete flatwork, walls, footings, foundations, sidewalks, access ramps, curbs and gutters, and cross gutters, mow curbs, columns, thrust blocks, terraced concrete seating, etc. 201 -1.1.4 Test for Portland Cement Concrete [Add the following]: A. All material shall comply with the latest editions of the American Concrete Institute (ACI) and Uniform Building Code. Testing of Portland cement concrete shall apply to all site concrete including but not limited to: concrete paving, walls, footing, etc. B. Product Data: a. Submit complete materials list of items proposed for the work. Identify material source. b. Submit admixture, curing compound, retarder, and accessory item product data. c. Submit material certificates for aggregates, reinforcing, and join fillers. d. Submit concrete delivery tickets to Quality Control Manager. Show the following: C. Batch number a. Mix by class or sack content with maximum size aggregate b. Admixture c. Air content SP 23 OF 54 d. Slump e. Time of loading D. Submit concrete test reports. E. City will provide field quality control testing and inspection during concrete operations. F. Contractor shall provide adequate notice, cooperate with, provide access to the work, obtain samples, and assist test agency and their representatives in execution of their function. G. Strength Verification H. Contractor should present mix design to Engineer for approval prior to pour. Contractor shall provide copies of concrete tickets verifying the strength requirements for every truckload of concrete (see also item 3 above). 201 -1.1.6 Concrete Installer [Add the following]: Contractor shall provide evidence to indicate successful experience in concrete placement and finishing work similar to that specified herein and who can demonstrate such successful experience through past project documentation and references: A. Experience Period: Minimum five (5) years' experience. B. Demonstration of Experience: Ten (10) projects which have been completed within the past twenty -four (24) months utilizing similar products, scope, and complexity. C. Supervision: Placement and finishing of concrete work shall be performed under the supervision of a person having a minimum of five (5) years' experience in the placement and finishing of products specified herein. D. Previous projects shall be located in Los Angeles, Orange, Riverside, or San Bernardino Counties. A listing of projects and addresses shall be provided with the bid and shall be reviewed and approved by the Engineer prior to award of the bid. Installer qualifications shall be submitted to construction manager with copies to the Architect for information purposes. Three (3) copies of previous experience shall be provided. SP 24 OF 54 201 -1.2 Materials 201 -1.2.1 Portland Cement [Add the following]: 1. Lime: ASTM C207, Type S, containing 85% by weight of calcium oxide. 2. Lime Putty: Make from hydrated lime conforming to ASTM C207, pulverized to such fineness that 100% will pass a 50 mesh sieve. Mix lime in water, run through screen into box and age 48 hours. 3. Cement shall be Type IIN Portland Cement 201 -1.2.4 [Add the following]: Surface retardant: Surface retarder shall be "top cast' surface retarder or approved equal, provided by Grace Products. `Top cast' retardant to be applied at specific paving conditions noted on plans and shall utilize Top Cast release agent, as noted on plans. Apply per manufacture's specifications. Contact: Innovative Concrete Products 949 - 498 -7077. 201 -1.4 Mixing 201 -1.4.3 Transit Mixer [Add the following]: Mixes 1. Provide ASTM C94 ready -mixed concrete. Batch mixing at site not acceptable. 2. Strength: 3,250 psi minimum at 28 days for all concrete flatwork, curbs, seating, ramps, plaza area, etc. 3. Slump Range: 2" to 4" maximum 4. Coarse aggregate shall be blend of 50 % -1" aggregate— 50 % -3/8" aggregate. 5. Indicate water added to mix at job site on each delivery ticket. Show quantity of water added. Site water tempered mixes exceeding specified slump range will be rejected as not complying with specifications requirements. 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2 Steel Reinforcement 201 -2.2.1 Reinforcing Steel. [Add the following paragraph immediately after the first paragraph]: 1. #3 reinforcing shall be 40 grade _ 2. #4 reinforcing steel shall be 40 grade 3. #5 reinforcing steel shall be 60 grade SP 25 OF 54 201 -2.2.5 Payment. [Add the following to this section]: Payment for steel reinforcement shall be included in the lump sum contract price for all related items, i.e., concrete band, mow curb, walls, structures, footings. 201 -7 NON - MASONRY GROUT 201 -7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 206 - MISCELLANEOUS METAL ITEMS 206 -6 CHAIN LINK FENCE [Add] 206 -6.1.1 SUBMITTALS. A. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following: B. Fence and gate posts, rails, and fittings. C. Chain -link fabric; reinforcements, and attachments. D. Gates and hardware. E. Shop Drawings: Show locations of fence, each gate, posts, rails, and tension wires and details of extended posts, extension arms, gate swing, or other operation, hardware, and accessories. Indicate materials, dimensions, sizes, weights, and finishes of components. Include plans, elevations, sections, gate swing and other required installation and operational clearances, and details of post anchorage and attachment and bracing. F. Product Certificates: Signed by manufacturers of chain -link fences and gates certifying that products furnished comply with requirements. G. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of City's Representatives and owners, and other information specified. H. Field Test Reports: Indicate and interpret test results for compliance of chain - link fence and gate grounding and bonding with performance requirements. 206 -6.3 CHAIN -LINK FENCE FABRIC. [Add to this section] A. The materials for steel chain link fence fabric shall be manufactured from galvanized steel wire. The weight of zinc shall meet the requirements of ASTM SP 26 OF 54 F668, Table 4. Galvanized wire shall be PVC - coated to meet the requirements of ASTM F668. The class of the fence fabric shall be Class 2A — Extruded and Bonded. Height indicated on drawings. Provide fabric fabricated in one -piece widths for fencing in height of 12 feet and less. Comply with CLFMI's "Product Manual" and with requirements indicated below: a. Selvage: Top edge knuckled and bottom edge knuckled. b. Color: The coating color for the fence fabric shall be black. Reference ASTM F668 and ASTM F934. c. Wire size: The size of the steel wire core shall be 6 -gauge (.192); the finished size of the coated wire shall be 6 gauge (PVC Coating thickness .015 -.25). d. Height and Mesh Size: The fabric height shall be 10 -feet high with a mesh size of 1 -3/4 inches. 206 -6.4 TENSION WIRES AND FABRIC TIES. [Add to this section] A. General: Provide horizontal tension wire at the following locations: a. Extended along top and bottom of fence fabric. B. Metallic- Coated Steel Wire: 0.177 -inch- (4.5 -mm -) diameter, marcelled tension wire complying with ASTM A 824 and the following: a. Coating: Type I, aluminum coated (aluminized). b. Coating: Type 11, zinc coated (galvanized) by the electrolytic process, with the following minimum coating weight: L Class 1: Not less than 0.8 oz. /sq. ft. (244 g /sq. m) of uncoated wire surface. ii. Class 2: Not less than 1.2 oz. /sq. ft. (366 g /sq. m) of uncoated wire surface. iii. Class 3: Not less than 2 oz. /sq. ft. (610 g /sq. m) of uncoated wire surface. c. Coating: Type III, Zn- 5 -AI -MM alloy with the following minimum coating weight: i. Class 1: Not less than 0.6 oz. /sq. ft. (183 g /sq. m) of uncoated wire surface. SP 27 OF 54 ii. Class 2: Not less than 1 oz. /sq. ft. (305 g /sq. m) of uncoated wire surface. 206 -6.6 FITTINGS. [Add to this section] A. General: Provide fittings for a complete fence installation, including special fittings for corners. Comply with ASTM F626. the coatings for all fittings shall be the same color coating system required for the framework; the color of all fittings and fasteners shall be black in accordance with ASTM F934. All fasteners shall be of stainless steel. B. Post and Line Caps: Hot -dip galvanized pressed steel or hot -dip galvanized cast. a. Provide weathertight closure cap for each post. b. Provide line post caps with loop to receive tension wire or top rail. c. Rail and Brace Ends: Hot -dip galvanized pressed steel or hot -dip galvanized cast iron. Provide rail ends or other means for attaching rails securely to each gate, corner, pull, and end post. C. Rail Fittings: Provide the following: a. Top Rail Sleeves: Hot -dip galvanized pressed steel or round steel. Not less than 6 inches (153 mm) long. b. Rail Clamps: Hot -dip galvanized pressed steel Provide line and corner boulevard clamps for connecting bottom rails in the fence line to line posts. c. Tension and Brace Bands: Hot -dip galvanized pressed steel. d. Tension Bars: Hot -dip galvanized steel length not less than 2 inches (50 mm) shorter than full height of chain -link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. e. Truss Rod Assemblies: Hot -dip galvanized steel rod and turnbuckle or other means of adjustment. f. Tie Wires, Clips, and Fasteners: Provide the following types according to ASTM F 626: g. Standard Round Wire Ties: For attaching chain -link fabric to posts, rails, and frames, complying with the following: SP 28 OF 54 h. Hot -Dip Galvanized Steel: 0.148 -inch- (3.76 -mm -) diameter wire; galvanized coating thickness matching coating thickness of chain -link fence fabric. D. Pipe Sleeves: For posts set into concrete, provide preset hot -dip galvanized steel pipe sleeves complying with ASTM A 53, not less than 6 inches (150 mm) long with inside dimensions not less than 1/2 inch (13 mm) more than outside dimension of post, and flat steel plate forming bottom closure. 206 -6.9 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed chain -link fences and gates similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in- service performance. B. Testing Agency Qualifications: Testing agency as defined by OSHA in 29CFR1910.7 or a member company of the InterNational Electrical Testing Association and that is acceptable to authorities having jurisdiction. C. Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing Association or the National. Institute for Certification in Engineering Technologies, to supervise on -site testing. D. Source Limitations for Chain -Link Fences and Gates: Obtain each color, grade, finish, type, and variety of component for chain link fences and gates from one source with resources to provide chain -link fences and gates of consistent quality in appearance and physical properties. 