HomeMy WebLinkAboutC-5892 - Back Bay View Park MaintenanceNovember 10, 2016
Kasa Construction, Inc.
Attn: Diana Kasbar
15148 Sierra Bonita Lane
Chino, CA 91710
Subject:. Back Bay View Park Maintenance - C-5892
Dear Ms. Kasbar:
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
On November 10, 2015, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 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
November 20, 2015 Reference No. 2015000597507. The Surety for the contract is
The Ohio Casualty Insurance Company and the bond number is 609005561.
Enclosed is the Faithful. Performance Bond.
Sincerely,, �^
Leilani 1. Brown, MMC
City Clerk
Enclosure
TIK r-JUAL PRI201"'pltr
IS
FINAL GoiMACT PPICE
'" In Duplicate «•
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 609005561
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 4,525.00 being at the
rate of $ 2% 1 st $100k & 1.2% Balance thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Kase
Construction, Inc. hereinafter designated as the 'Prindpal; a contract for the worts
necessary for the completion of this contract consists of clearing and grubbing, grading,
hardscape improvements, landscape establishment and
maintenance, irrigation improvements, providing as-buiR drawings, and all other
incidental items of work necessary to complete the work in place, in the City of Newport
Beach, in strict conformity with the Contract on file with the office of the City Clerk of the
City of Newport Beach, which Is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Contract.
NOW, THEREFORE, we, the Principal, and The Ohio Casualty 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
Three Hundred Ten Thousand Four Hundred Dollars and OOMOO ($310,400.00)
lawful money of the United States of America, sold 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 N the Principal, or the
Principal's heirs, executors, administrators, successors. or assigns, fall to abide by, and
well and truly keep and perfornr 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.
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 City, only in the
event City is required to bring an action In law or equity against Surety to enforce the
obligations of this Bond.
Kass Construction, Inc. Page B-1
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 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 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 20th day of _ Febmary ,2015
Kasa Constmetion, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
62 Maple Avenue, Keene, NH 03431
Address of Surety
(858)255-3988
Telephone
(2'.� - SI Wi—
Authorized AignattirelTitle
,4
Authorized Agent Signa re
Matthew R. Dobyns, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Kass Construction, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the Individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of SAH ?Zw w^idz*a 3 W. �1
On 2 - 2 3 .2it before me, «a ya
Notary Public personally appeared cunA Y-ASUa r
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed
the some in his/her/their authorized capacky(ies), and that by hls/her/Eheir signatume(s) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph Is true and cormct,
my hand and official seal.
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the Individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document
HECTOR ZAVALA It
Cammbsion #i 2046822
Notary Pu06c - California
San Bernardino County
MW Own. 111M Oct 26, 2017
(Sal)
- 6w"11
State of California
County of 1 sa
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the pamm(s) whose ra rne(s) Islay#
subscribed to the within instrument and admowledged to me that he/she/Ihey executed the
same in his/her/their authorized capacltWes), and that by his/lter/Ulelr signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I oer6fy under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph Is true and correct.
WITNESS my hand and official seat.
Signature (seal)
Kass Construction, Inc. Page B-3
LMS 128]3_122013 - 52 of 200
THIS POWER OF ATTORNEY IS NOT V' 'O UNLESS IT IS PRINTED ON RED BACKG' 'JND. -
This Power of Attorney limb the acts of those nameAn, and they have no authority to bind the Company excep- As manner and to the extent herein stated. -
_ Certificate Na. naosa23
American Fire and Casualty Company Liberty: Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire 8 Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is acorporation duly organized under the laws of the Slate of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the Stale of Indian (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Matthew R. Dobvns- Randy Soohn
all of the city of Santa Ana , State of CA each individually if them be more than one named, its true and lawful attorney-in-fact to make, execute seal, acknowledge
and deliver, for and on its behalf as Surety and as its act and deed, any and allundertakings, bonds, moognizahees and other Surety obligations, in pursuance of these presents and shall
be as binning upon the Companies as if they have been duly signed by the president and attested by the Secretary of the Companies in their own proper persons. .
IN WITNESS WHEREOF; this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the, Companies have been affixed
thereto this 31st day of March 2014 _
American Fire and Casualty Company
-
The Ohio: Casualty Insurance Company
to
r Liberty Mutual Insurance Company
. "
as
-.
.
, •,° ` West mericanInsuranceCompanyui
y
d..
r
STATE OF PENNSYLVANIA as - David M. Care , Assistant Secretary
C
COUNTY OF. MONTGOMERY -
to
m
On this 31 at day of March 2014 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary oCAmeacan Fire and
- 10
~
w as
CasualtyCompany, L be Mutual Insurance Company, The Ohio Casualty Insurance Com
dYally pang, and West American Insurance Corryaaly, and that he, as such, authorized nd to do,
ay.
>
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as. a.dully authorized officer.
-C. W
as
d`a m:
IN WITNESS WHEREOF,1 have hereunto subscnbedmynams,and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and yearfrsstt above
O CL
m
®written.
.:
--� a a-' :'A�C.�F-A/
�
_
Ora
v
Oi
s TeresaPastelW,Notary Public_
O
S .. ..
.•. I. , e ..
p
E
IL as
C R
This PowerofAttomey is made and execuledipu[SNanfto.and$ypugiordy of the following By-laws and Authorizations ofAmencan Fire and Casualty Company, The Ohio Casualty lnsurace
wo
Company, Liberty Mutual Insurance Company, air dOVVe"sT 4iren Insurance Company Which resolutions are now, in full force and effect reading as follows:
� c
a m
to
ARTICLE IV -OFFICERS -Section 12 PowerofAtlomey Any officer orotherofficalofthe Corporation authoizedforthat purpose in writing by the Chairman or the President, and subject
o c.
d„
to such limitation as the Chairman or the President may presuitte, shag appoint such attm
oeys4n-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal
�>+, o
It
_ acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such aflomeysan-fact, subject to the imitations set forth in their respective
y
2E=
y
powers of attorney, shall have full power to bind the Corporationby their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
-� m
C i
executed, such instruments shall bass binding as if signed by the.Presidem and attested to bythe Secretary:Any. poweror authority granted to any representafive or attomey4mbd urder
> o
the provisions of this article may be revoked at any time by the Board, the Charman, the President or by the officer or officers granting such power or authority.
et
=
>
ARTICLE XIII - Execution of Contracts- SECTION S. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president
00
m
and subject to such limitations as the chairman orthe president may presclibe, shall appoint such shomeys-in-fact as maybe necessaryo actin behagof the Company to make, execute
UA
co
seal, acknowledge and deliver as Surety any and all undertakings, bonds, renognizaces and other surety obligations._. Such attorneys -in -fad subject to the limitations set forth in their
E 00
u
respective powers of attorney, shag have fullpowerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.. When so
v o
such instruments shah be as binding as lf Signed by the president and aftested by the Secretary. -
executed
01?
Certificate of Designation - The. President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -m-
~
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
Authorization - By unanimous consent of the Conpanys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the.
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
-
the same force and effect as though manually affixed.
1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 20th day of. Febritary 2k'
By:
Gregory W. Davenport, Assistant Secretary
LMS 128]3_122013 - 52 of 200
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
State of CALIFORNIA
On —Lj JI juj.7 ul l J before me, ERIKA GUIDO, NOTARY PUBLIC,
personally appeared MATTHEW R. DOBYNS
® who proved to me on the basis of satisfactory evidence to be the persor
whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/ttiep executed the same in his/+geF/tgs-4
authorized capacity (L*, and that by his/Her/th& signature(s) on the
instrument the person(s), or the entity upon behalf of which the persor
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
ERIKAGUIDO WITNESShand and official seal.
COMM. # 2022671 �
NOTARY PUBLIC CALIFORNIA N
ORANGECOUNTY 1
comma :pins May 5.2017 j - �
natu f Notary
Though the data below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
® ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING: _
NAME OF PERSON(S) OR ENTITY(IES)
OF ATTACHED DOCUMENT
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani Brown, CMC
January 27, 2016
Kasa Construction, Inc.
Attn: Diana Kasbar
15148 Sierra Bonita Lane
Chino, CA 91710
Subject: Back Bay View Park Maintenance - C-5892
Dear Kasa Construction, Inc.:
On November 10, 2015, the City Council of Newport Beach accepted the work for
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 65 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
November 20, 2015, Reference No. 2015000597507. The Surety for the bond is
The Ohio Casualty Insurance Company and the bond number is 609005561.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
A, 4hw-"'
Leilani I. Brown, MMC
City Clerk
Enclosure
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 9 www.newportbeachca.gov
** In Duplicate **
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 609005561
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Kasa
Construction, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of clearing and grubbing, grading,
hardscape improvements, landscape establishment and
maintenance, irrigation improvements, providing as -built drawings, and all other
incidental items of work necessary to complete the work In place, In the City of Newport
Beach, in strict conformity with the Contract on file with the office of the City Clerk of the
City of Newport Beach, which Is Incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute the Contract 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,The Ohio Casualty Insurance
Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of
Three Hundred Ten Thousand Four Hundred Dollars and 00/100 ($370,400.00)
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 madNnery 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 m 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 some, 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 attorneys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the Stats of Caiifomla.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
Kass Construction, Inc. Page A-1
required by and in accordance with the provisions of Sections 9500 of 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 shall in any wise affed 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 201h day of Febmary . 2015
Kasa Construction, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
62 Maple Avenue, Keene, NH 03431
Address of Surety
(858) 255-3988
Telephone
Matthew R. Dobym, Attomey-in-Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUSTBEATTACHED
Kass Construction, Inc. Page A_2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document
State of California 1
County�pyf��.,, Barna. ss. N�� � l
On =4 ( 3z � , 20 1 � before me, V � .�
Notaryt personally appeared �rawa t(asbar
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same In hks/her/their authorized cepacity(fes), and that by his/her/their signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the Person(s) acted, executed the
Instrumen L
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph Is true and correct. - - _ - - - - - - - - - - - - - - - - - -
my hand and official seal. CrNrmttUW • 2MB22
rotary Pubk • Cattornis
Sao Berwillao County
ACKNOWLEDGMENT
A notary public or other officer completing this
certlflCate verifies only the identity of the individual
who signed the document to which this oerttiicate is
eftedted, and net the truthfulness, wo uracy, or
va ity.flf tltat ddm tenL
A-LR.NeW �S*�r
State of California
County of } as
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are
subscribed to the within Instrument and acknowledged to me that he/sheOtthey executed the
same in hieffherAheir authorized capacity(ies), and that by hisfherAheir signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the persons) acted, executed the
Instrument
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Kase Construction, Inc. Page A-3
0
r=:
>
O
Z
THIS POWER OF ATTORNEY IS NOT V" 'D UNLESS IT IS PRINTED ON RED BACKG- -UND.
This Power of Attorney limits the acts of those name, An, and they have no authority to bind the Company excep As mannerand to the extent herein stated.
Certificate No. seoe42o
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company.
POWER OF ATTORNEY
KNOWMALL PERSONS BY THESE PRESENTS: ThatAmerican Fire& Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Companyes a corporabon duly organized underthe Imus ofthe State of Massachusetts; and West American Insurance Company
is a corporation dulyo:ganized underthe laves of the State of Indiana (herein collectively called the "Companiesl,pursuant to and by authority herein set forth, does hereby name, consbtute
and appoint, Matthew R Dobvns Randy Soohn
all of the city of Santa Ana- , stake of CA - each individually If there be more than one named, its true and lawful atMmey-iMfact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as gs ad and deed, any and all undertakings, bonds, recogniza:ces and other surety obfgations; m pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed.:
thereto thk 31st dayofMatch ,. 2014
American Fire and Casualty Company
s'
The Ohio Casualty Insurance Company .
Liberty Mutual Insurance Company
WestAmerican Insurance Company
sy:
STATE OF PENNSYLVANIA ss David M. Care ;Assistant Secretary.
COUNTY OF MDNTGOMERY
On thin 31st day of March 2014 , before me personalty appeared David M Carey, who acknowledged himself to be the Assistant Secretary of Amencan-Fee and
es
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he as such; being authorized so to do
execute the foregoing instrument for the purposes therein contained by signing on behalf of the empomhans by himself as a.duty authorized officer.
C I
IN WITNESS WHEREOF, Fhave hereunto subscnpad nynante and affixed my notarial seal at Plymouth Meeting, PennsyNaea, on the day and year first above written.
O
..
By:
0�
Teresa Pastells , Notary Public
a �,
This Power ofAtlomey is made and execuredpoledartki mdby Monty ofthe following By -lays and AuthonzagonsofAmerican fire and Casualty Company, Tine Ohio Casualty Insurance
IL
ra
Company Liberty Mutual Insurance Company, and�Y&st Amepsenlnsumnce Company which resolutions are now in full force and effect reading: as follows:
..L.
ARTICLE N -OFFICERS -Section 12. Power of Atomey.Anyoflserorother official ofthe Corporation authorized forthatpurpose mwaitingirythe Chairman orflre President, and 5ntyect
5
0:
to such limitation as the Charman or the President may prescriae, shall appoint such atomeys4n fact, as may be necessary to ad In behalf of the Corporalionto make, execute, seat
;
acknowledge and deliver as surety any and all undertakings, bonds. moogrizances and other surety obligations. Such attorneys -in -fact -subject to the limitations, setfoth in their respeckve
4
powers of attorney, shall have full power to bind the. Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be binding if
'-
>-�
as as signed by the President and attested to by the Secretary. Any power or antinomy grated to any representative or atomey-in-fact under
Me provisions of this article may be revoked at any three by the Board, the Chairman, the President or by the officer or offroms granting such power or authority.
ARTICLE XIII - Execution of Contracts - SECTION 5 Surety Bonds and Undertakings. Any offioerof the Company authorized for that purpose in writing by file chairman or the president,
E c
and subject to such limitations as the chairman orthe president may prescribe, shag appoint such orelomeys-.in-fad, as mire be necessary to ad in behalf of the Company to make, execute,
seal, acknowledge and defiver as surety any and all undertakings, bonds, mixignizances and other surety obligations.. Such altomeysandad subject to the Irrigators set forth in their
'EC
respective powers of attorney, shag have fug powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
0 c
executed
such instruments shall be as binding as If signed by the president and attested by the secretary. -
0 c
Certificate of Designation - The President of the Company, sting pursuant to the Bylaws of the Company, authorizes David M. Corey, Assistant Secretary to appoint such aftomeys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and defiver as surety any and all undertakings, bonds, reoognizanees and other surety
obligations. .
Authorization - By unanimous oonsent of the Companys Board of Directors, the Company consents that facsinrle or mecimiCakly, reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
L Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of Womey of which the foregoing is a full, true and correct copy of die Power of Attorney executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 20th day nf_February 2D 15
' Gregory W. Davenport, Assistant Secretary.
LMS_12873_ 122013 49 of 200
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
State of CALIFORNIA
County of O N E
On before me, ERIKA GUIDO. NOTARY PUBLIC,
personally appeared MATTHEW R. DOBYNS
® who proved to me on the basis of satisfactory evidence to be the person(s)
whose name( is/are subscribed to the within instrument and
acknowledged to me that he/she/#key executed the same in his/heF/#&
authorized capacity (ies), and that by hisfiver/their signature(') on the
instrument the person('), or the entity upon behalf of which the person(')
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
ERIICAGUIDO WITNESShand and official seal.
COMM. # 2022671 g
NOTARY PUBLIC CALIFORNIA
$ ORANGE COUNTY ro
My comm. expires May 5. ?017 jtI
ature otary
Though the data below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED _
® ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING: _
NAME OF PERSON(S) OR ENTITY(IES)
r^ �y
RECORDING REQUESTED BY AND Recorded in Official Records, Orange County
WHEN RECORDE jTQ Hugh Nguyen, Clerk-Recorder
l
50 Illi ��l l II II��II�I!!��I ��I'�III Il�il�l VIII '�I ill NO FEE
City Clerk *$ R o Q o 7 9 7 7 7 4 b$
City of Newport Beach - 2015000597507 8:08 am 11/20/15
100 Civic Center Dri4e- e2 411 N12 1
Newport Beach, CA 92660
H 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and KASA Construction, Inc. of Chino,
California, as Contractor, entered into a Contract on February 11, 2015. Said Contract
set forth certain improvements, as follows:
Back Bay View Park Maintenance - C-5892
Work on said Contract was completed, and was found to be acceptable on
November 10, 2015 by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is The Ohio Casualty Insurance Company. _
Zd-�
Pu c Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on VY �� , at Newport Beach, California.
CITY OF NEWPORT BEACH
CITY CLERK'S OFFICE
Leilani Brown, MMC
November 12, 2015
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the following projects:
• Back Bay View Park Maintenance - Contract No. 5892
• Multiple Building Painting Project - Contract No. 6013
Please record the enclosed documents and return to the City Clerk's Office.
Thank you.
Sincer ly,
Leilani I. Brown, MMC
City Clerk
Enclosures
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachea.gov
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Govemment Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and KASA Construction, Inc. of Chino,
California, as Contractor, entered into a Contract on February 11, 2015. Said Contract
set forth certain improvements, as follows:
Back Bay View Park. Maintenance - C-5892
Work on said Contract was completed, and was found to be acceptable on
November 10. 2015 by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is The Ohio Casualty Insurance Company.
AM
PuVrc Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on at Newport Beach, California.
M
City ler
' CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
until 9:00 AM on the 3rd day of December, 2014,
at which time such bids shall be opened and read for
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
$175,500.00
Engineer's Estimate
Approved by
Mark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and
Drawings by contacting
Santa Ana Blue Print at (949) 756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classiflcation(s) required for this project: "A and C-27"
For further information, call Patrick Arciniega, Project Manager at(949)644-3347
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
htto://www. N ewuort Beach CA.gov
CLICK: Online Services / Bidding & Bid Results
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
TABLE OF CONTENTS
NOTICEINVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................
3
BIDDER'S BOND............................................................................................................5
DESIGNATION OF SUBCONTRACTOR(S)...................................................................
8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9
NON -COLLUSION AFFIDAVIT.....................................................................
13
DESIGNATION OF SURETIES......................................................................
14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15
ACKNOWLEDGEMENT OF ADDENDA.......................................................................
17
INFORMATION REQUIRED OF BIDDER. ...................................... ................
............ 18
NOTICE TO SUCCESSFUL BIDDER...........................................................................21
CONTRACT..................................................................................................................
22
INSURANCE REQUIREMENTS ..... .............. ........................................................A-1
LABOR AND MATERIALS PAYMENT BOND ... .............. ......................................
B-1
FAITHFUL PERFORMANCE BOND....................................................................
C-1
PROPOSAL..............................................................................................................
PR -1
SPECIAL PROVISIONS..... . ........... ...... ........... - ................................ __
............ ..... SP -1
2
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed
Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. in the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. in the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703-4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code — including, but not limited to, the requirement to pay prevailing wage
rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by
the Contractor at the job site.
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.
q�,Ic�L� L� A, E. LID, cu
Contractor's License No. & Classific6tion
n - t- M
Date
0
Bond No.: KASCO-466
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount of the Bid
Dollars ($ 10% of the Bid ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of BACK
BAY VIEW PARK MAINTENANCE, Contract No. 6892 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 falls 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 dale 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 is
obligations under this Bond.
Witness our hands this 26 day of November , 2014.
Kasa Construction, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
15338 Central Avenue, Suite 106
Chino, CA 91710
Address of Surety
(909)203-7939
Telephone
Autho i Signator itle
Authorized Agent Signator
Matthew R. Dobyns, Attorney -In -Fact
Print Name and Title
(Notary acknowledgment of Prinelpal 8c Surety must be attached)
5
ACKNOWLEDGMENT
son ■■■/■■■■■■■■■■■■■■■r■man ■■■•■■•■■■r■■■■r■rrr■■■■■r■r■■■■r■■■�■■■■r■■r■■■r■
State of California
County of orange } ss.
On November 26, 2014 before me, Erika Guido Notary
Public, personally appeared _ Matthew R. Dobyns
WN
proved to me on the basis of satisfactory evidence to be the person whose name re
subscri {o the within instrument and cknowledged to ,that a he/they ex the
same in is/heNt#teir"py�thorized capacity ), and that byElie
s/her�t e'K
ignatures ) on the
instrumen the personQe;), or the entity upon ehalf of which personacted, euted the
instrument. ���� CCC
I certify under PENALTY OF PERJURY
fore oing paragraph is true and correct.
WZhlE t5 ha �d official seal.
Sign'AtUre Erika)Qtjido
under the laws of the State of California that the
■■r■■■r u■r■■■■r■■r■r■rrr■r■■■■r■■■■■■■■■■■■rrrrrr■rr■r■r•■rrrrrrrrrrrrrrrrr•
OP710NAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages In Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Thumbprint of Signer
heprCapacity of Signer. no finrrebint
Trustee or fingerprint
XXX Power of Attorney is evalable.
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other.
Other Information'.
0
ERIKAGUIDO��
COMM. # 2022671
g
NOTARY PUBLIC CALIFORNIA n
ORANGE COUNTY ^'
jl_ __�
Imo►'
My comes May 5, 2017 t
■■r■■■r u■r■■■■r■■r■r■rrr■r■■■■r■■■■■■■■■■■■rrrrrr■rr■r■r•■rrrrrrrrrrrrrrrrr•
OP710NAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages In Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Thumbprint of Signer
heprCapacity of Signer. no finrrebint
Trustee or fingerprint
XXX Power of Attorney is evalable.
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other.
Other Information'.
0
ACKNOWLEDGMENT
a • . • . ■ a a ■ ■ ■ ■ ■ ■ a • ■ ■ a a ■ a a a ■ • ■ a . a • a ■ a ■ a ■ a ■ ■ a ■ ■ ■ a ■ ■ a ■ ■ ■ ■ ■ ■ a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ • ■ • ■ • ■ ■
State of California
County of Sart �r"�rv� tnO } ss.
On V S 11'A before me, w6 r -2 ek'Va`d= -,Notary
Public, personally appeared _ -V-) 1Las r
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged. to me that he/sheAhey executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoinq paragraph is true and correct.
WITNESS my hand and official seal.
HECTOR tAVALA
Commission 0 2046822
9San
Notary Public • California Bernardino County
M Comm. Ex ires Oct 28, 2017
(seal)
■■■■r■a■■■■■■•■■r■a■aa■■■a■aa•■■■aa■.aaara■■roar■ra■aar■a•■rr■aaaaaa■ra■aaa■
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages In Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer.
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other.
Other Information:
7
Thumbprint of Signer
❑ Chad here If
no thumbprint
Of fingerprint
Is available.
THIS POWER OF ATTORNEY IS NOT V` ID UNLESS IT IS PRINTED ON RED BACKG- -UND.
This Power of Attorney limits the acts of those name am, and they have no authority to bind the Company excej 1e manner and to the extent herein stated.
Certificate No. 6506458
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Matthew R. Dobyns: Randy Spohn
all of the city of Santa Ana state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31st day of March 2014
American Fire and Casualty Company
The Ohio Casualty Insurance Company N
Liberty Mutual Insurance Company tv
West American Insurance Company c
�N
By:
STATE OF PENNSYLVANIA ss David M. Carey Assistant Secretary C
COUNTY OF MONTGOMERY
On this 31st day of March 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
�,W
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
C
IN WITNESS WHEREOF, -1 have hereunto subscribed4m affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
O Q.
Q co
By: jU/�.G%
o
Teresa Pastella , Notary Public
y 3
f _
This Power ofAttomey is made and executed putsuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance
3�
CL
Company, Liberty Mutual Insurance Company, and1filest American Insurance Company which resolutions are now in full force and effect reading as follows:
-
.0 p
t 0
.._
ARTICLE IV - OFFICERS- Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman orthe President, and subject
of
O
to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
w
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective
'a 3:
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
= d
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under
> c
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
(D d.
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
r N
00
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute,
L M
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their
r- o0
respective powers of attorney, shall have full powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
v 0
executed such instruments shall be as binding as if signed by the president and attested by the secretary
C m
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-
~
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Gregory W. Davenport, the undersigned, Assistant Secretary, ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power ofAttomey executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this
L.MS_12873_122013
26 dayof November
2014
By:
Gregory W. Davenport, Assistant Secretary
87 of 200
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he/she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State law
and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors
have been used in formulating the bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with State law. No changes may be
made in these subcontractors except with prior approval of the City of Newport Beach. (Use
additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
% of
Number
Total Bid
Name:
Address:
Phone:
State License Number:
Email Address:
Name:
Address:
Phone:
State License Number:
Email Address:
Name:
Address:
Phone:
State License Number:
Email Address
C ••- • -• •lbreffitle-
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
DESIGNATION OF SUBCONTRACTORS)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he/she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State law
and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors
have been used in formulating the bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with State law. No changes may be
made in these subcontractors except with prior approval of the City of Newport Beach. (Use
additional sheets If needed.,%
Subcontractor's Information
Bid Item
Number
Description of Work
of
Total Bid
Name:
Address:
Phone:
State License Number:
Email Address:
Name:
Address:
Phone:
State License Number:
Email Address:
Name:
Address:
Phone:
State License Number:
Email Address
rUw
ii_d
Authorized • - -
n
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
N
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 � (AwASC a fro,, �Yvl o\c h
Approximate Construction Dates: From � 1 Z
Agency Name
Contact Person
To: ! ZL7 2
Telephone (31 R65�5-"7
Original Contract Amount $ 411kFinal 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.
WD
601
No. 2 r
Project Name/Number
T
Project Description
Approximate Construction Dates: From To:
Agency Name AIASC1dl
V.
IZ
Contact Person Q1 Y Telephone of _— l0 `7 I
Original Contract Amount $ �i, Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
I (
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
1k/o
No. 3
Project Name/Number
Project Description 'M;y II
Approximate Construction Dates: From 10 1 L- To: ZD
Agency Name 0,( l V1 f) � -c)dt0ty 1 ()
Contact Person Q �-�`� elephone
Original Contract Amount $tFinal 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. ND D
10
No. 4 ,�C(A 64 Ta � 1L
Project Name/Number
Project Description
9
Approximate Construction Dates: From Z To: 2� 3
Agency Name 1 () Tox f S
Contact Person J VI -)
Telephone (�� 39 ~0702
2 yi 6) O
Original Contract Amount $ I Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
N�71-
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 CL
Project Description I Gl/✓l
Approximate Construction Dates: From 20 3 To:
Agency Name CI d -f An
Contact Person igcrCd elephone
37/) y o
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 6 —Twto
Project Name/Number
Project Description iJO, L/U
aI�
Approximate Construction Dates: From Q To
Agency Name �l `� d M4r
2611
Contact Person 7ly
UUI-SW Telephone qNV &/ y TE
Original Contract Amount $ �inal 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.
A/D
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.
gftv-' Oycfi°�i,��� rie rdA-Y-
Bidder Authorized Signa re/Title
12
Sam Kasbar
16721 Sage Circle.
Chino Hills, CA 91709
909-538-3872
SamK@KASAconstruction.com
Objective
To maintain a profitable career by investing and developing as an owner/
builder in addition to expanding KASA Construction which performs
governmental projects.
Professional Profile
General Contractor / Owner — KASA Construction
■ Over 9 years of construction experience
• Successfully completed over $60 million in construction projects
■ Licensed with an A (General Engineering), B (General Building), C-10 (Electrical)
and C-27 (Landscaping)
GC / VP / — Mega Way Enterprises
• Responsible for all aspects of running the construction company
■ Increased sales in 3 years from 2 million/yr to over 10 million per year
Project Manager — Mega Way Enterprises
■ Simultaneously managed projects over $10 million
Owner/ Builder
■ 38 Unit Apartment Complex, $9 million, Rialto CA
■ Proposed 24 Unit Condos, $8 million, Rialto, CA
■ Proposed 4 Custom Single Family Homes, $4 million Rialto, CA
Work History
1996 — 2003, Produce Manager, The Vons Companies, San Pedro, CA
2003 — 2009, Vice President, Mega Way Enterprises, Pomona, CA
2008 — Present, Vice President, KASA Construction Inc., Ontario, CA
Education
2003, University of Cal State Long Beach, Long Beach, CA
■ Bachelor of Science - Business Administration
• Double Major in Management and Operations Management
■ Pursuing Law School in hopes of attending University of La Verne, Fall 2014.
References
References are available on request.
CitV of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
NON -COLLUSION AFFIDAVIT
State of California )
San ) ss.
County of 9-)emciyiylo )
A fit' being first duly sworn, deposes and says that he or she is
Of I✓1 L, the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any ur disclosed 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 u orized Signatur itle
y
Subscribed and sworn to (or affirmed) before me on this-14—day of , 201
by Y ����� VZ RM , proved to me on the basis of
satisfactory evidence to be the person(s) whb appeared before me.