206 -6.10 PROJECT CONDITIONS A. Field Measurements: Verify layout information for chain -link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. B. All fencing through turf areas must include a concrete mow strip under the fence. See Products below for specification. 206 -6.11 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Chain -Link Fencing — Ameristar: 1 -(800) 321 -8724. b. Chain -Link Fencing - Master - Halco: 1 -(888) 643 -3623. SP 29 OF 54 206 -6.12 CONCRETE MOW STRIPS A. Subgrade: The subgrade shall be free of organic matter, large clay lumps, or stones larger than one inch, and compacted to 90% relative density. B. Base: The base should be a minimum of 2" of sand or pea gravel. C. Forming: a. Concrete mow strips shall be a minimum of 6" wide by 8" deep. b. Forms shall be true to line and grade, and adequately staked and braced to maintain a uniform line, with the top of the finished mow strip formed to be at the same level as the adjacent turf. D. Reinforcement: Concrete mow strips shall be reinforced with one #3 rebar centered in the concrete. E. Expansion Joints: Appropriate expansion joints or control joints shall be placed at a maximum of 10' intervals. F. Concrete: Concrete shall be minimum 5 sack mix with %" aggregate or 6 sack mix with 3/8" aggregate, finished as desired. 206 -6.13 INDUSTRIAL FENCE FRAMING A. Round Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F1083. Comply with ASTM F1043, Material Design Group IA, external and internal coating Type A, consisting of not less than 1.8- oz. /sq. ft. (0.55- kg /sq. m) zinc; and the following strength and stiffness requirements: 1. Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Light Industrial Fence. B. Round Steel Pipe: Cold- formed, electric- resistance - welded steel pipe. Comply with ASTM F1043, Material Design Group IC, with minimum yield strength of 50,000 psi (344 MPa); and the following external and internal coatings and strength and stiffness requirements: 1. Coatings: External, Type B, zinc with organic overcoat, consisting of a minimum of 0.9 oz. /sq. ft. (0.27 kg /sq. m) of zinc after welding, a chromate conversion coating, and a clear, verifiable polymer film. Internal, Type D, consisting of 81 percent, not less than 0.3 -mil- (0.0076 -mm -) thick, zinc pigmented coating. SP 30 OF 54 2. Coatings: Type C, Zn- 5 -AI -MM alloy, consisting of not less than 1.8- oz./sq. ft. (0.55- kg /sq. m) coating. 3. Coatings: Any coating above. C. Line, End, Corner, and Pull Posts and Top Rail: Per requirements for Light Industrial Fence. D. Post Brace Rails: Match top rail for coating and strength and stiffness requirements. Provide brace rail with truss rod assembly for each gate, end, and pull post. Provide two brace rails extending in opposing directions, each with truss rod assembly, for each corner post and for pull posts. Provide rail ends and clamps for attaching rails to posts. E. Top Rails: Fabricate top rail from lengths 21 feet (6.4 m) or longer, with swedged -end or fabricated for expansion -type coupling, forming a continuous rail along top of chain -link fabric. F. Intermediate Rails: Match top rail for coating and strength and stiffness requirements. G. Bottom Rails: Match top rail for coating and strength and stiffness requirements. H. Extended Members: Extend end and corner posts above top of chain -link fabric 12 inches (300 mm). 206 -6.14 INDUSTRIAL SWING GATES A. General: Comply with ASTM F900 for the following swing -gate types: a. Single gate. b. Double gate. B. Metal Pipe and Tubing: Galvanized steel. Comply with ASTM F1083 and ASTM F1043 for materials and protective coatings. C. Frames and Bracing: Fabricate members from round galvanized steel tubing with outside dimension and weight according to ASTM F900 for the following gate fabric height: D. Gate Fabric Height: 6 feet (1.83 m) or less. E. Gate Fabric Height: More than 6 feet (1.83 m). F. Frame Comer Construction: As follows: SP 31 OF 54 a. Welded. b. Assembled with corner fittings. c. Welded or assembled with corner fittings and 5/16 -inch- (7.9 -mm -) diameter, adjustable truss rods for panels 5 feet (1.52 m) wide or wider. G. Gate Posts: Fabricate members from round galvanized steel pipe with outside dimension and weight according to ASTM F900 for the following gate fabric heights and leaf widths: H. Extended Gate Posts and Frame Members: Extend gate posts and frame end members above top of chain -link fabric at both ends of gate frame 12 inches (300 mm) or as indicated on Drawings I. Hardware: Latches permitting operation from both sides of gate, hinges, center gate stops and, for each gate leaf more than 5 feet (1.5 m) wide, keepers. Fabricate latches with integral eye openings for padlocking; padlock accessible from both sides of gate. 206 -6.15 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance. Do not begin installation before final grading is completed, unless otherwise permitted by the Engineer. B. Proceed with installation only after unsatisfactory conditions have been corrected. SECTION 211 -- -SOILS AND AGGREGATE TESTS 211 -2 COMPACTION TESTS 211 -2.2 Field Density [Add the following]: Field density tests will be made by the Engineer during the course of construction at the expense of the City. Contractor shall consider, allow for, and provide 72 -Hour Notice of Request for Inspection, submitted in writing to the Engineer, prior to on -site Geotechnical Review by the Engineer. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. SP 32 OF 54 Retest of areas which have failed compaction will be performed by the Engineer at the Contractor's expense. All fill material and subgrade compaction shall be as noted in project soils report SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212 -1.2.3 Commercial Fertilizer [Add the following paragraphs]: "Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing weight and analysis attached to each sack. The following commercial fertilizer and soil preparation shall be for bid purposes only. Exact quantities and recommendations shall be determined by the soil fertility and agricultural suitability test to be prepared by Soil and Plant Laboratory, Inc. (714) 282- 8777 or equal testing facility approved by the Engineer. Tests shall be provided by the Contractor at no additional cost to the City and shall be included in the base bid. Test shall be performed after final grading has been completed and approved by the City. All areas to be landscaped with a slope of 3:1 or less shall be cross - ripped or otherwise tilled to a depth of 9 to 12 inches. Uniformly spread and cultivate amendments thoroughly by means of mechanical tiller into top 6" of soil in all planting areas. Application rate per 1,000 square feet: Commercial Fertilizer 6 -20 -20 20 pounds Soil Sulphur 100 pounds Zinc Chelates 400 pounds Granular Gypsum 100 pounds Nitrogen stabilized sawdust derived from redwood, fir, or cedar 6 cubic yards Planting Tablets: Provide slow - release type with potential acidity of not more than 5 percent by weight containing the following percents by weight of nutrients listed; 20- nitrogen, 10- phosphoric acid, 5- potash, 2.6 combined calcium, 1.6- combined sulphur 0.35 -iron (elemental) from ferrous sulfate. Provide in 21 gram tablets manufactured by Agriform, or other approved. Landscape areas with gradients greater than 3:1 shall receive a uniformity broadcast application of the following: 300 Ibs Nitroform (38 -0 -0, WIN 27 %) 600 Ibs 6- 20 -20" 212 -1.2.4 Organic Soil Amendment [Paragraph 1 shall be deleted and replaced with the following]: Organic Soil amendment material shall conform to Type 1 unless otherwise designated. [Delete paragraph references to Type 2 and Type 3 soil amendments.] SP 33 OF 54 212 -1.2.5 Mulch [Sentence one of paragraph one shall be deleted and replaced with the following]: Mulch: Provide "0" — 2" Forest Floor" as supplied by Aguinaga Fertilizer Company, Inc. (949) 786 -9558, or approved equal. Submit sample for review and approval by Engineer prior to material delivery on -site. [The following subsection shall be added]: 212 -1.2.6 Soil Herbicide Landscape areas: A commercially manufactured non - selective herbicide ( "Round -up" or approved equal) for total control of vegetation products shall meet all federal and state regulations pertaining to the use of such substances. Application and rate of application shall follow manufacturer's recommendation. Application shall not be made until obtaining written approval from the Engineer. Following the Engineer's approval of the Contractor's herbicide, a licensed pest control operator shall be maintained to recommend and apply pesticide, herbicides, and fungicides to all landscape areas. Such application shall be performed in consideration of overall construction schedule and operation so as not to disrupt or interfere with the project schedule and time line. 212 -1.4 Plants 212 -1.4.1 General. Subsection 212 -1.4.1 shall be deleted and replaced with the following: A representative number of plants shall be inspected and approved at the nursery by the Engineer prior to shipment to the planting site. Prior to such visit, Contractor shall submit 3" x 5" color photographs of all proposed tree and shrub material for City's review. Photos shall be submitted seven (7) calendar days prior to specified plant material review at nursery site. Plants shall be inspected for size and condition of root growth, insects, injuries and latent defects. Label at least one tree and one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. The City reserves the right to reject entire lots for plants represented by defective samples. Plant condition shall be in accordance with the American Standard for Nursery Stock (ANSI 760.1- 1996). All plants shall have a growth habit normal to the species and shall be sound, healthy, vigorous, and free from insect pest, plant diseases, sun - scalds, fresh bark abrasions, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and well hardened off. All plants shall have normal well - developed branch systems, and vigorous and fibrous root systems which are neither root nor pot -bound and are free of kinked or girdling roots. Other than the normal side pruning during the growth period, no pruning shall be done prior to inspection at the nursery. The size of the plants will correspond with that SP 34 OF 54 normally expected for species and variety of commercially available nursery stock, or as specified in the drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform to the measurements, if any, specified on the drawings in the list of plants to be furnished. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. Bare root plantings in publicly maintained areas shall be done only with special approval of the Engineer. Quantities and Types. Plant materials shall be furnished in the quantities and /or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as symbolized, and /or described in the Plant Legend, as indicated on the drawings. The Landscape Contractor is to verify all sizes and quantities on plans. Installation and use of substitute items shall not be made until the Contractor is in receipt of written approval from the City. Substitution Proposals for plant material must be accompanied by substantive written proof of non - availability of material originally specified prior to bid opening. [Add the following subsection]: 212 - 1.4.2.1.9 Fertilizer A. Root Growth Stimulant: Stimulant shall be Vitamin B -I as manufactured by Cal - Liquid, Cooke, Chican, Ortho, or other approved equal. B. Fertilizer will not be used at time of planting. After four months, use a light application of 20:10:5 approximately 1/2 lb. nitrogen per tree cultivated into soil. [The following subsection shall be added]: 212 -1.4.5 [Change heading] Sod and Seed Mix (turf grass). [Add] A. Tifgreen Hybrid Bermuda Sod Overseeded with Perennial Rye. West Coast Turf (888) 893 -8873 or approved equal for infield, and Agrono -Tec Ballfield Mix 2A sod for the outfield (Agrono -Tec 1- 800 - 543 - 4109). All other park turf areas should be hydroseeded with the Agrono -Tec Ballfield Mix 2A per City's direction. a. Keep sod one half inch as delivered and mow weekly for three (3) months. b. Add one half pound of nitrogen in ammonium sulfate form every two weeks for March, April and June (3 months) to help the turf transition to 90 percent Bermuda by mid -June. 212 -1.5.3 Tree Stakes. [The first paragraph shall be replaced with the following]: Tree stakes shall be sharpened 3" diameter, 12'_ long lodgepole pine, treated in accordance with Section 204 -2.2. Stake shall be one piece and free from splits. Trees installed as 36" box and larger shall be installed with guy anchors (3 per tree). SP 35 OF 54 [The third paragraph shall be replaced with the following]: Deadman stakes shall be duckbills or 2 x 4 inch redwood 18 inches long. Covers for wire shall be 314 -inch Class 200 PVC pipe - 3 feet long. [The following paragraph shall be added at the end of the subsection]: A minimum of two (2) supporting tree ties or three (3) guy anchors shall be used for each tree. Tree ties shall be V.I.T. Twist Brace Model TB24. SECTION 212 — 2 IRRIGATION MATERIALS 212 -2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. [Replace the first sentence in the second paragraph with the following]: Schedule 40 pipe shall be used for installation on the discharge side of the control valves when the pipe size is 52mm (2 inch) or less. Schedule 40 pipe shall be used for installation on the pressurized supply line of the control valves when the pipe size is 38mm (1 1/2 inch) or less. Class 315 pipe shall be used for installation on the pressurized supply side of the control valves when the pipe size is 50mm (2 inch) or greater. [The following paragraphs shall be added at the end of the subsection]: All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. SP 36 OF 54 Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer, and shall follow installation methods prescribed by the pipe manufacturer. 212 -2.2.2 Gate Valves. [Replace section title with Ball Valve]: [The text of this subsection shall be deleted and replaced with the following]: All valves shall be as identified on Construction Documents and approved by the Engineer. 212 -2.2.4 Remote Control Valves. [Add the following after paragraph number one]: Remote control valve manufacturer and sizes shall be as indicated in plans and legend. 212 -2.2.6 Quick Coupling Valves and Assemblies Replace the words "19mm (3/4 ")" in the first sentence of the first paragraph with "25mm 0"Y'. 212 -2.2.7 Valve Boxes [Replace all text in this section with the following]: Valve boxes shall be fabricated from a durable, weather - resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be 16 "x11 "x12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in 2 inch high letters / numbers. Gate valve and quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with either "BV" or "QCV" "heat branded" onto the cover in 2 inch high letters. 212 -2.2.8 Master Control Valves The master control valve manufacturer and size shall be as indicated on plan and legend. SP 37 OF 54 212 -2.4 SPRINKLER EQUIPMENT [The text of this subsection shall be deleted and replaced with the following]: Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the Engineer. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of 6" pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of 12 pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of 22 feet. SECTION 212 -3 ELECTRICAL MATERIALS 212 -3.2.1 Conduit Conduit and sweeps shall be Schedule 40 PVC, gray in color and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within, or as called for on the plans, whichever is larger. All ends of conduit in valve and pull boxes shall be sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit. 212 -3.2.2 Conductors [Add the following sentences to this section]: Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color coded a specific color per controller and the common wires color coded white with a strip matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacturer's= specifications and wire chart. In no case shall wire size be less than #14. SP 38 OF 54 Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires, or as shown on the plans. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. An expansion curl should be provided within three (3) feet of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Pen -Tite wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Engineer. 212 -3.3 CONTROLLER UNIT Add the words 16 gauge stainless steel" between the words "weatherproof' and "enclosure' in third sentence of the section. [Add the following sentence to this section]: Additional control system equipment such as flow meters, rain sensors and moisture sensors shall be of the types and sizes shown on the Plans. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING [Add the following prior to the first paragraph]: 300 -1.1 General: Site Demolition A. Locate, identify, disconnect, and cap designated utilities within demolition areas. SP 39 OF 54 B. Apply "Round -Up" per manufacturer's recommendations two (2) applications to all turf areas within the demolition area. Obtain City approval that turf areas are sufficiently affected prior to removal by sod cutting, or removal. C. Remove materials to be retained by City in manner to prevent damage. Store and protect on site in accordance with the Engineer's direction. D. Perform removal of irrigation piping /heads. E. Backfill open pits and holes caused as a result of demolition /removals. F. Rough grade and compact areas affected by demolition to maintain site grades and contours. G. Remove demolished materials from site and dispose of legally. Site Grading A. Perform grading within contract limits, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Provide subgrade surfaces parallel to finished surface grades. Provide uniform levels and slopes between new elevations and existing grades. B. Grade surfaces to assure areas drain away from structures to remain and to prevent ponding and pockets of surface drainage. Provide subgrade surfaces free from irregular surface changes and as follows: C. Rough Grading: Plus or minus 0.10 ft. subgrade tolerance. Finish required will be that ordinarily obtained from either blade - grader or scraper operations. D. Provide subgrade surface free of exposed boulders or stones 1" or greater in size. E. Uniformly distribute and spread soil. Use loose, dry weed -free soil. Do not use muddy soil. Place during dry weather. F. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles, and contours of subgrades. G. Remove stones, roots, weeds, and debris while spreading topsoil materials. Rake surface clean of stones 1" or larger in any dimension and all debris. Provide surfaces suitable for soil preparation provided under lawn and planting work. SP 40 OF 54 300 -1.2 Preservation of Property [Add the following]: A. Consult the records and drawings of adjacent work and of existing services and utilities, which may affect site work operations. B. Provide, erect, and maintain temporary barriers and security devices. C. Protect existing landscaping materials, appurtenances, and structures that are not to be demolished. D. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. E. Contractor to accurately record actual locations of all utilities that are to remain. 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 http: / /www. city. newi)ort- 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. 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." 300 -1.3.2 Requirements [Add the following]: 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-Y2 'rz inch" of the last sentence with the words "two (2) inches ". d. Conduct demolition to minimize interference with adjacent structures and occupancies. - e. Cease operations immediately of adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. f. Maintain emergency egress and access at all times. SP 41 OF 54 Miscellaneous: In addition to the work outlined in Subsection 300 -1 of the Standard Specifications, the following items of work are included under Contract as "other items of work" unless otherwise covered by a specific bid item. A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, and disposal of materials. B. Comply with California Fire Code (CFC), California Code of Regulations (CCR) Title 24, Part 9, Article 87 — Fire Safety During Construction, Alteration or Demolition of a Building, Section 8706 — Fire Safety During Demolition. C. Notify affected utility companies before starting work and comply with their requirements. D. Obtain required permits from the Engineer. E. Do not close or obstruct streets, roadways, sidewalks, and hydrants without prior written approval from the Engineer. F. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. G. Maintain dust control at all times by watering; including developing water supply and furnishing and placing all water required from work done in the contract, including water used for extra work. H. Protection and maintenance of utilities, fences, walls, and other facilities within the construction zone, except those specifically designated to be removed or relocated, or those requiring removal to accommodate the proposed future improvements. I. Install temporary fencing around tree protection zones to protect remaining /existing trees and vegetation from construction damage. Maintain temporary fencing and remove when construction is complete. a. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. b. Mulch areas inside tree protection zones and within drip line of trees to remain and other areas indicated. c. Apply 3 -inch (75 -mm) average thickness of organic mulch. Do not place mulch within 6 inches (150mm) of tree trunks. SP 42 OF 54 d. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. J. Legal disposal of all removals including asphalt and concrete, trash, vegetation and other objectionable material. K. The Contractor shall provide and maintain at all times during construction, ample means, and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. L. Employ an arborist, licensed in jurisdiction where Project is located, to submit details proposed repairs and to repair damage to trees and shrubs. Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Trenches adjacent to trees should be closed within twenty -four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. 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. 300 -2 UNCLASSIFIED EXCAVATION. 300 -2.6 Surplus Material [Add the following]: A) All surplus material, including unsuitable material, shall be disposed of in a legal manner at the expense of the Contractor. 300 -4 UNCLASSIFIED FILL. 300 -4.1 General [Add the following]: SP 43 OF 54 (1) Unclassified fill shall conform to the requirements of this section as modified by these Special Provisions. (2) The City shall provide and pay for field quality control soils testing and inspection during demolition and earthwork operations. (3) Contractor shall provide adequate notice, cooperate with, provide access to their work, obtain samples, and assist testing agency and their representatives in execution of their function. (4) Fill Materials: City shall provide testing of proposed materials to verify suitability for use, gradation of material, moisture - density relation by ASTM D698 Standard Proctor Method, design bearing value, and percent of organic materials. (5) Subgrade Surfaces: Request bearing tests to verify subgrade surfaces are adequate and meet or exceed design bearing values per Geotechnical Report in Appendix. (6) When, during progress of work, field tests indicate that installed compacted materials do not meet specified requirements, provide additional compaction until specified density is achieved, or remove and replace defective materials with new materials as directed by the Engineer. Cost of additional labor, materials, and testing to attain specified density shall be at Contractor's expense. (7) Do not cover or enclose work of this section before obtaining required inspections, tests, approvals, and location recording. (8) All fill material is subject to testing and inspection. (9) Obtain inspection and approval of subgrade surfaces prior to filling operations. Scarify, dry, and compact soft and wet areas; remove and replace unsuitable subgrade materials with an approved compacted fill material. Take corrective measures before placing fill materials. (10) Soil stabilization: When exposed subgrade surfaces become spongy during construction operations and soil stabilization is required, stabilize subgrade materials, as directed by the Engineer. (11) Spread approved fill material per Geotechnical Report. (12) Compaction: (a) Provide compaction control for all fill and backfill. (b) Compact all subgrade and fill material to 90% relative compaction. SP 44 OF 54 (c) Water settling, puddling, and jetting_ of fill and backfill materials as a compaction method are not acceptable. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. [Add to this section]: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III- 62 -AR- 4000. All cracks 1/4-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 1-1/2 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 -1h asphaltic emulsion at a rate not to exceed one — 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." 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]: "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 3,250 psi." 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 SP 45 OF 54 and a chiseled W -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, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 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 304 -- -METAL FABRICATION AND CONSTRUCTION 304-5 [ADD] ORNAMENTAL IRON WORK 303 -5.1 Requirements 303 -5.1.1 General. Manufactured by Neenah Foundry Company Tree Grate: Model Metropolitan R- 8880 -A 72" diameter with 24" expandable diameter tree opening. 1/4" slot openings. Four V diameter holes for staking tree. Black powder coated finish. Contact: 602 - 225 -9801. Or approved equal. Tree grate and frames shall be of cast iron. Gray Iron castings shall conform to ASTM A -48, Class 35 or better. Manufacturer's shop drawings shall be submitted to the City engineer for approval prior to manufacture. Confirm model with ADA requirements. 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 46 OF 54 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 Prunina 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. 308 -2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.1 General. [The following paragraph shall be added at the end of the subsection]: . The Contractor shall apply water as necessary to provide ideal moisture content for tilling and for planting as, herein specified. 308 -2.2 Trench Excavation and Backfill. [The second and last paragraph shall be deleted and the following added]: The depth of cover over pipelines and conduits shall be per Drawings. The trenches shall not be backfilled until all required tests are performed. A fine granular material used for bedding and backfill will be placed on all lines. 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 or stones. SP 47 OF 54 The finished surface shall be restored to the grade established prior to excavation. All mounding and divots shall be graded smooth to the satisfaction of the Engineer. If settlement occurs, and subsequent adjustments in pipe, valves, valve /utility boxes, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments. 308 -2.2.1 Trenching and Backfilling Under Paving. [The following subsection shall be added]: Where irrigation lines are called for on the plans to be placed within a sleeve the PVC sleeve to be provided for such work shall be Schedule 40 PVC sleeve. 308 -2.2.2 Trenching Adjacent to Existing Trees. [The following subsection shall be added]: Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Trenches adjacent to trees should be closed within twenty -four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. 308 -2.3 Topsoil Preparation and Conditioning Natural or cultivated surface -soil layer containing organic matter and loam, sand, silt, and clay particles; ASTMD5268, pH range of 5.5 to 7, a minimum of 6 percent organic material content; fertile, friable, pervious, of such quality that will promote the healthy growth of the plant material, and should be similar in texture to the native material on the site, provided the existing native material has good characteristics; reasonably free of subsoil, clay lumps, gravel, and other objects more than 3/4 -inch (19 -mm) in diameter; and free of diseases, pests, weeds, roots, sticks, stones, foreign matter, alkali, boron, salt, any toxic or harmful substances, and other non - soil materials. Topsoil Source Option: Amend existing surface soil to produce topsoil in place. Verify suitability of surface soil to produce topsoil by performing soil analysis testing by certified lab and amend per lab recommendations. Don't use soil contaminated with weeds and /or weed seed. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. SP 48 OF 54 Surface soil may be supplemented with imported or manufactured topsoil from off - site sources. Obtain topsoil displaced from naturally well - drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep. Topsoil Source Option: Import soil to meet site specific needs, such as for playfields, and /or plant specific needs, such as for turf. Import topsoil or manufactured topsoil from off -site sources: Obtain topsoil displaced from naturally well- drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep. The particle size shall be such that a minimum 50% of the topsoil is sand by the USDA classification. Do not use blow sand from gravel operations. Do not obtain topsoil from bogs or marshes. 308 -2.4 Finished Grade. [Replace this section with the following]: A All soil areas shall be compacted and settled by application of heavy irrigation to a minimum depth of 12 inches. B Laser Leveling a) All surfaces must be "laser leveled" using a dual grade cone laser and a 360 degree sensor /receiver that controls a three point auto grading system. b) Sub - Contractor responsible for the field installation must demonstration a minimum of three (3) years experience using the laser leveling equipment described below to install /renovate baseball and/or softball fields. c) Possible Contractors for the City to use for Installation: A) Athletic Turf, Inc. Contact: Chris Krug (909) 674 -5077 B) Professional Turf. Contact: Mike Wilson (714) 350 -9619 C) Barkshire Laser Leveling. Contact: Bill Barkshire (949) 498 -3272 D) Major League Construction Services (818) 559 -8787 ext. 5 C Use of any installer not listed must be approved by the City three (3) days prior to final Bid Submittal. D At time of planting, the top two inches of soil in all areas to be planted or seeded shall be free of stones, stumps, or other deleterious matter of one inch diameter or larger and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. - E After the foregoing specified deep watering, minor modifications to grade may be required to establish the final grade. These areas shall not be worked until SP 49 OF 54 the moisture content has been reduced to a point where working it will destroy soils structure. F Finish grading shall ensure proper drainage of the site. G All areas shall be graded so the final grades will be below adjacent paved areas, sidewalks, valve boxes, headers, clean -outs, drains, manholes, etc., at one inch in turf areas and two inches in groundcover areas. H Surface drainage to be at 2% minimum in planting areas. I Regrade and replant all erosion scars. 308 -3 HEADER INSTALLATION The following subsection shall be added: 308 -3.1 Concrete Headers Concrete headers shall be constructed where shown on the plans and specifications. All concrete work shall conform to the requirements of subsections 201 -1 and 301 -1 and per Project Plans. 308 -4.8.3 SOD [Add after 3rd paragraph]: Tifgreen Hybrid Bermuda Sod Overseeded with Perennial Rye. West Coast Turf (888) 893 -8873 or approved equal for infield, and Agrono -Tec Ballfield Mix 2A sod for the outfield (Agrono -Tec 1- 800 - 543 - 4109). All other park turf areas should be hydroseeded with the Agrono -Tec Ballfield Mix 2A per City's direction. a. Keep sod one half inch as delivered and mow weekly for three (3) months. b. Add one half pound of nitrogen in ammonium sulfate form every two weeks for March, April and June (3 months) to help the turf transition to 90 percent Bermuda by mid -June. 308 -5 IRRIGATION SYSTEM INSTALLATION 308 -5.1 General. [The following paragraphs shall be added after paragraph three]: 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. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. SP 50 OF 54 All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Engineer. In the event this notification is not performed, the irrigation Contractor shall assume fill responsibility for any revisions necessary and shall perform such at his own expense. [The following paragraph shall be added at the end of the subsection]: Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system 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. 308 -5.2 Irrigation Pipeline Installation 308 -5.2.1 General. [The following sentences shall be added at the end of paragraph four]: A minimum of 12 inches clearance shall be maintained between irrigation pipelines and non - irrigation pipelines /conduits. [The following paragraphs shall be added at the end of the subsection]: PVC Sleeves shall be required under areas where all hardscape materials shall be installed. 308 -5.2.3 Plastic Pipeline. [The following shall be added to the end of paragraph one]: PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. [The following paragraph shall be added following paragraph four]: Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or coficentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded SP 51 OF 54 and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight. 308 -5.3 Installation of Valves, Valve Boxes, and Special Equipment [Paragraphs three, four, five, and six shall be deleted.] 308 -5.4 Sprinkler Head Installation and Adjustment 308 -5.4.2 Location, Elevation, and Spacing. [The third paragraph shall be amended to read as follows]: Sprinkler heads shall be installed 6 inches (150 mm) from adjacent vertical elements projecting above wade such as walls, planter boxes, curbs and fences. 308 -5.6 Flushing and Testing 308 -5.6.1 General. [The following paragraph shall preface the subsection]: Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.) No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at anyone time. [Amend the last sentence of the first paragraph by adding "and approved in writing "' at the end of the sentence]. [Add the following paragraph to the end of the subsection]: When the irrigation system is completed, a coverage test shall be performed in the presence of the Engineer to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the Engineer. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the Engineer in writing at least forty - eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. SP 52 OF 54 308 -5.6.2 Mainline and Lateral Pipeline Pressure Test Pressure test at the end of the first paragraph shall be amended to read: Mains 6 hrs. at 150 psi. Laterals 2 hours at 100 psi. 308 -6 MAINTENANCE / PLANT ESTABLISHMENT 90 -DAY PERIOD [The following paragraph shall be added following paragraph six]: The Contractor shall be responsible for detecting diseases and pests (including rabbits, gophers, groundhogs, rodents) as soon as they are present and shall take immediate action to identify, control, and remove the disease or pest. Pest control programs of all mammals shall be done without extermination and as approved by the Engineer. Plants shall be maintained in a disease and pest free condition. A licensed pest control operator shall be maintained to recommend and apply pesticide, herbicides, and fungicides. Contractor shall be responsible for removal of gophers and moles from site and repair any and all damage attributed to their presence. Damaged plant material due to vertebrate pests (rabbits, gophers, groundhogs, etc.) shall be replaced immediately by Contractor at no cost to City. Dead, dying and damaged plant material shall be removed at no cost to the City. Maintain all planting starting with the planting operations and continuing for 90 calendar days after all planting is complete and approved by the Engineer in writing. The maintenance period will not commence until all planting has been approved in writing by the Engineer. Maintenance shall include, but not be limited to, all watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the planted areas neat and attractive throughout the maintenance period. The lump sum price paid for the maintenance period shall include all costs for water (from the new water meter installed only), watering, irrigation repair, weeding, mowing, edging, cultivating, spraying, and pruning necessary to keep the plant materials in a healthy growing condition and to keep the plant areas neat and attractive throughout the maintenance period. Upon the 60th day or thereafter, dirt berms around trees and shrubs shall be leveled. Provide all equipment and means for proper application of water to those planted areas not equipped with an irrigation system. Protect all planted areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. SP 53 OF 54 During the maintenance period, all plants and planted areas shall be kept properly watered and weed -free at all times. Irrigation schedule shall comply with AB325 and Certified Irrigation Auditor's parameters. In order to expedite the plant establishment work, the Contractor shall maintain a sufficient number of men and adequate equipment to perform the work herein specified from the time any planting is done until the end of the final maintenance period. The Contractor will be relieved from maintenance work when the plant establishment and maintenance work has been completed to the satisfaction of the Engineer. Damage to planting areas shall be replaced immediately when seen by Contractor. Damage observed by the Engineer shall be replaced within 24 hours of notification to the Contractor. Depressions caused by vehicles, bicycles, or foot traffic, are to be filled and leveled. Replant damaged areas. Apply a pelletized fertilizer blend of 15 -15 -15 at the beginning and at every 30 -day maintenance interval at the rate 350 lbs. per acre until the designated end of the maintenance period. A 90 -day maintenance program shall consist of three fertilizer periods. Apply 25 Ibs Gro -Power Plus per 1,000 square feet at 25th and 55th day of 90 day maintenance period. Contractor shall be responsible for removal of rodents, slugs, snails, and cutworms from site as required and repair damage as above. All paved areas will be broom cleaned and /or washed and maintained in a neat and clean condition at all times, as directed by the City. AQMD and WQMP practices shall be observed. Air blowers shall not be allowed. Replacements. At the end of the maintenance period, all plant material shall be in a healthy growing condition. During the maintenance period, should the appearance of any plant indicate weakness and probability of dying, immediately replace that plant with a new and healthy plant of the same type and size without additional cost to the City. All trees shall be guaranteed by the Contractor to live and grow in an acceptable upright position for a period of one year after completion and final acceptance by the City. The Contractor, within ten (10) days of notification by the City, shall remove and replace all guaranteed plant materials, which for any reason fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for SP 54 OF 54 the original planting, and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. Clean -Up. Upon completion of the work in this section, the Contractor shall clean -up and remove from the area all unused materials and debris resulting from the performance of the work as directed by the Engineer. 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. [Add to this section]: "The Contractor may use aggregate base as the base materials at no additional cost to the City." f: \users\pbw \shared \contracts \fy 07 -08 \mariners park improvements c- 3806 \specs c- 3806.doc APPENDIX A: CITY OF NEWPORT BEACH CURB ACCESS RAMP STANDARD PLANS m �n m =o �o `o O v N MA YZ u' •0 U041 ssa� _N x� UI� oc �5 a ° b O N ^ m w 3 v •' =b x N nt. U n m W aY U� a v s m m Y 4 V Cu �C m �a o [0 a EM ° I� n o £ E! a I 6 u g� W V' o Z1p U vim 5m cm� pj m 0 �a c iTl a 0 c 'mm m r1 ° .�� z_ .6 m m � Q M d o E b 'v u m o vim' ;3 ti m ot" ✓J �c °Y• N Z m�Wd m b O a prn a O ^ �Y p ya nd ��� m 0 Z m (n `o m Pie W ° rn � Um �^ e a c c ° N ` b Z 0 Y (p ° xmry xv z o0 a4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS I P.4 WIQ U M �m V Cu �C m �a o [0 a EM ^s CUM I� n o be a I 6 u g� W /r � U vim n'pI E 1 pj m 0 �a c iTl a 0 c m r1 ° .�� u vim' ;3 ti ot" �c °Y• m�Wd m ¢ono a a Vv �^ e a c c ° N ` b Z 0 Y (p ° xmry xv z o0 a4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS I P.4 WIQ U M �m V Cu �C m K= o [0 0 ^s CUM Q n o be a I w- u g� W /r � U ro n'pI E 1 pj m 0 �a c a 0 c b �^ e a c c ° N ` b Z 0 Y (p ° xmry xv z o0 a4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS I P.4 WIQ U RCE NO. 36106 halm: R. OKADA Date: 11/2005 DRAWING NO. W u U DIRECTOR STD - 181 -L -A V Cu �C m o [0 0 ^s CUM be O W o U ro pj m 0 a RCE NO. 36106 halm: R. OKADA Date: 11/2005 DRAWING NO. W u U DIRECTOR STD - 181 -L -A r� 2X NAX. I — Sae notes 9, 15 and 16-- I �Ope j j See Note 8 c. + o' 8.332 Slope o ^mZ' + 4 in C.F. . i + + 8 FULL HEIGHT f + + mw n ° t o x c (4 in) Wide Variable g m m Height Retaining Curb / x• U M [ (((-- .11l BCR a' C vmv ++ v {4.25 in} (0 in) C.F. + + + ++ o e: 0 In Curb Face Along + + + Access Ramp Landing See Note 8 . 