I certify under PENALTY OF PERJURY under the lawsI
f the State of California that the
foregoing paragraph is true and correct. a
N7My
`RIAb`lit '
[SEAL] TOR ZAVALA
C�K7�cafffmisftn #t 2046822 Commission Expires: ►(� ZS I
Le
Notary Public - California Z
San Bernardino County
Comm, Ex tree Oct 28,201
13
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
DESIGNATION OF SURETIES
Bidder's name KRSA O (1m4n )(- 1 7i
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):
I �O -�-j - �', ` -��h z--, � A, , CA K-701
1�
V.
14
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name N4y-UL-bon I �G
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2013
2012
2011
2010
2009
Total
2014
No. of contracts
Total dollar
Amount of
Contracts (in
I �
�
�- . ,.I �
,
Thousands of $)
I►�Vy
'►�tNtlonI1�5
YVI�
I(�/t
No. of fatalities
No. of lost
Workday Cases_�—
No. of lost
workday cases
involving
permanent
transfer to
f
�Y
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Legal Business Name of Bidder
Business Address.-
Business
ddress:Business Tel. No.: 9 0q "S -1
State Contractor's License No. and 0[9.`15yy
Classification: CID,
Title Q
The above information was compiled from the r cords that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. 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 if fewer than all of the partners/joint ventures submit 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 signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf
of the corporation. All must be acknowledged before a Notary Public, who must certify
that such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
16
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
San Bernardino
__.._........................
On
12/3/2014 Hector Zavala _ Notary Public _
before me,
Date Here insert Name and Title of the Officer '
personally appeared ...._.—___._............. Diana Kasbar and Sam Kasbar
_...................____.___._.......................__._......_..................._._...._.._.._......................._.....---..._............._..__... _............
Name(s) of Signer(s)
---------------------------------------------------------------------------------
HECTOR 2AVALA
Commission # 2046822
VA
Notary Public • CaliforniaSan Bernardino CountyComm. Expires Oct 28, 2017
Place Nmwy Seal Above
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/heritheir authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my
Signature
OPTIONAL —
Though fhe information below is not required by taw, it may prove vat
and could prevent fraudulent removal and reattachment of
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: . ......... _....--................ ......_.
Individual
I Corporate Officer — Title(s): __......
i Partner — Limited `' General
Attorney in Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
official seal.
o' Notary
e to persons relying on the document
form to another document.
Number of Pages:
.................. _...... _.... _......... Signer's Name:
Individual --
.. Corporate Officer — Title(s):
Cj Limited [I General
I Attorney in Fact NEU
Tor; of thumb here Top wi thun:h
I 1 Trustee
Guardian or Conservator
I i::.1 Other:
f
Signer Is Representing:
__.-..___..._..._...__
l._.
- _......
t020A7 'Vahc.,a: N)tr.[y Aa.,ac+attart • 9350 00 Soto Ave.. P.C), Box 2402 Uhat:;:uJ th. LR 91313-2402 •:tnvw.Na6onalNctaryarg Ifem #5m7 Raorder:Call Toll -Free t $qQ-876-6$L/
CERTIFICATE OF CORPORATE RESOLUTION
Of
KASA CONSTRUCTION INC.
I, DIANA KASBAR , President of KASA CONSTRUCTION INC., organized and
existing under the laws of the State of California and having its principal place of business at _
15148 Sierra Bonita Lane, Chino, CA 91710 , hereby certify that the following is a true copy of a
resolution adopted by the Board of Directors of the Corporation at a meeting convened and held on
NOVEMBER 09, 2013, at which a quorum was present and voting throughout and that such resolution
is now in full force and effect and is in accordance with the provisions of the charter and by-laws of the
Corporation.
RESOLVED: That the DIRECTORS are hereby authorized and directed to certify to any
interested party that this resolution has been duly adopted, is in full force and effect, and is in
accordance with the provisions of the charter and by-laws of the Corporation.
FURTHER RESOLVED, none at this time.
I further certify that this Corporation is duly organized and existing, and has the power to take the action
called for by the foregoing resolution.
DIRECTORS
DIANA KASBAR 11-09-13
President Date
SAM KASBAR 11-09-13
Vice President Date
SAM KASBAR 11-09-13
Secretary Date
DIANA KASBA (::�� 11-09-13
Treasurer Date
Witness my hand seal of this Corporation on this 9m day of November , 2013 .
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
ACKNOWLEDGEMENT OF ADDENDA
Bidder's namey `fiS f� eofis^ A bll , Iyicl
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum No. Date Received Signature
17
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
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: Il
Name of individual Contractor, Company or Corporation: o6f\
Business Address: v VCS '1?��ti n, v\ o , �„� nn r A ci I1 I D
Telephone and Fax Number: 6�-OCA L%1' PjZlpb qOq L6-7- 62Jo
California State Contractor's License No. and Class: I rg1rpH� L I , CID10-1
(REQUIRED AT TIME OF AWARD) n
Original Date Issued: �"' ��-1 Expiration Date: L `�I ^ 01-01
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: L �`
0 k�� �,0v Aa - X5-1 � waj Uy
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
1111na'A�btkr_
lo -Ll 5";w I z� q176q (qNs-I-SFL6
6 , C rt
7 Z( ai �-JJ 0 ki A -v (S 170 S- o
Corporation organized under the laws of the State of io-cyyY-1 I eA__
10
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows: I n
ly1-�
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;
l�
Briefly summarize the parties' claims and defenses;
�A
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. ,Nb
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 la ompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Yes No
19
Are any claims or actions unresolved or outstanding? Yes/No
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.
Bidder
�►aVA6- V-r,S loc�-
(Print name of Owner or President
of Corporation/C mpany)
uthorized Sign ture/Title
Title
Date
On 12 31 before me, VVe_cLY (�t�lcu� Notary Public, personally
appeared ;Ayre, `I-Cs�otir who proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Not*_1lAbV in and for said State
Commission Expires:
20
(SEAL)
HECTOR # VALA
2046
Commission 2046822
Notary Public - California
San Bernardino County
Mv comm. Expires Oct 26, 2017
PAUL K. TANAKA, Mayo,
TASHA CERDA, MayorPic Tern
DAN ME:DINA, Cauncfnlen�bar
HONALD K. AEJIRI, Gou edd ventber
RACHEL C. JOHNSON, Ccu ndiitrember
1700 WEST 162"'SaREFT l GARCiFNA,CALIFOHNIA9024-/Tt3 / (310)?5i-9560 / FAX(31o)21T-5118
City of Gardena
MARIA E. MARQUE7-BROOKES, City Ciotk
J. INGRID TSUKIYAMA, City Treasurer
MITCHELL G. LANSDELL, City Manager
PETER L. WALLIN, City Attorney
August 19, 2010
KASA Construction Inc.
16 N. Corona Ave.
Ontario. CA 41.764
Project: Arthur Johnson Dark — Restroom F41Cility, JN 819
1200 W. 170th Street
Subject: Letter of Recommendation
To Whom It May Concern:
The City of Gardena would like to thank your company, KASA Construction h -w-, R)r the job well
done and successfully completing the Arthur Johnson Park fte^ ,, room Facility project located to I'.(y)
W. 1701"' St., Gardena, CA 40247. Within the 112 cak:nd ar drys allocated for the project, your
company has shown due diligence and dedication to finish the work 36 Days ahead of schedule, �N hich
greatly benefited the community.
The City of Gardena also acknowledged that the psojeu t was ccnrlplcA due to the electrical, mechanical
and other utility retrofits required for functionality, however, your .attention to the; specifics of the
construction in delaii as well as, proper scheduling ha4 been eery remarkable, resulting to a ob well
done.
In addition to the high level of professional and quality workroanship in the. field, KASA have proven
to maintain the same high level of service on the Project Ylanzag*ewtncni and Adnaini ;tractive portions of
the project.
Again, I would like to expreas my gratitude, izt providing your I iO`,f in completing this much nceded
project for the City of Gardena. We wculd not hesitate; to refer KASA Construction Inc. to other
organizations who are also in need of quality services from such a dedicated and hard working
company.
Sincerely,
.1, wLr,
John elix,Rfolcet Engineer
Public Works Department
September 13, 2010
KASA Construction Inc,
316 N. Corona Avenue
Ontario, CA 91764
Project: Citrus College Campus Safety Landscape Project
To Whom It May Concern:
CITRUS COMMU'tiOTY COLLEGE DISTRICT
BOARD OF TRUSTEES
Mrs, Susan K Keith, President
Glen -mon 1Azusa!La t'erneiPutnons Representative
Dr. Gary L. Woods, trice Presrde.va
A2usa!Co+inalGlendoralirwindale Represenrame
Dr. Parricia Rasmus m, Clerkf5etretnry
G4lemdara/Atasa!San Donas ReprescuLt ise
Mrs. Joanne Montgomery, slember
Monrov oknadbur5{Duarte Representative
Dc Edward C. Ortell, Member
Duart&Arcadi;dAzusa13?¢nrovia Reprc±mrative
Ms. Karine Ponca Sorl nt Represealanve
De G"aidine M. Perri, SuptrrinGemdrntlPresrderet
I am writing this letter of referral to thank your company, KASA Construction Inc., for the due
diligence and dedication in successfully completing the Campus Safety Landscape Project
located at Citrus Community College, 1000 West Foothill Boulevard, Glendora, CA 91741.
KASA Construction worked well within an active campus setting and construction activity.
Product deliveries were coordinated in a manner which was supportive of ongoing campus
business. I have also been pleased with your approach which constantly recognizes the
College's best interest.
KASA Construction provided a safe and clean environment when working on campus and when
students were present. The project was completed on time. We would not hesitate to refer
KASA Construction to other agencies. Your team has remained positive and pro -active
throughout our association in this project administratively and in the field.
It has been a pleasure to work with your team on this project and we look forward in working
with KASA in the future.
Sincerely,
Ro2C. B dshaw
Construction Program Manager
Citrus College
ix,u West Foothill Boulevard
Glendora, CA 9c741-1599
TEL: 62.5.96;.03z;
www.citruscollege.edu
r OF aggq` z1
�`SR4TEtl S`?
DEPARTMENT Of PUBLIC WORKS
To Whom It May Concern:
July 24, 2012
Kasa Construction
In July 2012..Kasa Construction completed work on the Improvements of Oak Grove Drive from Foothill
Boulevard to Berkshire place in the Cities of La Canada Flintrldge and Pasadena Ca, This was an $282,000
project that included both major street rehabilitation, and landscaping betterments. The project is on the
frontage of the La Canada Flintridge High School, and the street serves as the primary access for Jet Propulsion
Laboratory, which has around 20,000 employees.
Kass's performance on this project was excellent and the project looks great. Kasa's staff was responsive and
flexible. Kasa worked hard to keep the project on schedule and to mitigate the impact on the school and on JPL.
In addition, Kasa's experienced staff was helpful in resolving typical construction problems such as changed
conditions and interpretation and implementation of the Plans.
Kasa Construction and the City of Pasadena were able to work out contract problems, such as changes in scope
of work in an open, fair„ and expeditious manner.
The City of Pasadena would be happy to work with Kasa Construction on any future project. Please feel free to
call me at for verbal confirmation of reference.
SiJ
Robert Gardner
Resident Engineer
Department of Public Works
City of Pasadena
Ph. 626-744-4643
Fax 626-744-3823
b ardner ci pasadena.ca us
100 North Garfield Awmue - P.O. Bos 7115 • Pasadena, C4 91109-'215
(626) 7444191
City of Villa Park
17,105 "5'amliggo f'a d r rd; Vdia Park, CaltA),"na 92N61- 4M"
February 23, 2011
KASA Construction
316 North Corona Ave.
Ontario, CA 91764
ew"�t x..trtj,u. ,a"'k,. to S;
Subject: Letter of Recommendation; Taft Ave. Median Project and Lemon Street Trail and
Median Project
To Whom It May Concern:
KASA Construction has completed the subject projects in the City of Villa Park. KASA
completed the projects in a most satisfactory way. The work was done in the time frame allowed
even thought we experienced rain delays. The staff from KASA was very responsive,replying to
our requests on a same day basis. The field team was great to work with and kept the job sites in
a very clean and safe condition_
I am pleased with the final proect results and we have received many compliments from
residents in the community.I would certainly recommend KASA for future projects.
Very truly yours
Joe O'Neil P.E.
City Engineer
City of Villa Park
42434,'"t;4a 'i AS,'3 SSC: ,4.e,aa�bklFta sasZ �2' m `A tfll a a Safi tlaw�i�,o�3 8'�i 4 7 e'�xaai„�6artvaeav��
x
.. ,., .:_.. ,..,.. :.,._ .�, x> at xt 1i ,, tc�tx1441P
tom,
City of
SANTA CLARnA
23920 Valencia Boulevard • Suite 300 - Sana C:arita, California 91355-2195
Phonc: (661) 259-2499 • FAX! (561) 259-8125
w ,mnta-darita.com
January 4, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation; Valencia Industrial Center Median Improvements,
Project BI008
To Whom It May Concern:
On behalf of the City of Santa Clarita, we would like to thank KASA Construction for their
exemplary performance in completing the Valencia Industrial Center Median Improvements,
Project B1008, located on Avenue Stanford and Avenue Scott.
KASA Construction completed this project with diligence and commitment, maintaining the
highest level of professionalism, attention to detail, and work ethic. The project management
team always kept the City's best interests in mind and if a problem or issue were to arise, KASA
Construction always resolved it in a quick and efficient manner.
KASA Construction's scheduling and coordination was extremely smooth, which was further
perpetuated by their closely -monitored traffic control and safety precautions. They maintained an
excellent relationship with the City inspection team, and kept the job running in a compliant and
organized fashion. In many instances, KASA Construction went beyond the City's expectations
in order to assure that the project was delivered at the highest standard possible.
The City could not be more pleased with the final project result. It has been a pleasure working
with KASA Construction and we would not hesitate to recommend their outstanding services.
We would like to express our gratitude for a job well done and look forward to working together
again soon.
Sincerely,
I rancisco J L,ujan
Project Manager
FJL:dp
S4'\NENG-CIVIVmmtk .aSANcommcnEationivdoc
cc: Curtis L. Nay, Assistant City Engineer
Harry Corder, Senior Engineer
"Avon
MAYOR P440 fEW
IMAM
FANOA x ME"I.TA
CNA."b k",%V
STF11k% t,
August 25, 2010
KASA Construction Inc.
Attn: Sam Kasbar
316 N. Corona Ave.
Ontario, CA 91764
i CDSSEM AF'`, t rww FuiFitu , , S, 7Y'O
TL,S'>.P! dC 'stir")x 'xa?
FAX kEM'
Project : Rosemead / Walnut Grove Median Beautification and Traffic Congestion
improvemietits ..
Subject: Letter of Recommendation
I would like to thank KASA Construction for a job well done. When the job was awarded, the
Agency was a little concerned due to the fact that KASA was a rather new company. Now that
the job is done, you have far surpassed the commits initially made and in -turn, the City of
Rosemead has received an exceptional finished project. Not only was the quality of work
outstanding, the project was completed before schedule and under budget.
The project was constructed on a main city artery which exposed the work to potential political
criticism. Fortunately, City Council, Staff, and the Community had nothing but positive
comments. I truly hope you win more project with the City of Rosemead as it has been a
pleasure working with KASA Construction.
Rafael Fajardo
Project Manager
City of Rosemead
LCC3 Construction Service, Inc
DSA Testing & Inspection * LC.E.O Testing & Inspection Ern ;nqmwntal 5er'�ices
Geotechnical Services Labor Coniplianev SerricQs m Proue,u.tt p,r cnu�;c,acaa
Construction h-ianagornont
October 6, 2010
Mr. Sam Kasbar
Kasa Construction
316 N. Corona Ave.
Ontario, Ca 91764
Dear Mr. Kasbar,
It is with great pleasure that 1 write this testimonial for Kasa Construction. As Vice President of
Construction for LCC3 Construction Services, Inc, I have been afforded the opportunity to benefit
firsthand from the talents of the Kasa Construction project team. This testimonial is best exemplified
in the following example.
In June of 2010 Kasa Construction started a project for the Pomona Unified School District which
was being managed by me as owner's agent. This project consisted of reconstructing a hill slope
which had started to fail and was causing damage to one of the district's elementary school
campuses. The project was scheduled to complete under a tight time line and reduced budget.
Larry Edwards, Project Superintendent, and his support team's relentless commitment to cost
containment; schedule recovery and customer satisfaction truly made the difference in the
successful completion of the above mentioned project. I am pleased to share that not only did the
project complete under budget, but do to Mr. Edward's commitment to the success of the project it
came in on schedule with no disruption to any school programs.
Kasa Construction's project team always searched for the best solution whenever possible and kept
the goal of the project in sight. I found the project team to be professional, courteous, and very
organized.
I have added Kasa Construction to our contractor list and I look forward to working with the Kasa
Construction team in the near future.
Sincerely,
BllLol't- wear
Brian Watt
Vice President, Construction
LCC3 Construction Services, Inc
Cc: File
4205 .lumpa Sheet # 203
Ontario, Ca 91761
Offiec: (909) 390-0500 • Fa% (800) 420-3407
Ctty e,)i mt1lukir r
September 12, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation, Torrey Pines Park Project 10-40109GP7343
To Whom It May Concern:
On behalf of the City of Murrieta, we would like to thank KASA Construction for their exemplary
performance in completing the Torrey Pines Park Project, #10-40109GP7343.
KASA Construction completed this project with diligence and commitment, maintaining the highest leve.,
of professionalism, attention to detail, and work ethic. The project management team always kept the
City's best interest in mind and if a problem or issue arose, KASA Construction always resolved it in a
quick and efficient manner,
KASA Construction's scheduling and coordination was extremely smooth. They maintained an exceil-,nt
relationship with the City inspection team and kept the job running in a compliant and organi2ed
fashion. In many instances, KASA Construction went beyond the City's expectations in order to assure
that the project was delivered at the highest standard possible.
The City of Murrieta could not be more pleased with the final project result! It has been a pleasure
working with KASA Construction and we would not hesitate to recommend their outstanding services.
We would like to express our gratitude for a job well done and look forward to working together again m
the future.
Sincer y;
t { �
?,/eff Cadien
Project Manager
1Cmw
1 Town Souarc, 24601 Jefferson Avenue • Murrieta, California 92562
phone: 951.304.C'Y (2489) • fax: 951.698.4509 • "c'o: murricta org
June 20, 2011
KASA Construction
316 North Corona Avenue
Ontario, CA 91764
Subject: Letter of Recommendation; Terrace Park Improvements Project.
To Whom It May Concern:
On Behalf of the City of Redlands, we would like to thank KASA Construction for their
exemplary performance in completing the Terrace Park Improvements project.
KASA Constniction completed this project with diligence and commitment, maintaining
the highest level of professionalism, attention to detail and work ethic. The project
management team always kept the City's best interest in mind and if a problem or issue
were to arise. KASA always resolved it in a quick and efficient manner.
The City could not be more pleased with the final project results. It has been a pleasure
working with KASA and we would not hesitate to recommend their outstanding services
to others. We would like to express our gratitude for a job well done and look forward to
working together again.
Sincerely,
57
Bassam Alzammar
Construction Manager
"Preserving the Past, Protecting the Future"
P.O. BOX 3005 a REDLANDS, CA 92373
City of Newport Beach
BACK BAY VIEW PARK MAINTENANCE
Contract No. 5892
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.
21
BACK BAY VIEW PARK MAINTENANCE
CONTRACT NO. 5892
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 11th
day of February, 2015 ("Effective Date"), by and between the CITY OF NEWPORT
BEACH, a California municipal corporation and charter city ("City"), and KASA
CONSTRUCTION, INC., a California corporation ("Contractor'), whose address is
15148 Sierra Bonita Lane, Chino, California 91710, and is made with reference to the
following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of clearing and grubbing,
grading, hardscape improvements, landscape establishment and maintenance,
irrigation improvements, providing as -built drawings, and all other incidental
items of work necessary to complete the work in place (the "Project" or "Work").
C. 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, it is mutually agreed by and between the undersigned
parties as follows:
1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 5892, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by
reference. 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.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed
and materials to be furnished shall be in strict accordance with the provisions of the
Contract Documents. Contractor is required to perform all activities, at no extra cost to
City, which are reasonably inferable from the Contract Documents as being necessary
to produce the intended results.
3. COMPENSATION
3.1 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 Three Hundred Ten Thousand Four Hundred
Dollars and 00/100 ($310,400.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 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, including tsunamis,
and which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the term of the Contract. Contractor has designated Tony Kasbar to be its
Project Manager. Contractor shall not remove or reassign the Project Manager without
the prior written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public
Works Director, or designee, shall be the Project Administrator and shall have the
authority to act for City under this Contract. The Project Administrator or designee shall
represent City in all matters pertaining to the Work to be rendered pursuant to this
Contract.
Kasa Construction, Inc. Page 2
6. 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. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with
the Government Claims Act (Government Code 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall
be addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Diana Kasbar
Kasa Construction, Inc.
15148 Sierra Bonita Lane
Chino, CA 91710
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Kasa Construction, Inc. Page 3
Work, provided that Contractor is in compliance with the terms of this Contract.
Anything in this Contract that may appear to give City the right to direct Contractor as to
the details of the performance or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of
the Work.
9.1 Contractor shall obtain, provide and maintain at its own expense during
the term of this Contract both of the following: (1) a Faithful Performance Bond in the
amount of one hundred percent (100%) of the total amount to be paid Contractor as set
forth in this Contract in the form attached as Exhibit B and incorporated herein by
reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred
percent (100%) of the total amount to be paid Contractor as set forth in this Contract
and in the form attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a 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.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in
the State of California.
10. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
11. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
Kasa Construction, Inc. Page 4
Insurance Requirements attached hereto as Exhibit C, and incorporated herein by
reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting power
or twenty-five percent (25%) or more of the assets of the corporation, partnership or
joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of per diem
wages in the locality in which the work is to be performed for each craft, classification,
or type of workman or mechanic needed to execute the contract. A copy of said
determination is available by calling the prevailing wage hotline number (415) 703-4774,
and requesting one from the Department of Industrial Relations. All parties to the
contract shall be governed by all provisions of the California Labor Code — including, but
not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the
job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractors Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of
any subcontractors. Nothing in this Contract shall create any contractual relationship
between City and subcontractor, nor shall it create any obligation on the part of City to
pay or to see to the payment of any monies due to any such subcontractor other than as
otherwise required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
Kasa Construction, Inc. Page 5
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of
the Project by Contractor, or its subcontractors, or its workers, or anyone employed by
either of them.
16.2 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 Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees
and volunteers (collectively, the "Indemnified Parties") from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this Contract,
any Work performed or Services provided under this Contract including, without
limitation, defects in workmanship or materials or Contractor's presence or activities
conducted on the Project (including the negligent, reckless, and/or willful acts, errors
and/or omissions of Contractor, its principals, officers, agents, employees, vendors,
suppliers, subconsuitants, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to
require Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Contract. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and private
property. Contractor shall be liable for any private or public property damaged during
the performance of the Project Work.
16.6 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.
Kasa Construction, Inc. Page 6
16.7 Nothing in this Section or 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 above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order
after the change order is executed and notification to proceed has been provided by the
City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Contract by City. Contractor shall indemnify and hold harmless City
for any and all claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the
provisions of this Contract at the time and in the manner required, that party shall be
deemed in default in the performance of this Contract. If such default is not cured within
a period of two (2) calendar days, or if more than two (2) calendar days are reasonably
required to cure the default and the defaulting party fails to give adequate assurance of
due performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting
party written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
Kasa Construction, Inc. Page 7
Section, City shall pay Contractor for Services satisfactorily performed and costs
incurred up to the effective date of termination for which Contractor has not been
previously paid. On the effective date of termination, Contractor shall deliver to City all
materials purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator.
20.3 integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall
govern this Contract and all matters relating to it and any action brought relating to this
Contract shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
Kasa Construction, Inc. Page 8
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. 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.
22. 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.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Kasa Construction, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTO N Y'S OFFICE
Date: Z
By:
Aaron C. Harp CkM o%12a I I s
City Attorney
ATTEST:
Date: 3�/3. )h
By: &- �"
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: /7 '-�-\-�-- I "-
By:
Ed kand D. S
Mayor
CONTRACTOR: Kasa Construction, Inc.,
a Califor is orporation
Date: Z I Ll 15--
By:
tBy:
Diana Kasbar
President/Treasurer
Date
Presidbnt/Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Kasa Construction, Inc. Page 10
** In Duplicate **
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 609005561
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Kass
Construction, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of clearing and grubbing, grading,
hardscape improvements, landscape establishment and
maintenance, irrigation improvements, providing as -built drawings, and all other
incidental items of work necessary to complete the work in place, in the City of Newport
Beach, in strict conformity with the Contract on file with the office of the City Clerk of the
City of Newport Beach, which is Incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute the Contract 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,The Ohio Casualty Insurance
Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, In the sum of
Three Hundred Ten Thousand Four Hundred Dollars and 00/100 ($310,400.00)
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 some, 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 attorneys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
Kass Construction, Inc. Page A-1
required by and in accordance with the provisions of Sections 9500 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 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 201h day of February 20 Is
Kasa Construction, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
62 Maple Avenue, Keene, NH 03431
Address of Surety
(858) 255-3988
Telephone
Authorized S), natureffitle
Authorized Agent Signature
Matthew R. Dobyns, Attorney -in -Fact
Print Name and Title
NOTARYACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Kasa Construction, Inc. Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document
State of California
Countyf -->.A6er vxrd xo i )ss.
On 7-72T!,115— 1� 20 before me, yayA-
Notary x.s 'Public, personally appeared �;a uta ,y—
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(iss), and that by his/her/their signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
Instrument
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is two and correct.
my hand and official seal.
ACKNOWLEDGMENT
A notary public or other officer completing this
Certificate vadf es only the Identity of the individual
VIP signed the document to which this certificate is
attad*d, and not the truthfulness, accuracy, or
i*Iidity of that document.
HECTOR 2AVALA
Commission # 2046622
Notary Polak . California
San 6emardino County
comm. Fx Uas Oet 26.2017
(seal)
r
c }� vrcwidA `YT^'
State of California
County of
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that ha/shelthey executed the
same in hislher/their authorized capacity(ies), and that by histher/their signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Kasa Construction, Inc. Page A-3
THIS POWER OF ATTORNEY IS NOT VALID UNLESS ITIS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. tz 42i)
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company -
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS ThatAmencan Fire& Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the. State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts; and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Company L pursuant to and by authority herein set forth, does hereby name: constitute
' and appoint, Matthew R. Dobvns„ Randy Soohn
all of itis city of .Santa Ana , state of GA - each individually if there be more than one named, its true and lawful attorney -m -fact to make, execute seal acknowledge
and deliver for and on its behalf as surety and as its act and deed, any and all undertakings bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this alst day of March 2014
S,
American Fire and Casualty Company
a
The Ohio Casualty Insurance Company
w
`-Liberty Mutual Insurance Company
-:
West American Insurance Company
H
44)
Byz
STATE OF PENNSYLVANIA ss David M Care . Assistant Secretary
m
_
COUNTY OF MONTGOMERY
tiOn
this 31st day of Marchtot^ ,. before me personalty appeared David M Carey, who acknowledged himself to be the Assistant Secretary of American fire and
r0
O ar
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and WestAmencan Insurance Company, and that he, as such being authonzed so to do.
to
p R
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer,
c W
m >
IN WITNESS WHEREOF I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and yzar first above written
o E0.
m
O
.6
<
Q M
c n
By ClgLp�� /CQY�iu
as
O i
Teresa Pastella, Notary Public
y
60
i
0
oa
a°R
R
This Power of Attomey is made and executed pursuant toandbyaulhomyofthe foilowingBy-laws and Authonzabons ofArearrican Fire and Casualty Company, The OlnoCasuafty Insurance
;M0
y r
Company. :Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows
tMy
m 4
ARTICLE N -OFFICERS -Section 12 PowerofAttomey Any officer orothei official of the Corporation authorized forlhat purpose in writing bythe Chairman or the President, and subject
C11
o c
to such timitatjon as the Chairman or the President may prescribe shall appoint such atfomeys-in-fact: as may be necessary to act m behalf of the Corporation to make: execute seal,
y ID
0 1acknowledge
and deliver as surety any and all undertakings, bonds, recognizaneesand other surety obligations.. Suchattomeys-in-fact subject to the limitations set forth in their respective
m
'p 3
E y^
powers of attorney shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation: When so
'� m
p m
executed such instruments shall be as binding as if signed by the President and attested to by the Secretary Any poweror authority granted to any representative or attomey-in-fait under
> M
.0 A
the provisions of this article maybe revoked at any time by the Board, the Chairman, the President or by the officeror officers granting such power or authonty,
4,0
t
m
>`
ARTICLE XIII -Execution of Contracts -SECTION S Surety Bonds and Undertakings Any officerof the Company authorized forthal purpose in writing by the chairman or the president,
00
and subject to such limitations as the chairman or the president may prescribeshall appoint such affomm
eys--fact, as maybe necessary to act in behalf of the Company to make: execute,
C4
Zu
seal, acknowledge and deliver: as surety any and all undertakings: bonds recognizances and other surety obligations Such affomeys-in-fact subject to the limitations set forth in their
= 00
respective powers of attorney, shall have full powerto bind the Companyby their signature and execution' of any such mstmments and to attach thereto the seal ofthe Company When so
00
executed such instruments shall be as binding as if signed by the president and attested by the secretary,
0,
O Bt
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey Assistant Secretary to appoint such attemeys-m-
F_
fact as may be necessary to act on behalf of the Company to make execute, seal acknowledge and deliver as surety any and all undertakings;: bonds, recognizances and other surety
obligations
:Authorization - By unanimous consent of the Companys Board of Directors the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appealing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed
1, Gregory W Davenportthe undersigned, Assistant Secretaryof American Fire and Casualty Company The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said
.Companies, is in full force and effect and has not been revooked.