11 I II I + + + Val _ See notes 9, 15 and 16 -- -� - - -- �ti� CASE nKn y�6X, QF CASE "I" Top of ramp - 4' Min' Rounded .� 1 Ty &33% Max 2% Max. SECTION A -A NOTE.: PLEASE, SEE STD - 181 -L -C FOR ALL NOTES. CITY OF NEWPORT BEACH PUBLIC WORKS DIEPARTMBNT CURB ACCESS RAMP DETAILS II Retaining curb 2% Max. if necessary SECTION C -C RCli '40.36106 DRAWING NO. STD-181-L-13 Variable �r ISee Note 8 1 1 �e JFUIY See Note 8 ht Neff a I I I ,zefac 4114JN - - - - -- ' Sea notes 9, 15 and 16 Og I tO ft I _ —'1 (4 In) Curb 4 d �(T$ ;•., 41 I i I(4 ft) I Varles II 1 I ll $ ,ty:v. Min. { 2 c — c 4' Min. 1 129. It o a I II v to r v II Variable Curb Face O Full Hei ht Curb Face t0% 51 Max. kk See note below __4__ —°° LENGTH OF CURB TRANSITION "X' (TYPICAL) Q .�..' g 8.332 Slope Max. Curb height Transition Q 6' 5.0' min. o� 8- 6.7' Min. ... _____ —____ obi CASE ��H" 9 t�J�� to 6 ft for 6 in Curb F¢ce See notes 9, 15 and 16 tl1'A 8 It for 8 In Curb Face See notes 9, 15 and 16 ���e CASE "3" CASE "L" r� 2X NAX. I — Sae notes 9, 15 and 16-- I �Ope j j See Note 8 c. + o' 8.332 Slope o ^mZ' + 4 in C.F. . i + + 8 FULL HEIGHT f + + mw n ° t o x c (4 in) Wide Variable g m m Height Retaining Curb / x• U M [ (((-- .11l BCR a' C vmv ++ v {4.25 in} (0 in) C.F. + + + ++ o e: 0 In Curb Face Along + + + Access Ramp Landing See Note 8 . 11 I II I + + + Val _ See notes 9, 15 and 16 -- -� - - -- �ti� CASE nKn y�6X, QF CASE "I" Top of ramp - 4' Min' Rounded .� 1 Ty &33% Max 2% Max. SECTION A -A NOTE.: PLEASE, SEE STD - 181 -L -C FOR ALL NOTES. CITY OF NEWPORT BEACH PUBLIC WORKS DIEPARTMBNT CURB ACCESS RAMP DETAILS II Retaining curb 2% Max. if necessary SECTION C -C RCli '40.36106 DRAWING NO. STD-181-L-13 NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMODATE RAMP AND 4 ft. PLATFORM (LANDING) AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY AS IN CASE B OR C OR MAY BE WIDENED AS IN CASE 0. 2. IF SIDEWALK 1S LESS THAN 6 ft. WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN FOR CASE E TO ACCOMMODATE WHEELCHAIRS. 4. FOR CASES F AND G, THE LONGITUDINAL PORTION OF THE SIDEWALK MAY NEED TO BE DEPRESSED AS SHOWN IN CASE B. 5. IF LOCATED ON A CURB THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4 ft.. 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7 SIDEWALK AND RAMP THICKNESS, "T° SHALL BE 4 in. MINIMUM. 8. THE RAMP SHALL HAVE A 12 in. WIDE BORDER WITH 114 in. GROOVES APPROXIMATELY 314 in. ON CENTER. SEE GROOVING DETAIL. 9. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE GROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 10. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 1070 AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT IN CASE C. 11. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 12. MAXIMUM SLOPES OF ADJOINING GUTTER, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4 ft. OF THE TOP OR BOTTOM OF THE CURB RAMP. 13. CONCRETE SHALL BE 560 —C -3250. 14. RETROFITS — WHEN A WHEELCHAIR RAMP IS ADDED TO AN EXISTING FACILITY, THE CHANGES ARE PERMI TED: (A) RAMP GRADE IN CASE "C" MAT BE INCREASED TO 4 7.. (B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF 11.1% (NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE. (C) WHERE THE 4 FOOT PLATFORM IS NOT FEASABLE, THE WIDTH MAY BE DECREASED TO 3 FOOT. (D) THE PLATFORM MAY BE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.3390. 15. RASIED TRUNCATED DOMES SHALL BE DARK GREY IN COLOR AND SHALL BE 'TERRA PAVING" AS MANUFACTURED BY WAUSAU TILE, INC. OF WISCONSIN OR EQUAL. 16. DETECTABLE WARNING SURFACES SHALL EXTEND 36 INCHES MINIMUM IN THE DIRECT70N OF TRAVEL AND THR FULL W107H OF THE CURB RAMP. NOTE: ADAPTED FROM CALTRANS CURRENT STANDARDS PLANS FOR UP —TO —DATE REQUIREMENTS. Y OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP NOTES APPROVED, DIRECTOR OF PUBLIC WORKS RC,E, NO, 36106 DATE 11117106 1 SCALE N. T's, DRAWN R OKADA STD -181 -L -C TOP DIAMETER �+ ---� —� MIN. 50 °/D of base MAX. 65% of base 5mm (0.2) BASE DIAMETER 23mm MIN. (0.9") 36mm MAX. (1.4 ") RAISED TRUNCATED DOME 41mm (1.6 ") Min. 61mm (2.4 ") Max - Center to Center spacing / \ v Base Spacing RAISED TRUNCATED DOME PATTERN IN -LINE See Notes 9, 15 and 16 CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT G /J CURB ACCESS RAMP RCE NO. 36106 PU°WC WORKS DIREMR Drawn: R, Okada DETECTABLE WARNING SURFACE Date: 11/2°05 Scale: N.T.S DRAWING No. STD - 181 -L -D CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 10 September 11, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949 - 6443340 or ftran @city.newport- beach.ca.us SUBJECT: MARINERS PARK IMPROVEMENTS - AWARD OF CONTRACT NO. 3806 RECOMMENDATIONS: 1. Approve the construction drawings and specifications. 2. Award Contract No. 3806 to Environmental Construction Inc. for the Total Price of $861,216.00 which includes the total Base Bid Price of $786,710.00, and all three Alternative Bid Items totaling $74,506.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $86,122.00 (10 %) to cover the cost of unforeseen work. 4. Approve funding for geotechnical and material testing services in the amount of $7,000 with Harrington Geotechnical Engineering per the existing On -Call Professional Services Agreement. DISCUSSION: At 10:00 a.m. on August 28, 2007 the City Clerk opened and read the following bids for this project: BIDDER Low Environmental Construction, Inc. 2 Pima Corp. 3 Hondo Co., Inc. 4 Vido Samarzich, Inc. 5 C.S. Legacy Construction, Inc. 6 Ohno Construction 7 4 -Con Engineering, Inc. 8 Amtek Construction 9 S. Parker Engineering, Inc. 10 Horizons CCI Services, Inca 11 Cal Pac Engineering Co. TOTAL BID AMOUNT $786,710.00 * $874,862.40 $949,108.74 $950,779.60 * $955,930.54 $967,859.63 $1,070,177.40 $1,159,925.39 * $1,163,066.90 $1,232,150.00 $1,244,755.00 * Corrected Bid Amount 0 Mariners Park Improvements —Award of Contract No. 3806 September 11, 2007 Page: 2 The low total base bid amount is 21% below the Engineer's Estimate of $1,000,000. The low bidder, Environmental Construction, 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 the City and for other local municipalities. The work necessary for the completion of this contract consists of removing and disposing of existing curb, sidewalk, turf, and other above ground interferences; re- grading, installing storm drains, and constructing asphalt parking area, sidewalk, baseball field, decorative pavers, and hardscape improvements; sod, hydroseed and constructing an irrigation system in Mariners Park. Pursuant to the Contract Specifications, the Contractor will have 60 consecutive working days to complete the work. The project had three Alternative Bid items: Al - dethatch, aerate, hydro -seed, and top dress the remaining park; A2 — install basketball court and painting; and A3 — bullpens. Staff recommends including the three items into this Contract. Bid Item #53 (hydro - seeding the remaining park) would be deleted since Alternative Bid Item Al covers all the work requirements of Bid Item #53. Environmental Review: This project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice The Notice Inviting Bids was advertised in the City s official publication and in construction industry publications. Prior to starting work two City prepared notices are distributed by the contractor to both residents and businesses. The first notice will be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical, and Material Testing Services: In addition to the contract costs, a budget of $7,000 for geotechnical and material testing services is recommended. This work would be performed by Harrington Geotechnical Engineering under an on -call professional services agreement. An estimated $1,000 is included for printing and other incidentals. Survey services are included within the construction contract. Mariners Park Improvements —Award of Contract No. 3806 September 11, 2007 Page: 3 Funding Availability: There are sufficient funds available in the following account for the project: Account Description General Fund Workforce Housing Grant Proposed uses are as follows: Vendor Environmental Construction, Inc. Environmental Construction, Inc. Harrington Geotechnical Engr. Various Prepared by: Frank Tran Associate Civil Engineer Attachments: Project Location Map Bid Summary Account Number Amount 7015- C5100817 $ 792,587.00 7251 - 05100817 $ 162,751.00 Total: $ 955,338.00 Purpose Amount Construction Contract $ 861,216.00 Construction Contingency $ 86,122.00 Materials Testing $ 7,000.00 Printing and Incidentals $ 1,000.00 Total: $ 955,338.00 Submitted by: Stephen . Badum Public Works Director LOCATION MAP N.T.S. MARINERS PARK IMPROVEMENTS PROJECT CONTRACT NO. 3806 III' � VIII I� LOCATION MAP N.T.S. MARINERS PARK IMPROVEMENTS PROJECT CONTRACT NO. 3806 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Mariners Park Improvements CONTRACT NO.: 3806 ENGINEER'S ESTIMATE: $1,000,000 PROJECT MANAGER: Frank Tran BID LOCATION: City Clerk's Office - City Hall DATE: 28- Jul -07 TIME: 10:OOAM BY: CHECKED: FTT DATE: FAUserslPSW\SharedlCOntracts%FY 07.081MARINERS PARK IMPROVEMENTS C- 380MID SUMMARY C- 3806.As Page 116 ENVIRONMENTAL CONST. PIMA CORP. HONDO CON. INC. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization /Demobilization 1 LS $22.000.00 $22,000.00 $20,000.0 $20,000.0 40 000.00 � $40,000.00 36 504.00 $56,504.0 2 Traffic Control 1 LS $10000.00 $10000.00 $1000.00 $1000.00 5000.00 $5000.00 5500.00 $5500.00 3 Temporary ion Fence 1 =S $20000.00 $20,000.00 $3,800.00 $3,800.0 5,000.00 $5 000.00 11 000.00 $11,000.00 4 Removals Clearino, and Grubbino 1 LS 100 000.00 $100,000,0 $43,850.00 $43,850.0 65 000.00 $65,000.00 48 000.00 $48.0 0.00 5 Surveying and Field Stalftel 1 LS 20 000.00 $20,000.0 0 $10,000.00 $10,000.00 15 000.00 $15,000.00 10 500.0 $10,50u.0 6 Earthwork 1 LS $25.000.00 $25,000.00 $72.530.00 $72.530.00 65 000.00 $65.000.00. 59 000.00 $59,000.00. 7 Erosion Control 1 LS $5,000.0 0 $5,000-00 $11,920.00 $11,920.00 12,000. 12 000.00 9.500.00 $9,500.0 0 8 ITrench Drain 185 LF $50.001 $9.250.00 $100.00 $18500.00 80.00 $14800.00 65.00 $12,025. 