IN TESTIMONY I have hereunto set my hand and affixed the seals of said Companies this 20th .dayof Febivary 20 15
By
Gregor; W Davenport. Assistant Secretary
Lms 12873 122013
- 49 of 200
[STAIRIVUH) LIMA
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
State of CALIFORNIA
County
On L j ILA( I (A J 1 before me ERIKA GUIDO NOTARY PUBLIC
personally appeared MATTHEW R. DOBYNS
who proved to me on the basis of satisfactory evidence to be the person(s)
whose names) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their
authorized capacity (les), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(&)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
ERIKAGUIDO�
WITNESSmAAd ak n^d official seal.
COMM. # 2022671 g
NOTARY PUBLIC CALIFORNIA
ORANGE COUNTY
91 m17
Though the data below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
® ATTORNEY-IN-FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER: _
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
SHE FINATED ON THF
lFWAII IGo &T PRt6E
Ft L 6O
** In Duplicate **
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 609005561
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 4,525.00 , being at the
rate of $ 2% 1st Took & 1.2%Balance thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Kasa
Construction, Inc. hereinafter designated as the "Principal," a contract for the work
necessary for the completion of this contract consists of clearing and grubbing, grading,
hardscape improvements, landscape establishment and
maintenance, irrigation improvements, providing as -built drawings, and all other
incidental items of work necessary to complete the work in place, in the City of Newport
Beach, in strict conformity with the Contract on file with the office of the City Clerk of the
City of Newport Beach, which Is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Contract.
NOW, THEREFORE, we, the Principal, and The Ohio Casualty 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
Three Hundred Ten Thousand Four Hundred Dollars and 00!100 ($310,400.00)
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.
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 City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Kasa Construction, Inc.
M
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 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 formai acceptance
of the Project by 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 20th day of _ February 2015
Kasa Construction, Inc.
Name of Contractor (Principal)
The Ohio Casualty Insurance Company
Name of Surety
62 Maple Avenue, Keene, NH 03431
Address of Surety
(858) 255-3988
Telephone
1 / L29:�_:
Authorized Agent Signa ure
Matthew R. Dobyns, Attorney -in -Fact
Print Name and Title
NOTARYACKNOXEDGMENTS OF
CONTRACTOR AND SURETY MUST BEATTACHED
Kass Construction, Inc. Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document,
State of California
County of `JaN ?Ie� A,✓dm a } as.
On 2 - 2 3 .20 1 — before me,
Notary Public, personally appeared is"a 4s1dAr
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(tes), and that by his/her/their signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct,
my hand and official seal.
HECTOR 2AVALA
umircCommtsalon # 2046822
onart.
Notary Public • California iSan Bernardino County Ez sires Oct 28, 2017
(seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
O
State of California
County of ' W.
On 20L_before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that ha/shefthey executed the
same in histheritheir authorized capactly(tes), and that by his/her/their signatures(s) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Kass Construction, Inc. Page B-3
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.: :
Certificate No 6 Oc,423
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTSr ThatAmencan Fire &Casualty Company and The Ohio Casualty Insurance Company am corporations duly organized under the laws of
the State of New Hampshire: that Liberty Mutual Insurance Company is a corporation duly organized underthe Iaws of the State of Massachusetts, and WestAmedcan Insurance Company
is a corporation dulyorganized under the laws of the State of Indiana (herein collectively called the "Companies"),. pursuant to and by authority herein set forth, does hereby name, constitute
and appoint. .Matthew R.: Dobvnsc Randy Soohn
all of the city of Santa Ana , state of CA each individually if there be more than one named, its true and lawful aflomey-in-fact to make, execute, seal, acknowledge
and deliver, for andon its behalfas surety and as its act and deed, any and all undertakings,. bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 31st day of Margin -: 2014
7
a
Amencan Fire and Casualty Companyo
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
N
West erican Insurance Company
r-
By:
0)
00i
_
.:STATE OF PENNSYLVANIA : ss -David M Carey Assistant Secretary
>1'..
C
++'m
COUNTY OF MONTGOMERY
a
Id a7
Onthis 31st day of March 2014, before me personally appeared David M Carey, who acknowledged himself to be the Assistant Secretary of Amencan Fire and
m O
w a>
Casualty Company, Liberty Mutual Insurance Company The Ohio Casualty Insurance Company, and West Amencan Insurance Company, and that he, as such being authorized so to do
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer
d W
m >
IN WITNESS WHEREOF. I have hereunto subscribed rrynama and affixed my notarial seal at Plymouth Meeting, Pennsylvania on the day and year firef above written
O: CL
Iti 3
�'O �
QM
1a
� ��
By: ��
,
BIT
0 v
Teresa Pastella , Notary Public
N
v
O
..
-
3
m
OE
to
C m
This PowerufAftomey is made and executedpursuanttoandby authority of the following By-laws andAuthonzabons ofAmencan Fire and Casualty Company, The Ohio Casualty Insurance
00
Company Liberty Mutual Insurance Company and WestArriencan Insurance Company which resolutions are now in full force and effect reading as folkim,
y o
Raiff
ARTICLE IV -OFFICERS -Section l2 PowerofAttomey Any officer or official of Corporation authorized torihat purpose in wmmg bythe Chairman Sithe President and subI ct
ci
o r.,
to such limitation as the Chairman or the President may prescribe, shall appoint such adomeys-io-fact.. as may be necessary toad in behalf of the Corporation to make, execute seal,
> m
O
acknowledge and dekveras surety any and all undertakings, bonds, recognizances and other surety obligations: Such attomeysiw4act, subject to the limitations set forth in their respective
:'p
E
w
powers of aftomey, shall have full power to bind the Corporation by their signature and execution of any such insbumenls and to attach thereto the seal of the Corporation. When
3
w
O ea
so
executed such mstturmlits shall be as binding as 0 signed by thePresident and attested to by the Secretary. Any poweror authority granted to any representative or attorney m -fact under
to
> X)
Tthe
provisions of this article may be revoked at anytime by the Board, the Chairman, the President or by the officer orofficers granting such power or authom-
'.
dy a
=
ARTICLE XIII Execution of Contracts -SECTION 5. Surety Bonos and Undertakings Any officeiof the Company authorized for that purpose in wribng by the cnaiiman or the president
�C
E.M
Land
subject to such hmda ions as the chairman orthe president may prescribe, shall appoint such attorneys-ir-fact, as maybe necessaryto act in behalf of the Company tomake, execute:
10 o
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations: Such attomeys-in-fad subject to the limitations set forth in their
_ OP
respective powers of attorney, shall have full power to bind the Company by their signature and execubon of any such instruments and to attach thereto the seal of the Company.: When so
executed such instruments shall be as binding as if signed by the president and attested by thesecretaryO.
'.
m
O..
Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attomeys'n-
~
fact as may be necessary to act on behalf of the Company to make, execute, seal,, acknowledge and deliver as surety any and all undertakings, bonds, moogmzances and other surety
obligations
Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that f rcaimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appeanng upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed
I, Gregory W Davenport, the undersigned Assistant Secretary, of Amencan Fire and Casualty Company The Ohio Casualty Insurance Company. Liberty Mutual Insurance Company. and
West Amencan Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full. true and correct copy of the Power of Attorney executed by said
Companies, is in full force and effect and has not been revoked
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 20th : day of February 2Q"
Gregory W Davenport, Assistant Secretary
WS 1287 _122013:
- 52 01 200
-1 • R• t .,�, .. • ";Y
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
State of CALIFORNIA
On L4 P V l W4, i before me ERIKA GUIDO NOTARY PUBLIC
personally appeared MATTHEW R. DOBYNS
® who proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/{ger/their
authorized capacity fies), and that by his/Ief/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the persons)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
=✓`�E WITNESS myband and official seal.
w.. ERIKAGUIDO
- COMM. # 2022671 \�
NOTARY PUBLIC CALIFORNIAN 1 '
$
ORANGE COUNTY
expires May 5, 2017 J iJVP IWf7\_/
natur f Notary
Though the data below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
® ATTORNEY-IN-FACT
TRUSTEE(S)
Fj GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of
the subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
Kasa Construction, Inc. Page C-1
insured contract (including the tort liability of another assumed in a
business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
Kasa Construction, Inc. Page C-2
documents referenced in this Contract must be returned to City within ten
(10) regular City business days after the date on the "Notification of
Award". Insurance certificates and endorsements must be approved by
City's Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during
the term of this Contract. City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any
time during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days
advance written notice of such change. if such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher Limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Contractor. Any available proceeds in excess of specified minimum
limits of insurance and coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use
any self-insured retentions on any portion of the insurance required herein
and further agrees that it will not allow any indemnifying party to self -
insure its obligations to City. If Contractor's existing coverage includes a
Kasa Construction, Inc. Page C-3
self-insured retention, the self-insured retention must be declared to City.
City may review options with Contractor, which may include reduction or
elimination of the self-insured retention, substitution of other coverage, or
other solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Contract, or to suspend Contractor's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Contractor or
reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to
apply to the full extent of the policies. Nothing contained in this Contract
or any other agreement relating to City or its operations limits the
application of such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this
or any other Contract or agreement with City. Contractor shall provide
proof that policies of insurance required herein expiring during the term of
this Contract have been renewed or replaced with other policies providing
at least the same coverage. Proof that such coverage has been ordered
shall be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be
provided to City with five (5) calendar days of the expiration of the
coverages.
Kasa Construction, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 2/25/15 Dept./Contact Received From: Raymund
Date Completed: 3/2/15 Sent to: Raymund By: Chris
Company/Person required to have certificate: Kasa Construction
Type of contract: All Others
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 1/22/15-1/22/16
A.
INSURANCE COMPANY: Peerless Insurance Company
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 or greater): What is limit provided?
1,000,000/2,000,000
E.
ADDITIONAL INSURED ENDORSEMENT— please attach
® Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?)
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
X Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY:
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION:
Operations status does not apply to Waste Haulers)
Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
® Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
® Yes ❑ No
J.
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
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
® N/A ❑, Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑, N/A ® Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 2/21/14-4/20/15
A.
INSURANCE COMPANY: American Insurance Company
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 - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
1,000,000
E.
LIMITS Waiver of Auto Insurance 1 Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
® N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes ® No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 2/18/15-2/18/16
A. INSURANCE COMPANY: State Fund
B. AM BEST RATING (A-: VII or greater):
C. ADMITTED Company (Must be California Admitted):
❑ Yes
❑ No
D. WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
1,000,000
F. WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H. NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
® N/A ❑ Yes ❑ No
V POLLUTION LIABILITY
N/A ❑ Yes ❑ No
V BUILDERS RISK
® N/A ❑ Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No
IF NO WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
3/2/15
Date
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management
* Subject to the terms of the contract.
Date
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BACK BAY VIEW PARK
MAINTENANCE
CONTRACT NO. 5892
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 3
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. 5892 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
The bid amount entered for the additive bid item is for the sole purpose of City
information. The City may, during construction, elect to construct one, all or none of
these additive bid items throuah Chanae Order(sl.
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization and Demobilization
Anu s,z?gdDoliars
and
em 'VCents $ S
Lump Sum
2. Lump Sum Clean and Grub Site
@ 544ee t f6i5a idD011arS
and
"Z--v--Ye Cents $ ��
Lump Sum
PR2of3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Grading (On -Site Earthwork)
@Sin t�&tkSnH Dollars
and
Ze v r, Cents $>
Lump Sum
4. Lump Sum Hardscape
d
7 e vi\ Cents $ sl.7.600
Lump Sum
5. Lump Sum Site Amenities
@ J✓e n}� L -USA -Ad Dollars
and
2C)C4 Cents $ $yle-,@0
Lump Sum
6. Lump Sum Landscape and Irrigation
and""
Cents
�F,(3 Ae+ )«rs
ZeYc> Cents $ $ 101,2
Lump Sum
7. Lump Sum Provide As -Built Plans
@at . dim Dollars
and
7 Pry Cents
Lump Sum
BASE BID - TOTAL PRICE IN WRITTEN WORDS
and ZQy Cents $__ j 7/-/,, 4/447
BASE BID - Total Price (Figures)
PR3of3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
ADDITIVE BID ITEMS:
Lump Sum Additional Meadow Planting
@5�f��,' thoa5a,�ollars
and
e Cents $
Lump Sum
Lump Sum Additional Decomposed Granite Walkway and Overlook
@ Se-yej}� -VAId,j-10 *Ilars
Rd
7.ea-6 Cents $ 00
Lump Sum
ADDITIVE BID ITEMS - TOTAL PRICE IN WRITTEN WORDS
and '`t 1 YO Cents
12-1")-N
Datgoq ySB2-t,,D
C1uc� x-15`7— 8z�o1
Bidder's Telephone and Fax Numbers
g - A,�)Ickc) , LEI
Bidder's License No(s)
and Classification (s)
Bidder's email address:
$ 1 36,.000
ADDITIVE BID ITEMS - Total Price (Figures)
SSR o n�JnL-on., I Ay
Bidder n
PS
adder's Autl�o`rized Signature and Title
101 Uyo--
Bidder's Address Gi W rip CA ci 1 `70
Cary}
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BACK BAY VIEW PARK
MAINTENANCE
CONTRACT NO. 5892
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. P -5232-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2009 Edition), including supplements. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased at the Public Works 7
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
clearing and grubbing, grading, hardscape improvements, landscape establishment and
maintenance, irrigation improvements, providing as -built drawings, and all other
incidental items of work necessary to complete the work in place."
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete this section and replace with the following: "The Contractor shall, prior to the
beginning of work, inspect the project for existing survey monuments and then schedule
a meeting with the City Surveyor to walk the project to review the survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
Page 1 of 76
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Record of
Survey or Corner Records with the County of Orange upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup Replace this section with the following:
"(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 ............................................ 15
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, one (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 (prior to any markups) 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
4-1.3 Inspection Requirements
Add Section 4-1.3.4 Inspection and Testing
4-1.3.4 Inspection and Testing
All material and articles furnished by the Contractor shall be subject to rigid inspection,
and no material or article shall be used in the work until it has been inspected and
accepted by the Engineer. The Contractor shall furnish the Engineer full information as
to the progress of the work in its various parts and shall give the Engineer timely (48 -
Page 2 of 76
hours minimum) notice of the Contractor's readiness for inspection. Submittals are
required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 - UTILITIES
5-1 LOCATION
Add the following after the 3`d paragraph: "Within seven (7) Calendar days after
completion of the work or phase of work, the Contractor shall remove all USA utility
markings. Removal by sand blasting is not allowed. Any surface damaged by the
removal effort shall be repaired to its pre -construction condition or better."
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.
Add Section 5-7 ADJUSTMENT TO GRADE
5-7 ADJUSTMENTS TO GRADE
The Contractor shall adjust or replace to finish grade of 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, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
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.
6-1.1 Construction Schedule
Add the following between the first and second paragraphs of this section:
Page 3 of 76
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to the pre -construction meeting.
Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General
Add to this section: The Contractor shall complete all work under the Contract
within 70 consecutive working days after the date on the Notice to Proceed. The
plant establishment period is 60 consecutive calendar days and shall commence after
the Engineer has determined the work as completed and accepted. The plant
maintenance period is 60 consecutive calendar days and shall commence after the
Engineer has determined the plant establishment phase as completed and accepted.
The Contractor shall ensure the availability and delivery 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."
6.7.1.2 Order of Work. Plant material shall not be installed until the irrigation
system has been tested and accepted by the Engineer.
6-7.2 Working Days
Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), 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 0, 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 31St(New Year's Eve). If the holiday falls
on a Sunday, the following Monday will be considered the holiday. if the holiday falls on
a Saturday, the Friday before will be considered the holiday."
Add the following Section 6-7.4 Working Hours
Page 4 of 76
6-7.4 Working Hours
Normal working hours are limited to 7:30 a.m. to 4:00 p.m., Monday through
Friday. All work requiring the closure of vehicular travel lane(s) shall take place
between 9:00 a.m. and 3:00 p.m. only.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
6-9 LIQUIDATED DAMAGES
Revise sentence three to read: "For each consecutive calendar day after the time
specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the
City or have withheld from moneys due it, the daily sum of $500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that the above liquidated damages
per day is the minimum value of the costs and actual damage caused by the failure of
the Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
Add to the end of this section: If the Contractor elects to use City water, he shall
arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of
the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly
charge for meter use, a charge for water usage and any repair charges for damage to
the meter.
Page 5 of 76
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.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing of such water
7-7 COOPERATION AND COLLATERAL WORK
Add to this section: City forces will perform all shut downs of water facilities as required.
The Contractor shall give the City seven calendar days notice of the time he desires the
shutdown of water and/or sewer facilities to take place.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m, will
be allowed. The Contractor will be responsible for completing all water connections
within the time period allowed. The times and dates of any utility to be shut down must
be coordinated with the Engineer. The City must approve any nighttime work in
advance. It is the Contractor's responsibility to notify the affected business and
residents of the upcoming water shutdown with a form provided by the Engineer at least
48 hours minimum in advance of the water shut down."
The Contractor shall provide and install new water meter and valve boxes. Existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve
boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th
Street. The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the City of Newport Beach Utilities Division at (949) 644-3011."
7-8 WORK SITE MAINTENANCE
Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.4.3 Storage of Equipment and Materials in Public Streets
Delete the first paragraph and add the following: Construction materials and equipment
may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in
advance. 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 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.
Page 6 of 76
7-8.6 Water Pollution Control
Add to this section, Surface runoff water, including all water used during sawcutting
operations, containing mud, silt or other deleterious material due to the construction of
this project shall be treated by filtration or retention in settling basin(s) sufficient to
prevent such material from migrating into any catch basin, Newport Harbor, the beach,
or the ocean. The Contractor shall also comply with the Construction Runoff Guidance
Manua/ which is available for review at the Public Works Department or can be found
on the City's website at www.newportbeachca.gov/publicworks and clicking on permits,
then selecting the link Construction Runoff Guidance Manual. Additional information
can be found at www.cleanwaternewport.com."
7-8.6.2 Best Management Practices (BMPs)
Add to this section: 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.
7-8.7.2 Steel Plates
"Steel plates utilized for trenching shall be the slip resistant type per Caltrans
Standards. In addition, steel plates utilized on arterial highways shall be pinned and
recessed flush with existing pavement surface."
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
Page 7 of 76
Add to this section: The Contractor shall provide traffic control and access in
accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic
Control Handbook (WATCH), also published by Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7-10.3)."
7-10.3 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 showing typical
closures and detour plans(s). The Contractor shall be responsible for processing and
obtaining approval of a traffic control plans from the City's Traffic Engineer. The
Contractor shall adhere to the conditions of the traffic control plan. Typical closures
shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following
items:
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 shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners.
5. At a minimum, the Contractor shall maintain one lane of traffic in each
direction when completing their work.
6. Sidewalk closures in non-residential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
Page 8 of 76
7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure."
7-10.4 Safety
7-10.4.1 Safety Orders
Add to this section: The Contractor shall be solely and completely responsible for
conditions of the job -site, including safety of all persons and property during
performance of the work, and the Contractor shall fully comply with all State, Federal
and other laws, rules, regulations, and orders relating to the safety of the public and
workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
Add the following Section 7-10.5 "No Parking" Signs
7-10.5 "No Parking" Signs
The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs) which he shall post at least forty-
eight hours in advance of the need for enforcement. The signs will be provided by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
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 City of Newport Beach "Temporary Tow -Away, No Parking"
signs are 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 non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
Add the following Section 7-10.6 Notice to Residents
7-10.6 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 City will provide the notice.
Forty-eight hours prior to the start of construction, the Contractor shall distribute to the
residents a second written notice prepared by the City clearly indicating specific dates
in the space provided on the notice when construction operations will start for each
Page 9 of 76
block or street, what disruptions may occur, and approximately when construction will
be complete. An interruption of work at any location in excess of 14 calendar days shall
require re -notification. The Contractor shall insert the applicable dates and times at the
time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
Add the following Sections:
7-15 CONTRACTOR'S LICENSES
At the time of the award and until completion of work, the Contractor shall possess a
California's Contractor's "A" license. In addition, all landscape and irrigation
improvements shall be completed by a landscape contractor or subcontractor with a "C-
27" license. At the start of work and until completion of work, the Contractor and all
Sub -contractors shall possess a valid 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. Any changes to the approved plans that have been made with
approval from the Engineer shall be documented on the "As -Built" drawings.
The "As -Built" 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,
Page 10 of 76
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 and Demobilization: Work under this item shall include,
but not be limited to, all labor, tools, equipment and materials costs for providing bonds,
insurance and financing, establishing a field office, preparing the BMP Plan, installing
and maintaining temporary construction fencing, protection of existing facilities,
preparing and updating construction schedules as needed, attending construction
progress meetings as needed, and all other related work as required by the Contract
Documents. It shall also include work to demobilize from the project site including but
not limited to site cleanup, removal of USA Markings and providing any required
documentation as noted in these Special Provisions.
Item No. 2 Clear and Grub Site: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and material for removing and disposing of
the existing appurtenances, plant materials, tree trunks and roots, rodents and any
rodent damage, debris; and all other work items as required to complete the work in
place.
Item No. 3 Grading (On-site Earthwork): Work under this item shall include, but
not be limited to, the cost of all labor, tools, equipment and material costs rough and
precise grading, excavating, compaction, soils testing, placement of soil in its final
location as shown on the construction plans. This bid item will be paid for by lump sum.
Item No. 4 Hardscape: Work under this item shall include, but not be limited to, the
cost of all labor, tools, equipment and material costs for all hardscape improvements
shown on the construction plans and specification including, but not limited to, full
compensation for soil compacting, installation of decomposed granite (DG) paving,
pathways, concrete footings and all other work items as required to complete the work
in place, while protecting decorative boulder/plaque.
Item No. 5 Site Amenities: Work under this item shall include, but not be limited to,
the cost of all labor, tools, equipment and material costs for all site amenities shown on
the construction plans and specifications including, but not limited to, full compensation
for benches, trash receptacles, bike racks and decorative boulder/plaque relocation.
Item No. 6 Landscape and Irrigation: Work under this item shall include, but not
be limited to, all labor, tools, equipment and material costs for all landscape and
irrigation improvements shown on the construction plans and specification including, but
not limited to, full compensation for fine grading, agronomic testing go existing soil to
confirm compatibility with the proposed landscape material, soil amendments, mulch,
weed abatement, 60 -day plant establishment period followed by a 60 -day maintenance
period.
Page 11 of 76
Item No. 7 As -Built Drawings: Work under this item shall include all actions
necessary to provide "as -built" construction. As -built drawings must be kept up to date
and submitted to the Engineer for review prior to request for payment.
The above payment items shall be used as the sole basis for measurement of work
completed in accordance with the Plans and these Special Provisions.
The following additive bid items may be added to the contract after award of the
base contract. Contractor will be notified prior to start of work on Back Bay View Park.
No increase to these additive bid items will be allowed.
ADDITIVE BID ITEMS
Additive Bid Item No. 1 Add Additional Meadow and Improvements as Per
Plan: Work under this item shall include, but not limited to, the cost of all labor,
equipment and materials for clearing and grubbing, installation of rabbit fencing,
installation of decorative boulders, constructing decomposed granite landing for future
bike Fix -It station, furnishing and installing bike racks, furnishing and installing
additional meadow area, planting with rose pot Carex pansa (California Meadow
Sedge), rose pot Sisyrinchium bellum (California Blue -Eyed Grass), soil amendments,
providing plant photos, and all other items as required to complete the work in place.
Additive Bid Item No. 2 Add Additional Decomposed Granite, Entry Planting
and Improvements as Per Plan: Work under this item shall include, but not limited to,
the cost of all labor, equipment and materials for clearing and grubbing, furnishing and
installing additional decomposed granite walkway, installing decorative boulders, stone
steps in the walkway, planting with rose pot Carex pansa (California Meadow Sedge),
rose pot Sisyrinchium bellum (California Blue -Eyed Grass), 1 -Gallon Opuntia litoralis
(Prickly Pear), 1 -Galion Salvia Bee's Bliss (Bee's Bliss Salvia), soil amendments,
providing plant photos, irrigation modifications including providing additional valve and
additional heads as needed to sufficiently irrigate new meadow and all other items as
required to complete the work in place.
9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the
following: "From each progress estimate, five (5) percent will be retained by the
Agency, and the remainder less the amount of all previous payments will be paid."
Add to this section: "Partial payments for mobilization and traffic control shall be
made in accordance with Section 10264 of the California Public Contract Code."
PART 2 CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS
Page 12 of 76
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class
Add to this section: Portland Cement concrete for construction shall be Class 560-C-
3250.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2.1 Reinforcing Steel
Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A
615 with 2 -inch minimum cover unless shown otherwise on the plans.
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
212-1.1 Topsoil
212-1.1.1 General
Add to this section "Topsoil shall be Class "A" as defined in Subsection 212-1.1.2 of the
Standard Specifications and shall conform to the following:
A. Grading:
Sieve Size Percent Passing Sieve
25.4 mm (1 -inch) 95-100
9.51 mm (%-inch) 85-100
53 Micron (270 mesh) 10-30
B. Chemistry: Suitability Considerations:
1. Salinity: Saturation Extract Conductivity (ECe x 103 @ 25 degrees C.) less
than 4.0.
2. Sodium: Sodium Absorption Ratio (SAR) less than 9.0.
3. Boron: Saturation Extract Concentration less than 11.0 PPM.
4. Reaction: pH of Saturated Paste: 5.5 - 7.5.
212-1.2 Soil Fertilizing and Conditioning Materials
212-1.2.3 Commercial Fertilizer
Add to this section "Commercial fertilizers shall conform to the following:
Page 13 of 76
A. Tri -C 6-2-4+5%S, as supplied by Tri -C Enterprises, Chino, CA. Telephone:
800.927.3311
B. Best -Pak (20-10-5) controlled release fertilizer bags, as supplied by J.R. Simplot
Co, Lathrop, CA, Telephone: 800.992.6006
1. Nitroform (38-0-0) as supplied by Hercules MCW Plant, Louisiana.
212-1.2.5 Mulch
Revise this section to read "Mulch shall be Forest Floor Nitrolized Mulch, zero (0) inch
to two (2) inches diameter free of sticks, dirt, dust and other debris as supplied by
Aquinaga Fertilizer Co. Irvine, CA".
Add the following Section 212-1.2.6 Soil Mixes
212-1.2.6 Soil Mixes
Soil mixes for soil preparation and plant pit backfill shall conform to the following:
A. Surface Soil Preparation:
4 cubic yards Nitrogen fortified organic soil amendment
7 lbs Soil Sulfur
75 lbs Gypsum
15 lbs 6-24-24XB
B. Backfill Mix for On -Grade Plant Pits:
One (1) cubic yard of backfill
Two (2) lbs iron sulfate
Three (3) lbs gypsum
Add the following Section 212-1.5.4 Anti -Desiccant
212-1.5.4 Anti -Desiccant
Anti -desiccants for retarding excessive loss of plant moisture and inhibiting wilt shall be
a sprayable, water insoluble vinyl-vinyledine complex which will produce a moisture
retarding barrier not removable by rain. Anti -desiccants shall be "Wilt-pruf Formula
NCF" as manufactured by Nursery Specialty Products, Greenwich, Connecticut, or
accepted equal.
PART 3 CONSTRUCTION METHODS
SECTION 300 ---EARTHWORK
Page 14 of 76
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
hftp://newportbeachca.gov/index.aspx?paqe=157 and then selecting the link Franchised
Haulers List."
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 for Public Works Construction 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
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas
of roadway removal and replacement.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items."
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words "1?/2 inch" of the last sentence
with the words "two (2) inches".
Add the following Section 301.5 Solid Waste Diversion
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 and provide appropriate confirmation documentation
Page 15 of 76
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention."
SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - SOIL PREPARATION
PART 1 -GENERAL
1.01 DESCRIPTION
A. Related Requirements: Review the General Contract Conditions and
Division One, General Requirements, of these Special Provisions, which
contain information and requirements that apply to this Section.
B. Work Included:
Provide planting media amendment
Amending of existing for planting
Amending of sub -grade soil
Weed abatement
Machinery and loading restrictions
C. Related Work in Other Sections:
Earthwork and Topsoil Placement - Subsection 308-2
Planting - Subsection 308-4
Irrigation System Installation- Subsection 308-5
Maintenance and Plant Establishment - Subsection308-6
1.02 QUALITY ASSURANCE
A. Requirements of Regulatory Agencies: All work and materials shall be in
full accordance with latest rules and regulations of safety orders of
Division of Industrial Safety and all other applicable laws and regulations
of the City of Newport Beach, California.
B. Applicable Standards: All references to the Standards as described below
shall mean the current or latest editions:
• "Standard Specifications" - Standard Specifications for Public Works
Construction
• "ASTM" - American Society for Testing and Materials.
• "DIS" - Division of Industrial Safety.
Page 16 of 76
C. Certificates of Inspection: Provide those required by law for transportation,
with invoice. File copies of certificates with City Engineer after acceptance
of material. Inspection by governmental officials at point of origin does not
preclude rejection of materials at project site.
1.03 SUBMITTALS
A. Samples and Product Data: Prior to delivery to site, submit samples(S)
certification(C) and manufacturers' literature (ML) for the following items:
1. Organic Amendments: S of one (1) pt. for each type, C or ML
2. Soil Mixes: S of Y2 -Ib for each type and C.
3. Sand: S of Y2 -Ib and C.
4. Chemical Additives: S of one (1) pint for each type, C and ML.
5. Perforated Drain -line: S of One (1) Linear Foot and ML.
6. Filter Fabric: S of One (1) square foot and ML.
7. Drain Rock: S of One (1) Pint and C.
B. Test Data: Submit all laboratory test data for all materials.
C. Submittal Schedule: All products in this section which is required for
submittal shall be included in one Division Two submittal package.
D. Approved Testing Laboratory and Procedures for Agronomic Soil Fertility
Analyses: To be provided by City of Newport Beach,
1. Agronomic Soil Fertility Analyses shall be conducted by a reputable,
certified, agronomic soils laboratory. Laboratory shall be a member of the
Council on Soil Testing and Plant Analysis. The same laboratory shall be
used throughout the duration of the Contract:
a). Wallace Laboratories, EI Segundo, CA. 310-615-0116.
b). Soil and Plant Laboratory, Orange, CA. 714-282-8777.
c). Fruit Growers Laboratory, Santa Paula, CA. 805-659-0910.
2. Contractor shall verify and confirm the selected Testing Laboratory and
specific location(s) of soil sample(s) with the Landscape Architect prior to
commencing soil sampling operations.
3. Submit the physical Samples directly to the selected Laboratory for
analysis, per the procedures outlined per Part III herein this Section.
a). In addition to the physical Soil Samples, Contractor shall also provide
the Laboratory with a copy of the Soil Amendment and Fertilizer
products indicated herein this Section.
4. Along with the testing data results, the Agronomic Soil Fertility Analysis
shall include written recommendations by the Laboratory for amending
and/or correcting the sampled soil conditions, utilizing the organic -based
Soil Amendments and Fertilizers described herein this Section.
a). The Analyses shall also include Maintenance and Post -Maintenance
fertilization programs for planted areas within the Contract.
Page 17 of 76
Agronomic Soil Fertility Analyses shall be performed on each of the native
site soil samples, the imported topsoil (as required) and lightweight soil
mix (as required).
Agronomic Soil Fertility Analysis shall include testing results for the
following:
H;
Salinity (electro -conductivity);
Measurement of sodicit Sodium Absorption Ratio);
Estimate of soil texture and soil organic matter;
Presence of lime;
Saturation extracts for nitrate, sulfate, sodium, calcium,
magnesium, potassium, soluble phosphate, and boron;
Parasitic nematodes;
Herbicide contamination;
(For Lightweight Soil Mixes): Test for physical and chemical
composition, and saturated weight per cu.ft.
E. Submit two (2) bound copies of the laboratory's Agronomic Soil Fertility
Analysis and Recommendations to Landscape Architect a minimum of
fourteen (14) days prior to amending of the soil and ordering soil
amendments. The locations of where each of the soil test samples were
derived from the Project Site shall be keyed to the site plan and shall be
included with the results.
F. Planting operations shall not commence until the results of the Agronomic
Soil Fertility Analysis and Recommendations are reviewed accordingly by the
Landscape Architect.
1. The quantity or type of amendments may be modified by the Landscape
Architect within fourteen (14) days of receipt of the results. The
Agronomic Soil Fertility Analysis and Recommendations shall take
precedence over the amendment and fertilizer application rates specified
herein or on the Contract Documents.
G. The Agronomic Soil Fertility Report/Recommendation shall take precedence
over the amendment and fertilizer application rates specified herein or on the
Contract Documents.
H. Submittals under this Article (including Samples) will be rejected without the
benefit of review by the Landscape Architect if they are difficult to read due to
insufficient scale, poor image quality, or poor drafting quality; or if the
required information is missing or not presented in the format as requested.
No Work shall proceed under this Section until Submittal requirements
indicated herein have been reviewed accordingly by the Landscape Architect.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
Page 18 of 76
A. Labeling: Furnish standard products in unopened manufacturer's standard
containers bearing original labels showing quantity, analysis and name of
manufacturer.
B. Storage: Store products with protection from weather or other conditions
which would damage or impair the effectiveness of the product in
conformance with Subsections 4-1 of the Standard Specifications.
1.05 ANALYSES OF SAMPLES AND TESTS
A. Sampling: City Engineer reserves the right to take and analyze samples
of materials for conformity to specifications at any time. Furnish samples
upon request by City Engineer.
1.06 FINAL ACCEPTANCE
A. Acceptance: Work will be accepted by the City Engineer upon satisfactory
completion of all soil preparation work.
B. Notification: Notify City Engineer for review of soil preparation prior to
proceeding with planting operations.
PART 3 - EXECUTION
3.01 SOIL PREPARATION
A. General: Soil preparation work shall be in conformance with Subsection
308-2.3 of the Standard Specifications.
1. Moisture Content: Do not work soil when moisture content is so
great that excessive compaction will occur, nor when it is so dry
that dust will form in air or, that clod's will not break readily. Apply
water, if necessary, to bring soil to an optimum moisture content for
tilling and planting.
2. Clearing of Debris: Clear all planting areas of stones one (1) inch
diameter and larger, weeds, debris and other extraneous materials
prior to amending existing soil.
B. Preparation of Existing Soil:
1. Verification of Existing Grades: Verify that grades are within one
(1) inch plus or minus of the required finished grades. Report all
variations to the City Engineer.
2. Clearing of Debris: Clear all planting areas of stones one (1) inch
diameter and larger, weeds, debris and other extraneous materials
prior to amending existing soil or spreading imported topsoil.
Page 19 of 76
C.
3. Cultivation: Rip or cultivate all planting areas to a depth of eight (8)
inch) immediately prior to amending existing soil. Rototill to reduce
soil clods to a maximum diameter of one (1) inch in the top eight (8)
inches.
Soil Amendments and Fertilizers:
Gypsum: Commercially -processed and packaged agricultural -grade hydrated
calcium sulfate product (CaSO4), 92.0% minimum, pH at 7.1.
a. Commercial -Grade Products & Manufacturers: Subject to compliance with
requirements, provide products by one (1) of the following:
Ben FranklinTm No. 1 Agricultural Gypsum, U.S. Gypsum Company 900%
Good Stuff GypsumTM, Art Wilson Company or equal, as approved by the
Landscape Architect.
2. Potassium Nitrate (13-0-44): Commercial or agricultural -grade product
containing approximately 44% potassium.
3.02 WEED ABATEMENT
A. General: Weed abatement work shall be in conformance with Subsection
308-2.3 of the Standard Specifications.
1. Weed abatement work shall not begin until irrigation sprinkler
systems for the prescribed area are installed and operable.
B. Weed Abatement:
1. Manually remove all existing unwanted vegetation and dispose of it
off site.
2. Fertilize all planting areas with a 12-12-12 commercial fertilizer at
the rate of three hundred lbs (300) per acre and begin watering
process.
3. Upon completion of the irrigation system, water all areas four (4)
times daily for 21 consecutive days and until weed seeds have
germinated. Cease watering for three (3) days. Spray a non-
selective contact herbicide (Roundup Pro or Rodeo) to eradicate
the germinated weeds. Waiting period prior to clearing weeds shall
be seven (7) to ten (10) days.
4. Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to
a minimum depth of '/-inch inch below the surface of the soil.
Remove all cleared weeds and legally dispose of off-site.
5. Re -water cleared planting areas four (4) times daily for 14 -
consecutive days, until new growth appears. Re -apply herbicide.
Clear weeds, after seven (7) to ten (10) days or an approved
alternate time period. Remove all cleared weeds and legally
dispose of offsite.
Page 20 of 76
C. Cultivation of Topsoil:
Cultivation of Topsoil:
a. Cultivation: Following Soil Leaching and Weed Eradication operations, rip
or cultivate areas of existing soil to receive planting to the following depth,
prior to applying soil amendments:
1). Six -inches (6").
b. Following initial cultivation of Topsoil, uniformly broadcast and
cultivate/blend the materials indicated in the following Planting Soil
Amendments Schedule, with the Topsoil, to a minimum six-inch (6")
depth:
c. Planting Soil Amendment Schedule:
Soil AmendmentlFertilizer
Ratio
Potassium Nitrate
8 pounds / 1,000 SF
Gypsum
100 pounds 11,000 SF
d. Complete finish grading operations per Section 312219 — Landscape
Grading.
3.03 DRAINAGE OF PLANTING AREAS
A. Surface Drainage:
1. Discrepancies: Provide proper surface drainage of planted areas.
Submit in writing all discrepancies in the Drawings or
Specifications, or prior work done by others, which Contractor feels
precludes establishing proper drainage.
2. Correction: Include description of work required for correction or
relief of said condition.
B. Detrimental Drainage, Soils and Obstructions:
1. Notification: Submit in writing all soils or drainage conditions
considered detrimental to growth of plant materials. State condition
and submit proposal and cost estimate for correcting condition.
2. Correction: Submit for acceptance a written proposal and cost
estimate for the correction before proceeding with work.
3. Obstructions: If rock, underground construction work, tree roots or
other obstructions are encountered in the performance of work
under this section, submit cost required to remove the obstructions
to a depth of not less than six (6) inch below the required soil
depth.
3.04 CLEAN-UP
A. Keep all areas of work clean, neat and orderly at all times in conformance
with Subsection 7-8 of the Standard Specifications.
Page 21 of 76
B. Upon completion of work, remove off the site all surplus materials, tools,
equipment, rubbish and debris resulting from the work in conformance
with Subsection 7-8 of the Standard Specifications.
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — IRRIGATION
PART 1 - GENERAL
1.01 SCOPE OF WORK:
A. Furnish all labor, materials, appliances, tools, equipment facilities,
transportation, and services necessary for and incidental to performing all
operations in connection with the installation of "Landscape Irrigation"
complete, as shown on the drawings and/or described herein.
B. Related work in other sections:
1. Landscape Planting
2. Landscape Maintenance
1.02 QUALITY ASSURANCE AND REQUIREMENTS:
A. Permits and Fees:
1. The Contractor shall obtain and pay for any and all permits and all
inspections as required.
B. Manufacturers Directions:
1. Manufacturers directions and detailed drawings shall be followed in
all cases where the manufacturers of articles used in the contract
furnish directions covering points not shown in the drawings and
specifications.
C. Ordinances and Regulations:
1. All local, municipal and state laws and rules and regulations
governing or relating to any portion of this work are hereby
incorporated into and made a part of these specifications and their
provisions shall be carried out by the Contractor. Anything
contained in these specifications shall not be construed to conflict
with any of the above rules and regulations or requirements of the
same. However, when these specifications and drawings call for or
describe materials, workmanship, or construction of a better quality,
higher standard, or larger size than is required by the above rules
and regulations, the provisions of these specifications and
drawings shall take precedence.
Page 22 of 76
D. Contractor Responsibilities:
1. A qualified superintendent shall be present on the site at all times
during the progress of the work. The superintendent shall be fluent
in the English language.
2. The Contractor shall train each person in techniques for making
correct solvent and rubber gasket joints prior to their performing
work on the site.
3. The Contractor shall protect work and materials from damage
during construction and storage. Polyvinyl chloride, (PVC) pipe
and fittings shall be protected from dirt and sunlight.
4. The Contractor shall assume responsibility for damage to existing
construction and shall restore damaged property to the original
condition to the satisfaction of the City.
5. The Contractor shall handle plastic pipe and fittings carefully and
store undercover to avoid UV or other damage.
6. Immediately notify the City in case of discrepancies.
7. Do not proceed with installation in areas of discrepancy until all
such discrepancies have been resolved. If the Contractor provides
and installs material or performs work without resolving such
discrepancies, the Contractor shall be fully responsible for
removing, restocking and re -installation of such areas until all
discrepancies are resolved to the City's satisfaction.
E. Site Safety:
1. Erect and maintain barricades, warning signs, lights and/or guards
as necessary or required to protect all persons on the site.
F. Explanation of Drawings:
1. Due to the scale of drawings, it is not possible to indicate all
offsets, fittings, sleeves, etc. which may be required. The
Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work accordingly,
furnishing such fittings, etc. as may be required to meet such
conditions. Drawings are essentially diagrammatic and indicative
of the work to be installed. The work shall be installed in such a
manner as to avoid conflicts between irrigation systems, planting,
and architectural features.
Page 23 of 76
2. All work called for on the drawings by notes or details shall be
furnished and installed whether or not specifically mentioned in the
specifications.
3. The Contractor shall not willfully install the irrigation system as
shown on the drawings when it is obvious in the field that
obstructions, grade differences or discrepancies exist that might
not have been considered in the irrigation design. Such
obstructions or differences should be brought to the attention of the
City Inspector. In the event this notification is not performed, the
irrigation contractor shall assume full responsibility for any revisions
necessary to correct these discrepancies.
1.03 SUBMITTALS:
A. Material List:
1. The Contractor shall furnish the articles, equipment, materials, or
processes specified by name in the drawings and specifications.