00 9 Perforated Drain 180 LF $25.00 $4,500.00 $20.00 $3,60D,00 30.00 $5,400.0 24.00 $4,320.0 0 10 6 -Inch PVC Storm Drain Pie 765 LF $35.00 $26,775.00 $18.50 $14152.50 25.00 $19,125.00 28.00 $21,420.0 11 8 -Inch PVC Storm Drain Pie 260 LF $50.00 $13,000.00 $22.00 $5 720.00 30.00 $7,80-0.0-0- 35.00 $9100.00 12 12 -Inch PVC Storm Drain Pie 85 LF $80.00 $6,800.00 $30.00 $2,550= 40.00 $3,400.00 50.00 $4,250.0 13 Storm Drain Cleanout 3 EA $7,90.00 $2,250.00 $300.00 . $900.00 1.000.00 $3.000.00 850.00 $2,550.00 14 Connect to Existing Catch Basin 1 EA $1,500.00 $1,500.00 $1,500.00 $1.500,00 1.500.00 $1.500.00 1,600.00 $1,600.00 15 Utility Trench Resurfacin 18 LF $25.00 $450,00 $30.00 $540.00 100.00 $1.800.001 150.00 $2.700.00 16 Catch Basin with Grate 11 EA $750.00 $8,250.00 $840.00 $9,240.00 1.000.00 $11.000.001 450.00 $4,950.00 17 Attrium Drain 12 EA $500.00 $6,000.00 $200.00 $2,400.00 250.00 $3.000.00 330.00 $3,960.00 18 Dee lift Pavement 345 LF $2.00 690:00 $10.06 $3,450.0 10.00 $3,450.00 17.00 $5,865.00 19 6 -Inch Type B Curb 475 LF $20.00 $950000 $15.00 $7125.00 25.00 $11,875.00 32.00 $15,200.00 20 Curb Access Ramp 2 EA $2.000.00 $4,000.00 $2125.00 $4,250.0 0 1,750.00 $3,500.00 1,500,0 3 000.00 21 4 -Inch AC / 4-Inch CMB Pavement 3,550 SF $5.00 $17,750.0 $3.00 $1065000 4.00 $1420000 6.00 $21 300.00 22 4-Inch Thick PCC Sidewalk 600 SF $5.06 $3,000.00 $3.000.00 6.50 $3.900.00 9.50 $5,700.00 23 Concrete Paving 7.200 SF $6.00 $43,200.00 $5.50 $39.600.001 7.00 $50,400.00 10.00 $72.000.00 24 Concrete Pavers in Plaza 8,300 SF $15.00 $124.500.00 $10.50 $ .150.001 10.00 $83.000.00 10.00 $83.000.09 25 2 -Inch Wide Natural Gray Concrete Band 770 LF $30.00 $23100.00 $12.00 $9.240.001 25.00 $19,250.00 28.00 $21 560.00 26 Seat Wall around Coral Tree 150 LF $200.001 $30,000.00 $100.00 $16,000.001 185.00 $27.750.001 75.00 $11,250.00 27 12 -Inch Wide Mow Curb 200 LF 20.00 $4.000.00 $13.00 $2,600.001 20.00 $4,000.001 28.00 $560000 28 Pitchinp Rubber Home late and Infield Bases 1 LS $1,000.00 $1,000.00 $5,850.00 $5,850.00 1,000,00 $1.000.001 2,800.00 $2,800.00 29 Infield Mix Brick Dust 104 CY $84.00 $8,736.00 $135.00 $14,040.00 120400 $12,480.0 200.00 $20,800.00 30 Mound and Home late Mix 135 AG 23.00 $3,105.00 $30.00 $4,050.00 20400 $2 700.00 30.00 $4,050.00 31 HOPE Backboard to Backstop 192 SF $20.00 $3,M.00 $43.00 $8,256.00 30.00 $5760.00 33.00 $6.336.00 32 UV- Coated Netting 20 -ft Backstop 4100 SF 0462 $2.542.001 $2.80 $11,480.00 2400 $8,200.0 3.00 $12.300.00 33 10 -ft Hicjh 9-Gauge Vinyl-Coated Backstop CLF 115 LF $100.06 $11 500.00 $99.00 $11,385.00 150.00 $17250.00 165.00 $18975.00 34 40 -ft Hi h Steel Backstop Posts 2 EA $6400.00 $12,800.0 $7,9 0.00 $15,800.00 4,500.00 $9,000.0 5,000.00 $10000.00 35 35 -ft Hi h Steel Backstop Posts 5 EA $3,800.00 $19,000.0 6 800.00 $34,000400 4100.00 $20,500.00 4,500.00 $22500.00 36 30 -ft Hi h Steel Perimeter Posts 6 EA $2,800.00 $16,800,0 $5,100.001 $30,600400 3750 ' 00 $22 500.00 4125.00 $24750.00 37 Natural Grey Concrete Paving w/ Broom Finish 657 SF $8.00 $5 256.00 5.00 3 285.00 7.0 $4 599.00 12.00 $7884.00 38 10-ft High 9-Gauge Vinyl-Coated CLF 104 LF $160.00 $10,400.0 165.00 $17"IF30.001 190.001 $19,760.00 210.00 $21840.00 39 1 Chain Link Gates 41 EA 1 $800.00 $3,200.00 $1,120.001 $44480.001 1,450.001 $5,800.001 1600.00 $6400.00 FAUserslPSW\SharedlCOntracts%FY 07.081MARINERS PARK IMPROVEMENTS C- 380MID SUMMARY C- 3806.As Page 116 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Mariners Park Improvements BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: 3806 DATE: 28- Jul -07 TIME: 10:OOAM ENGINEER'S ESTIMATE: $1,000,000 BY: CHECKED: FTT DATE: PROJECT MANAGER: Frank Tran FAUsen"peared%CcntractsTY 07- 08UNARINERS PARK IMPROVEMENTS C- 380601D SUMMARY xis & 216 .J J ENVIRONMENTAL CONST. PIMA CORP. HONDO CON. INC. 11 EM I DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 40 12 -Inch Concrete Mow Curb at CLF for Dugouts 167 LF $20.00 $3,340.00 $13.00 $2171.00 20.00 $3,340.00 25.00 $4175.00 41 lWindscreen Mesh 1,000 SF $1.50 $1,500.00 $1.50 $112M 125 $1,250.00 1.50 $1,500.00 42 Pla ers'Sench 2 EA $1 200.00 $2400.00 $1,05-0-0-0 $2100.00 1000.00 $200000 750.00 $1500.00 43 Trash Receptacles 2 EA 800.00 1 600.00 785.00 $1,570.00 800.00 $1!600!00 700.00 1 400.00 44 Bat Rack 2 EA $800.00 $1,600.00 $650.00 $1,300.00 400.00 $800.00 450.00 $900.00 45 Light Fixture Type l l l 1 EA $3,500.00 $3,500.00 $7,000.00 $7,000.00 10 000.00 $10 000.00 7,760.00 $7,760.00 46 Remove Store and Reinstall Street Light & PB 1 LS $9,500.00 $9 500.00 $1,500.00 $1.500.001 5,000.00 $500000 4200.00 $4,200.00 47 Irrigation System 1 LS $180,000.00 $180.000.00 $95,013.00 $95.013.001 116 000.00 $116.000.00 105 264.00 $105.284.00 48 Agronomic Soil Test 1 LS $750.00 $750.00 $900.00 $900,001 1,000.00 $1.000.00 1,080.00 $1,080.00 49 Soil Preparation for Ball Field 46,129 SF $0.35 $16145.15 $0.20 $9,225.80 0.20 $9 225.80 0.55 $25.370.95 50 Sod for Infield ball field 3,828 SF $1.25 $4,785.00 $0.65 $2,488.20 0.70 $2,679.6 0 1.09 $4,172.52 51 Sod for Outfield ball field 36,705 SF $1.00 $36,705.00 0.65 $23,858,25 0.60 $22,023.0 1.00 $36.705.00 52 Re air /R IaceDama edExistin Turf 32,875 SF 1.00 32875.00 $0.65 $21368.75 0.60 $19725.00 1.00 $32875.00 53 H droseedin Remaining Park 79000 SF $0.25 $19750.00 $0.15 $11850.00 0.10 $7900.00 0.17 $13430.00 54 36 -Inch Box Tree 8 EA $850.00 $6,800.00 $635.00 $5.080.00 700.00 $5,600.00 994.00 $7.952.00 55 72 -Inch Dia. Tree Grates 2 EA $1.250.00 $2.500.00 $2.500.00 5 000.00 2 750.00 $5.500.00 4,460,00 $8,920.00 56 15 -Gal. Container Plants 96 EA $85.00 8160.00 . 80.00 $7,680.00 80.00 $7,680.0 71.00 $6,816.00 57 5 -Gal. Container Plants 777 EA 10.00 $7,770.00 $19.50 $15151.50 20.00 $15,540.00 23.00 $17,871.00 58 3' Mulch 3 -Inch Dee 46 CY 50.00 $2300.00 50.00 $2300.00 50.00 $2300.00 48.00 $2208.00 59 90-da Plant Establishment & Maintenance 1 LS $18 000.00 $18,000.00 $4,500.00 $4,500.0 5,000,0 $5,000.00 13 200.00 $13,200.00 60 As -Built Drawin s 1 LS $1,0()0.00 $1,000.00 $500.00 $500.0 0 2,000.0 2 000.00 1,800.00 $1,800.00 EE $1000000.00 LOW $786710.00 2ND $874862AO 3RD $949108.47 • Bid read as $786,729.5 et etc , era e, Overseed & I op ress Remaining Park 79,000 SF $0.55 $43450.00 $0.25 $19750.00 0.30 At $23700.00 0.24 $18960.00 A2 Basketball Court Includin Painting 1 LS $20, $20,000.00 17692.00 17 692.00 27 500.00 27 500.00 33 200.00 $33 200.00 A3 Bullpens 1 LS $9D 000.00 $90 000.00 $48 914.00 $48 914.00 56 000.00 $56 000.00 69 400.00 $69,400.00 FAUsen"peared%CcntractsTY 07- 08UNARINERS PARK IMPROVEMENTS C- 380601D SUMMARY xis & 216 .J J 0 TITLE: Mariners Park Improvements CONTRACT NO.: 3806 ENGINEER'S ESTIMATE: $1,000,000 PROJECT MANAGER: Frank Tran F:1Users%PBWZhared%Contracts%FY 07.08UAARINERS PARK IMPROVEMENTS C-38061BID SUMMARY C- 3806.xis Page 316 `J VIDO SAMARZICH, INC. C.S. LEGACY CONST., INC. OHNO CONSTRUCTION 4 -CON ENGINEERING, INC. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization /Demobilization 1 LS 50000.00 $50000.00 32733.00 $32733.00 117000.00 $117000.00 100000.00 $100000.00 2 Traffic Control 1 LS 2,000.00 $2,000.00 2,863.0 $2,863.00 1,500.00 $1.500,0 2,D00.0 $2,000.O 3 Temporary ion Fence 1 LS 5,000.00 $5,000.00 3,766.00 $3,766.00 13 000.00 $13,000.O 7,500.00 $7,500. 4 Removals Clearin and Grubbinn 1 LS 75000.00 $75000.00 46160.00 $46160.00 25000.00 $25000.00 82000.00 $82000.0 5 Surveying and Field Staking 1 LS 5000.00 $5,000.00 26 896.00 $26,896.00 15 000.00 $15 000,00 9,000.0 9 000.0 6 Earthwork 1 LS 29 000.00 $29,000.00 17 871.00 $17,871.0 11 000.00 11 OOO.OD 60 OOD.OD $60 DOO.00 7 Erosion Control 1 LS 5,000.00 $5,000,00 8,147,00 $8J47.0 0 7,500.00 $7,500.0 10 000.00 $10,000.00 B 1 Trench Drain 185 LF 100.001 $18500.00 89.001 $16465.00 90.001 $16650.00 80.001 $14800.00 .9 Perforated Drain 180 LF 40.00 $7 200.00 29.00 $5.220.00 10.00 $1.800.00 40.00 $7,200.00 10 6 -Inch PVC Storm Drain Pie 765 LF 25.00 $19,125,00 15.00 $11 475.00 25.00 $19125.00 20.00 $15,3 11 8 -Inch PVC Storm Drain Pie 260 LF 30.00 $7,800.00 22.00 $5 720.00 32000 $8,320.00 25.00 $6,500.00. 12 12 -Inch PVC Storm Drain Pie 85 LF 45.00 $3825.00 29.00 $2465.00 50.00 $4250.00 47.00 $3995.00 13 Storm Drain Cleanout 3 EA 600.00 $1'800.00 449.00 $1,347. 600.00 $1,800.00 350.00 $1,050.00 14 Connect to ExIsting Catch Basin 1 EA 2,000.00 $2,000. '1591.0 $11,591. 1,300.0 $1,300.00 1,000.00 $1,000.00 15 Utility Trench Resurfacing 18 LF 75.00 $1,350.00 122.00 $2196.00 72.00 $1,296.00 275.00 $4,950.00 16 Catch Basin with Grate 11 EA 1,000.00 $11 000.00 876.00 $9,636.0 1 100.00 $12,100.001 600.00 $6.600,00 17 iAttrium Drain 121 EA 700.00 $8.400.00 69.00 $828.00 930.00 $11,160.00 750.00 $9,000.00 18 Dee lift Pavement 345 LF 17.00 $5.865.00 24.00 .$8,280.00 - 25.00 $8,625.00 50.00 $17,250.00 19 6 -Inch Type B Curb 475 LF 25.00 11 875.00 19.00 $9,025= 18.00 $8,550.00 22.00 $10,450.0 20 Curb Access Ramp 2 EA 2,500,0 $5,000= 1,898.00 $3,79&00 1,200.00 $2,400.0 2,000.00 $4,000.00 21 4- Inch AC /4- InchCMB Pavement 3,550 SF 10.00 $35500.00 5.98 $21229.00 5.50 $19525.00 6.00 $21300.00 22 4 -Inch Thick PCC Sidewalk 600 SF 10.00 $6,000.00 6.29 $3,774.00 11.00 $6,600.0 8.00 $4,800.00 23 Concrete Paving 7200 SF 8.00 $57600.00 4.57 $32904.00 9.40 $67680.00 8.00 57600.00 24 Concrete Pavers in Plaza 8,300 SF 10.00 $83000.00 9.12 $75696.00 13.00 $107900.00 12.00 99600.00 25 12 -Inch Wide Natural Gray Concrete Band 770 LF 10.00 $7700.00 21.00 $16170.00 16.00 $12320.00 16.00 $12,320.00 26 Seat Wall around Coral Tree 150 LF 200.00 $30000.00 146.94 $22041.00 63.00 $9.450,001 120.00 $18,000.00 27 12 -Inch Wide Maw Curb 200 LF 15.00 $3000.00 22.01 $4402.00 16.00 $3200.00 22.00 $4400.00 28 q Rubber Home late and Infield Bases Pitchinc 1 LS 3,000.00 $3000.00 879900 $8799 00 3,000.00 $3,000.0 1,600.0 0 1'600.00 29 Infield Mix Brick Dust 104 CY 160.00 $16640.00 118.00 $12272.00 110.00 $11440.00 100.00 $10400.00 30 Mound and Home late Mix 135 BAG 25.00 $3,375.00 34.00 $4,590.00 8.65 $1,167.7 5 35.00 $4,725.00 31 HDPE Backboard to Backstop 192 SF 35.00 $6 ,720.00 36.00 $6,2122 40.00 $7,680.0 35.00 $6.720.001 32 UV- Coated Nettin 20 -ft Backstop 4100 SF 2.50 $10,250,00 2.39 9799.00 2.65 $10,865.0 2.50 $10,250.001 33 10 -ft High 9 -Gau a Vinyl-Coated Backstop CLF 115 LF 175.00 $20,125-00 180.00 20 700.00 93.00 $10,695.0 175.00 $2012500 34 40-ft High Steel Backstop Posts 2 EA 5,300.00 $10.600.00 5.497.00 $10994.00 7,400.0 $14,800.0 5,400.00 $10 800.00 35 35-ft Hi h Steel Backstop Posts 5 EA 4,750.00 $23,750.00 4,899.O 24 495.00 6,360.00 $31,800.0 0 4,800.0 $24 000.00 36 30 -ft Hi oh Steel Perimeter Posts 6 EA 4.300.00 $25,800.00 4.41g1!221 $2fi 886.00 4 800.00 $28 801.00 4 400.00 $26 400.00 37 Natural Grey Concrete Paving w/ Broom Finish 657 SF 10.00 $6,570,00 6.00 3 942.00 11.00 7 227.00 9.00 $5 913.00 38 10 -ft Hi h 9-Gauge Vinyl-Coated CLF 104 LF 220.001 $22,880.0 227.001 $23,608.001 155.001 $16,120.001 200.00 20 800.00 39 IChain Link Gates 4 EA 1 1 750.00 7 000.00 1,733.001 6 932.00 1,000.001 4 000.00 1,700.00 $6 800.00 F:1Users%PBWZhared%Contracts%FY 07.08UAARINERS PARK IMPROVEMENTS C-38061BID SUMMARY C- 3806.xis Page 316 `J TITLE: Mariners Park Improvements CONTRACT NO.: 3806 ENGINEER'S ESTIMATE: $1,000,000 PROJECT MANAGER: FrankTran F:1Usem\P0re&Contracts\FY 07 -08\MARINERS PARK IMPROVEMENTS C- 3806161D SUMMARY IRS 0 4/6 _J VIDO SAMARZICH, INC. C.S. LEGACY CONST., INC. OHNO CONSTRUCTION I 4 -CON ENGINEERING, INC. I ml DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT ---U- NIT AMOUNT UNIT AMOUNT 40 12 -Inch, Concrete Mow Curb at CLF for Dugouts 167 I 10.00 $1 670.00 15.00 $2,505.0 19.00 $3173.00 29.00 $484300 41 Windscreen Mesh 1 000 SF 1.50 $1 500.00 L49 $1 490.00 1.00 $1,000.00 1.50 $t 500.00 42 Pla ers' Bench 2 EA 1 000.00 $2 000.00 1 038.00 $2 076.00 1000.00 $2 000.00 1 000.00 $2,000.00 43 TrashM tacles 2 EA 1000.00 $2000.00 931.00 1862.00 1000.00 2000.00 600.00 $1200.00 44 Bat Rack 2 EA 750.00 1500.00 976.00 $1952.00 1000.00 $2000.00 600.00 $1200. 45 Li ht Fixture Type III 1 EA 51000.00 5 ODO.00 14 559.00 $14!989.00 13 000.00 $131000.00 15 000.00 $15.000.00 46 Remove Store and Reinstall Street Light & PB 1 LS 10,00D,00 10 000.00 8,243.00 $8,243.00 7,300.00 $7,300.00 11 000.00 $11,000.00 47 Irrl ation S stem 1 LS 125=0.= $125.000.00 128 456.00 $128.466.00. 133 000.00 $133.000.00 160 000.00 $160,000.00 48 A ronomic Soil Test 1 LS 500.00 $500.00 1,196.00 $119600 300.00 $300.00 750.00 $750.00 49 Soil Pre aration for Ball Field 46129 SF 0.40 $18,451.60 3.00 $138 387.00 0.37 $17,067.73 0.40 $18,45 50 Sod for Infield ball field 3.828 SF 1.25 $4 785.00 0.38 $1,454.64 0.55 2105.40 0.60 $2,296.80 51 Sod for Outfield ball field 36 705 SF 1.00 36 705.00 0.43 $15,783.15 0.55 $20187.75 0.60 $22,023.00 52 Re air /Re IacaDama edEkistin Turf 32875 SF 1.00 $32875.00 0.81 $26628.75 0.92 $30245.00 0.60 $19725.00 53 H droseedin Remaining Park 79 000 SF 0.17 13 430.00 0.06 $4,740.00 0.11 $8,690.00 0.20 $15.800.00 54 36 -Inch Box Tree 8 EA 1000.OD 8000.00 678.00 5424.00 1060.00 $8480.00 750.00 $6000.00 55 72 -Inch Dia. Tree Grates 2 EA 1 500.00 $3.000.00 4.800.00 $9.600.00 3.600.00 $7.200.001 2,900.00 $5,800.00 56 15 -Gal. Container Plants 96 EA 75.00 $7,200.00 65.00 $6.240.001 96.00 $9,216.001 100.00 $9,600.00 57 5 -Gal. Container Plants 777 EA 20.001 $15,540.00 17.00 13 209.00 21.00 $16,317.00 20.00 $15,540.00 58 3" Mulah 3 -Inch Deep) 46 CY $3.450.00 32.00 1 472.00 42.00 $1,932.00 50.00 $2,300.00 59 90-da Plant Establishment &Maintenance 1 LS 3423100 16632.00 $16632.00 19000.00 $19000.00 15000.00 $15000.00 60 As-Built Drawings 1 LS 500.00 1396.OD $1396.00 2000.00 $2000.00 1000.00 $1000.00 Rdidread $950 779.60 5TH $955 930.54 6TH $967.859.63 7TH $1 070177U$27650.00 40 950 780.00 79 000 SF Al et etc erate, versee op Tess Remainin Park $51,350.0 0,45 35 550.00 0.42 $33180.00 0.35 A2 Basketball Courtincludin Paintin 1 LS 40000.00 $40000.00 22800.00 22800.00 20500.00 $2D 500.00 20700.00 A3 Bull ns 1 LS 70 000.00 $TD 000.00 94 854.00 94 854.00 46 000.00 000.00 71 000.00 F:1Usem\P0re&Contracts\FY 07 -08\MARINERS PARK IMPROVEMENTS C- 3806161D SUMMARY IRS 0 4/6 _J TITLE: Mariners Park Improvements CONTRACT NO.: 3806 ENGINEER'S ESTIMATE: $1,000,000 PROJECT MANAGER: Frank Tran F : \Users\PBW\Shared\Contracts\FY 07.08VAARINERS PARK IMPROVEMENTS C- 38061810 SUMMARY C- 3806AS Page 516 AMTEK CONSTRUCTION S. PARKER ENGINEERING HORIZONS CCI SERVICES CAL PAC ENGINEERING CO. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization /Demobilization 1 LS 35 420,00 $35,420,00 20 000.00 $20,000.00 97 500.00 $97,500.00 304 066.31 $30406631 2 Traffic Control 1 LS 2,500.00 $2,500.00 4,000.00 $4,000.00 7150.00 $7150.00 3,500.05 $3 500.00 3 Temporary ion Fence 1 LS 7,360.00 $7,360.00 18 000.00 $18,000.00 6,500.0 $6,500.00 17 510.00 $17,510.00 4 Removals Clearing, and Grubbing 1 LS 99952.50 $99952.50 150000.00 $150000.00 110500.00 $110500.00 125000.00 $125000.00 5 Surveying and Field Staking 1 LS 20700.00 $20700.00 20000.00 $20000.00 5850.00 $5850.00 10000.00 $10000.0 6 Earthwork 1 LS 57 500.00 $57,500.00 150 000.00 $150,000.0 45 500.00 $45.500.00 87 000.00 $87.000.00, 7 Erosion Control 1 LS 7,900.30 $7,900.30 10 000,00 $10,000.0 8,840.00 $8,840.00 15 000.00 $15,000.00 8 Trench Drain 185 LF 149.501 $27.657.50 80.00 $14,8D0.00 81.901 $15151.50 116.64 $21,576.40 9 Perforated Drain 180 LF 78.20 $14,076.00 15.00 $2,700.0 14.17 $2,550.60 16.80 $3,024.00 10 6 -Inch PVC Storm Drain Pie 765 LF 78.20 $59,823.00 30.00 $22,950.0 18.85 $14,420.25 19.71 $15,078.15 11 8 -Inch PVC Storm Drain Pie 260 LF 78.20 $20332.00 35.00 9100.00 22.10 $5746.00 21.46 $5579.60 12 12 -Inch PVC Storm Drain Pie 85 LF 78.20 $6,647.00 45.00 $3,825.00 24,70 $2,099.50 45.22 $3,843.70 13 Storm Drain Cleanout 3 EA 230.00 $690.00 400.00 $1.200.00 39D.00 $1,170.00 658,38 $1,975.14 14 Connect to E)dstinq Catch Basin 1 EA 230.00 $230.00 3,000.00 $3,000.00 1,950.00 $1.950.001 2,017.68 $2.017.68 15 Utility Trench Resurfacing 18 LF 34.50 $621.00 100.00 $1,800,00 234.00 $4212.00 15.00 $270.00 16 Catch Basin with Grate 11 EA 575.00 $6.325,OD 1500.00 $16,500.001 1300.00 $14300.00 4444.70 $46891.70 17 lAttrium Drain 121 EA 23.00 $276.00 100.00 $1.200.001 104.00 $1248.00 599.23 $7,190.76 18 Dee lift Pavement 345 LF 17.16 $5,920.20 8.50 $2 932.50 15.60 $5,382.00 15.00 $5,175.00 19 6-Inch Type B Curb 475 LF 23.79 $11,300.25 45.00 $21,375.00 32.23 $15,309.25 18.00 $8,550.00 20 Curb Access Ram 2 EA 1500.00 $3000.OD 2500.00 .$5000.00 1976.00 $3952.00 2500.00 $5000.00 21 4- InchAC /4 -Inch OMB Pavement 3550 SF 3.90 13845.00 6.50 $23075.00 5.34 18957.00 9.00 $31950.00 22 4 -Inch Thick PCC Sidewalk 600 SF '12.71 $7 626.09 7.50 4500.00 B.58 $5148.00 6.00 $3.600.00 23 Concrete Paving 7 200 SF 7.80 $56160.00 8.50 $61,200.01) 8.58 $61,776.00 6.00 $43.200.00 24 Concrete Pavers in Plaza 8 300 SF 9.59 $79,597.00 9.00 $74,700,00 10.87 $90.221.00 8.00 $66.400.00I 25 12 -Inch Wide Natural Gray Concrete Band 770 LF 28.73 22122.10 18.00 $13,880.00 14.95 $11 511.50 15.00 $11.550.00 26 Seat Wall around Coral Tree 150 LF 222.24 $33,336.00 110.00 $16,500.00 97.50 $14 625.00 120.00 $18 000.00 27 12 -Inch Wide Mow Curb 200 LF 22.17 $4,434,0D 18.00 $3,600.00 16.90 $3.380.00 15.00 $3,000.00 28 Pitching Rubber Home late and Infield Bases 1 LS 3750.00 $3750.00 3000.00 $3000.00 1276.00 $1276.00 1600.00 1600.00 29 Infield Mix Brick Dust 104 CY 116.06 12070.24 110.00 $11,440,00 91.00 9464.00 17.00 $1,768.00 30 Mound and Home late Mix 135 AG 33'.86 $4,571.10 20.00 $2,700.00 32.50 $4 387.50 25.00 $3,375.00 31 HDPE Backboard toBacksto 192 SF 34.50 6624.00 35.00 $6720.00 36.40 6988.80 30.00 $5760.00 32 UV- Coated Nettin 20 -ft Backstop 4,100 SF 2.30 $9,430.00 2.50 $10,250.00 1.30 $5330.00 2.00 $8,200.00 33 10 -ft High 9 -Gauge Vinyl-Coated Backsto CLF 115 LF 172.50 $19.837.50 173.00 $19,895.00 84.50 9717.50 150.00 $17,250.0 34 40 -ft HI h Steel Backstop Posts 2 EA 5,290.00 $10,580.001 5,300.00 $10,600.00 3,900.00 $780000 4 600.00 $9,200.00 35 35-ft High Steel Backstop Posts 5 EA 41715.00 $23,575.00 4,720.00 $23,600.00 3,900.00 $19,500.00 4100.00 $20,500.0 36 30 -ft Hi h Steel Perimeter Posts 6 EA 4,312.50 $25,875.00 4,300. 25 800.00 3 315.00 $19,890.00 3,750.00 $22,50000 37 Natural Grey Concrete Paving w! Broom Finish 657 SF 11.50 $7 555.50 11.00 $7 227.00 8.58 $5 637.06 10.00 6 570.00 38 10 -ft Hi h 9 -Gau a Vin I- Coated CLF 104 LF 218.50 $22,724.00 220.00 $22,880.001 91.00 $9,464.00 190.00 $19,760.00 39 Chain Link Gates 4 EA 1,6 67.50 $6,670.00 1,600,001 6 400.00 1,660.00 $6,240.00 1,450.00 $5,800.00 F : \Users\PBW\Shared\Contracts\FY 07.08VAARINERS PARK IMPROVEMENTS C- 38061810 SUMMARY C- 3806AS Page 516 TITLE: Mariners Park Improvements CONTRACT NO.: 3806 ENGINEER'S ESTIMATE: $1,000,000 PROJECT MANAGER: Frank Tran F1Users'poaredr-ontractsTY 07.08VAARINERS PARK IMPROVEMENTS C- 380601D SUMMARY Cs 0 616 AMTEK CONSTRUCTION S. PARKER ENGINEERING HORIZONS CCI SERVICES CAL PAC ENGINEERING CO. 11 DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 40 12 -Inch Concrete Mow Curb at CLF for Dugouts 167 LF 22.17 3 702.39 18.00 $3,006.00 25.06 $4,185.02 15.00 $2,505.00 41 Windscreen Mesh 1,000 SF 1.44 $1,440.00 1.50 $1,500.00 1.11 $1,110.00 1.25 $1,250.00 42 Pla ers' Bench 2 EA 1 150.00 $230000 2 000.CD $4 000.00 1,105.00 $2,210,00 400.00 $800.00 43 Trash Receptacles 2 EA 1150.00 $2,300.00 750.00 $1,500.00 1040.00 $2,080.00 400.00 $800.00 44 Bat Rack 2 =A 690.00 $1380.00 1000.00 $2000.00 650.00 $1300.00 1000.00 $2000.0 45 Licht Fixture Type III 1 EA 4,807.00 $4,807.00 20 000.00 $20,000.00 3,900.00 $3,900.00 6,250.00 $6,250-00 46 Remove Store and Reinstall Street Light & PB 1 LS 4,807.00 $4,807.00 20 000.00 $20,000.00 10140.00 $10,140.001 12 000.00 $12 ODO.00 47 Irri ationS stem 1 LS 213210.00 $213210.00 100000.00 $100,000.00 1 blank I I blank 1 101150.00 $101150.00 48 Aaronomic Soil Test 1 LS 1,380.00 $1,380.00 500.00 $500.00 f blank blank 1 5.000.00 $59000.00 49 Soil Preparation for Ball Field 46.129 SF 0.30 $13.838.70 0.60 $27,677.40 blank blank 1 0.35 $16145.15 50 Sod for Infield ball field 3,828 SF 0.92 $3,521.76 2.00 $7,656.00 blank I I blank 1 052 $1,99056 51 Sod for Outfield ball field 36 705 SF 0.92 $33,768.60 0.80 $29,364.00 f blank 1 f blank 1 0052 $19,086060 52 Repair/Replace Damaged Existing Turf 32,875 SF 0.98 $32,217.50 0.80 $26,300.00 F blank I f blank 1 0.87 $28,601.25 53 Hydroseeding Remaining Park 79,000 SF 0.18 $14,220.00 0.10 $7,900.00 1 blank blank 1 0008 $6,320.00 54 36 -Inch Box Tree 8 EA 747.50 $5,980.00 600.00 $4.800.GO blank I I blank I 360.00 $2,880,00 55 72- Inch Dia. Tree Grates 2 EA 1380.00 $2760.00 5000.00 $10000.00 blank I I blank 1 1000.00 $2000.00 56 15 -Gal. Container Plants 96 EA 143.75 $13800.00 120.00 $11520.00 1 blank I I blank 1 90.00 $8640.00 57 5 -Gal. Container Plants 777 EA 23.00 $17,871.00 42.00 $32,634.00 blank blank 1 19000 $14,763.00 58 3" Mulch 3 -Inch Dee 46 CY 74.75 $3,438.50 30.00 $1,380.00 blank blank 40000 $1,840.00 59 90-da Plant Establishment & Maintenance 1 11 LS 21 119.75 $21,119.7 21000.00 $21,000.00 1 blank blank 1 18 000.00 $18,000.00 60 As -Built Drawings 1 11 LS 3,450.00 $3,450.0 4,000.0 4 000.00 1.950.00 $1,960.0 2,500.00 $2,500.00 8TH $1159925.38 9TH $1163066.90 10TH $12321s0.00 11TH $1,244755.00 Bid read as $1 160138.39 $1,208,785.4 Bid read as $1.216.0 At ethatch, Aerate, Overseed & Top Dress Remaining Park 79,000 SF 1 0.35 $27650.00 1.00 $79000.00 Blank $51350.00 0.40 $31600.00 A2 Basketball Court includin Paintin 1 LS 22 685.00 $22,685.00 40 000.00 $40 OOO.OD 41 951.00 $41,951.001 78 000.00 $70 000.00 A3 Bullpens 1 LS 71 678.12 $71,678.12 70!000.001 $70,000.001 92 427.00 $92,427.001 61 920.00 $61 920.00 F1Users'poaredr-ontractsTY 07.08VAARINERS PARK IMPROVEMENTS C- 380601D SUMMARY Cs 0 616