No substitutions shall be allowed without prior written approval the
City Inspector.
2. Submittals shall be provided within ten (10) working days from the
award of the contract. The complete material list shall be
submitted prior to the starting of any work. Catalog data and full
descriptive literature shall be submitted. Although equipment on
the plans may be different from the examples below, the following
is a guide for proper submittal format:
Item No Description ManufacturerModel Size(s)
1. Backflow Preventer Febco 860 2"
2. Pop-up Spray Head Rainbird 1806 NA
3. Material list must include all irrigation materials utilized on the
project including fittings, glue, primer, etc.
B. Substitutions:
1. The contractor may submit proposed substitutions for equipment
and materials listed on the irrigation plans in the following manner.
The landscape contractor shall submit to the City Inspector for
approval on a separate sheet of contractor's letterhead paper the
following:
a. A statement indicating the reason for making each individual
proposed substitution(s).
Page 24 of 76
b. Provide descriptive catalog literature, performance charts
and flow charts as required for each item the contractor
proposes to substitute, including the sales/manufacturer's
regional telephone number.
C. Provide the amount of cost savings or overage if the
proposed substitute item is approved.
2. Substituted equipment of materials installed or furnished without
prior approval of the City Inspector may be rejected and the
Contractor required to remove such materials from the site at his
own expense. The City shall have the sole discretion in accepting
or rejecting any proposed substitution.
3. No exception taken to any item, alternate or substitute indicates
only that the product apparently meets the requirements of the
drawings and specifications on the basis of the information or
samples submitted. All items must meet or exceed these
specifications.
4. Manufacturers warranties shall not relieve the Contractor of his
liability under the guarantee. Such warranties shall only
supplement the guarantee.
5. Manufacturers warranty is required on any product offered.
6. If, in the opinion of the City, the substitution proves to be
unsatisfactory, the Contractor shall remove such work and replace
it with the originally specified item at the Contractor's own cost.
C. Updated Controller Charts:
1. Record drawings shall be evaluated by the Landscape Architect
and/or City Inspector before controller charts are prepared.
2. Provide two (2) controller charts for each controller, unless
otherwise directed by the City Inspector.
3. The chart shall show the area controlled by each automatic
controller and shall be sized ''/2' smaller than the controller door on
all sides.
4. The chart is to be a reduced drawing of the actual record drawings.
However, in the event the controller sequence is not legible when
the drawing is reduced, it shall be revised and made readable when
the final controller chart is completed.
5. The chart shall be at least a 30# presentation bond copy. A
Page 25 of 76
differing color shall be used to indicate each valve and the same
color used to identify the area of coverage for that valve.
6. When completed and approved, the chart shall be hermetically
sealed by a plastic lamination process. The plastic laminating
sheets shall each be a minimum of 20 mil. thick.
7. Controller charts shall be completed and approved prior to final
inspection of the irrigation system.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Handling of PVC Pipe and Fittings:
1. The Contractor is cautioned to exercise care in handling, loading,
unloading, and storing of PVC pipe and fittings. All PVC pipe shall
be transported in a vehicle which allows the length of pipe to lie flat
so as not to subject it to undue bending or concentrated external
load at any point. Any section of pipe that has been dented or
damaged will be discarded and, if installed, shall be replaced with
new pipe.
A. The guarantee for the irrigation system shall be made in accordance with
the attached form. The general conditions and supplementary conditions
of these specifications, if any, shall be filed with the City or his
representative prior to acceptance of the irrigation system.
B. A copy of the guarantee form shall be included in the Operations and
Maintenance Manual.
C. The beginning date of the one year guarantee shall be from the written
final acceptance date established by the City at the end of the
Maintenance Phase. If no Maintenance Phase is included in the contract,
the beginning date shall be from the acceptance date established by the
City at the end of the Construction Phase.
D. The guarantee form shown below shall be re -typed onto the Contractor's
letterhead and contain the following information:
GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM
We hereby guarantee that the irrigation system we have furnished and installed is free
from defects in materials, equipment and workmanship, and the work has been
completed in accordance with the drawings and specifications. We agree to repair or
replace any defects in material equipment or workmanship which may develop during the
Page 26 of 76
period of one year from the date of acceptance. We also guarantee to repair or replace
any damage resulting from the defects, or the repairing or replacing of such defects at no
additional cost to the City . We shall make such repairs or replacements within a
reasonable time as determined by the City after receipt of written notice form the City. All
repair work shall completed to the satisfaction of the City. In the event of our failure to
make such repairs or replacements within a reasonable time after receipt of written notice
from the City, we authorize the City to proceed to have said repairs or replacements
made at our expense. We will pay the costs and charges therefore upon demand. Any
temporary repairs made by others to keep the irrigation system operable, does not void or
relieve the Contractor of his responsibilities during the guarantee period.
PROJECT:
ADDRESS:
LOCATION:
SIGNED:
ACCEPTANCE:
SIGNED:
PHONE:
PART 2 — PRODUCTS
2.01 MATERIALS:
A. General:
Use only new materials of brands and types noted on the drawings,
specified herein, or approved equivalents.
B. PVC Non -Pressure Lateral Line Pipe:
1. Non -Pressure buried lateral line pipe shall be PVC Schedule 40
with solvent -weld joints.
2. Pipe shall be made from NSF approved, Type 1, Grade II PVC
compound conforming to ASTM resin specification D1784. All pipe
must meet requirements set forth in Federal Specification PS -22-70
with an appropriate standard dimension ratio.
3. Except as noted in paragraphs 1 and 2 of this section, all
requirements for non -pressure lateral line pipe and fittings shall be
the same as that for solvent -weld pressure main line pipe and
fittings.
C. Threaded Nipples:
Threaded nipples shall be standard weight, schedule 80, grey, with
molded threads.
Page 27 of 76
2. Assemble threaded fittings using teflon tape applied to male
threads only.
D. Joint Primer:
1. Type as recommended by manufacturer of pipe.
E. Joint Cement:
1. Solvent type as recommended by manufacturer.
F. Ball Valves:
1. Shall be as specified on plans.
G. Electric Remote Control Valves:
1. Electric control valves shall be of the size and type shown on the
drawings.
2. Unless otherwise noted on plan or construction details, all electric
control valves shall have a manual flow adjustment.
3. Provide and install one control valve box for each electric control
valve.
4. Provide and install Christy tags with valve sequence for each valve.
H. Valve Boxes:
1. Ball Valves: Use 10" diameter x 10-1/4" round boxes, Carson
industries #910-12B with green bolt down cover or approved equal.
Extension sleeve shall be PVC -6" minimum size.
2. Electric Control Valves: Use 12"x17"x7" deep rectangular boxes,
Carson Industries #1419A -12B with green bolt down cover or
approved equivalent.
3. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom
diameter and 10-1/4" deep round box with lock bolt cover. Box
shall be green in color.
4. Identification numbers and letters shall be branded onto the box
lids in 2 inch high letters and numbers as follows:
a. Remote Control Valves — "RCV+Controller Designaton Letter
+ Valve Number", ie, "RCV-A13".
Page 28 of 76
5. Vehicle traffic area boxes shall be concrete with cast-iron lid
designed for vehicle traffic use.
1. High Voltage Wiring:
1. Electrical work shall conform to all applicable codes, ordinances
and union authorities having jurisdiction. Only qualified electricians
shall work with high voltage design, equipment or wiring.
J. Control Wiring:
1. Connections between the automatic controllers and the electric
control valves shall be made with direct burial copper wire AWG -UF
600 volt. Pilot wires sharing the same automatic controller shall be
the same color. Common wire shall be white in color. Provide
different colors for each controller installed on the same project.
Install wire in accordance with valve manufacturers specifications
and wire chart. In no case shall wire size be less than #14. Wire
sizes shall be 14 ga. up to 4,000' from valve to controller.
2. Wiring shall occupy the same trench and shall be installed along
the same route as pressure supply or lateral lines wherever
possible.
3. Where more than one wire is placed in a trench, the wiring shall be
secured together with vinyl cable ties at intervals of ten (10) feet,
and placed under the pipe for protection from shovels.
4. An expansion curl shall be provided within three (3) feet of each
wire connection. The expansion curl shall be of sufficient length at
each splice connection at each electric control valve so that in case
of repairs, the valve bonnet may be brought to the surface without
disconnection of the control wires. Control wires shall be laid
loosely in the trench without stress or stretching of control wire
conductors.
5. All splices shall be made with Scotch Lok, Connnector Kings, or
King "One -Step" wire connectors. Use one wire connector per
wire splice. An expansion loop of 18 inches shall be provided at
each wire connection and/or directional turn.
6. Field splices between the automatic controller and electric control
valves will not be permitted without prior approval of the City
Inspector.
7. All extra valve wires and the common wire, shall extend from the
controller to a pull box at the farthest valve location for future or
spare wires as denoted on plans.
Page 29 of 76
K. Cable:
1. All data communications wire connecting flow sensors to the
electronics that are buried below grade, with or without conduit,
shall be constructed to direct burial specifications similar to
Telecommunications Exchange Cable (REA PE -89).
2. The cable shall be constructed of 20AWG or larger copper
conductors twisted into pairs of varying lengths to prevent cross
talk. Conductors shall be insulated with polyethylene or propylene
with a suggested working voltage of 350 volts. The cable shall
feature an aluminum -polyester shield and be finished with a black
high-density polyethylene jacket. The cable should be equivalent
to Belden No. 9883 or Anxiter E-000319DFC.
3. It is important that all wire connections be absolutely watertight with
no leakage to ground or shorting from one conductor to another.
Epoxy type wire connector kits such as 3M Series 3500 Scotch-
LOK connector packs or 3M Series 7000 Epoxy Wire Connector
Kits shall be used. If one connector is used for both wire
connections, the splices shall be staggered to prevent shorting.
Install per manufacturer's specifications.
4. sprinkler body.
PART 3 — EXECUTION
3.01 INSPECTION:
A. Site Conditions:
1. All scaled dimensions are approximate. The Contractor shall check
and verify all site dimensions.
2. Exercise extreme care in excavating and working near existing
utilities. Contractor shall be responsible for damage to utilities that
are caused by his operations or neglect. Check existing utility
drawings or call utility companies for existing utility locations.
3. Coordinate installation of sprinkler irrigation materials, including
pipe, so there shall be no interference with utilities, other
construction or planting or trees, shrubs and ground covers.
4. The Contractor shall carefully check all grades to satisfy him that
he may safely proceed before starting work on the sprinkler
irrigation system. Verify that the specified depths for buried
materials and equipment can be maintained.
Page 30 of 76
5. Verify that landscape irrigation systems may be installed in
accordance with all pertinent codes, regulations, design, reference
standards and the manufacturer's recommendations. Any
installation not in conformance with the above shall be removed
and returned at the Contractor's expense.
6. Grades shall be within a tolerance of +/- 0.10 foot prior to installing
irrigation systems.
A. Physical Layout:
1. The irrigation lines as indicated on the drawings are diagrammatic.
All piping and equipment shall be installed within the project
boundaries, even if shown outside the boundaries on the drawings.
Equipment or piping shown outside the boundaries on the drawings
is for design clarity only. Install all piping and equipment within
planting areas.
2. Prior to installation, the Contractor shall stake out all pressure
supply lines, routing and location of sprinkler heads. Install all
materials and piping to avoid conflict with trees, shrubs, and all
underground utility services. Contact the City Inspector
immediately if obstructions prevent routing as denoted on plans.
3. Lay out irrigation heads and make any minor adjustments required
due to differences between actual site conditions and the drawings.
Adjustments shall be maintained within the original design intent
and only after receiving approval from the City Inspector. Do not
exceed the maximum or minimum spacing indicated by the
manufacturer.
B. Water Supply:
1. Sprinkler irrigation system is existing.
C. Electrical Supply:
1. Electrical points of connection are existing.
3.03 INSTALLATION:
A. Trenching:
1. Dig trenches straight to support pipe continuously on bottom of the
trench. Lay pipe to an even grade. Trenching excavation shall
Page 31 of 76
follow layout indicated on the drawings or as noted
a. Provide for a minimum of eighteen- (18) inches cover for all
pressure supply lines.
b. Provide for a minimum of twelve- (12) inches cover for all
non -pressure lateral lines.
C. Provide for a minimum of eighteen- (18) inches cover for all
control wiring.
d. Refer to civil engineer's plans for boring or trenching across
paving or under streets.
B. Backfilling:
1. The trenches shall not be backfilled until all required tests are
performed. Trenches shall be carefully backfilled with the
excavated materials approved for backfilling, consisting of earth,
loam, sandy clay, sand or other approved materials, free from large
clods of earth, stones, asphalt, concrete or other construction or
organic debris such as plant refuse.. Backfill shall be mechanically
compacted in landscaped areas to a dry density equal to adjacent
undisturbed soil in planting areas. Backfill will conform to adjacent
grades without dips, sunken areas, humps or other surface
irregularities.
2. A fine granular material backfill will be initially placed on all lines.
No foreign matter larger than one-half (112) inch in size will be
permitted in the initial backfill.
3. If settlement occurs and subsequent adjustments in pipe, valves,
sprinkler heads, lawn or planting, or other construction are
necessary, the Contractor shall make all required adjustments
without cost to the City.
C. Assemblies:
1. Routing of sprinkler irrigation lines as indicated on the drawings is
diagrammatic. Install lines (and various assemblies), in such a
manner as to conform to the details on the drawings.
2. Install no multiple assemblies on plastic lines. Provide each
assembly with it's own outlet.
3. Install all assemblies specified herein in accordance with respective
detail. In the absence of detail drawings or specifications
pertaining to specific items required to complete work, perform
such work in accordance with the best standard practice and with
the manufacture's specifications. PVC pipe and fittings shall be
Page 32 of 76
thoroughly cleaned of dirt, dust and moisture before installation.
Installation and solvent welding methods shall be as recommended
by the pipe and fitting manufacturer.
4. On PVC to metal connections, the Contractor shall work the metal
connections first. Teflon tape shall be used on male threads on all
threaded PVC to PVC, and on all threaded PVC to brass pipe
connections. Red lead and boiled linseed oil shall be applied to
male threads on all galvanized pipe connections. Light wrench
pressure is all that is required. Where threaded PVC connections
are required, use threaded PVC adapters into which the pipe may
be welded.
5. Open pipe or tubing ends shall be taped closed during installation
to prevent any foreign matter from entering the system.
D. Line Clearance:
1. All lines shall have a minimum clearance of six (6) inches from
each other and from lines of other trades. Parallel lines shall not
be installed directly over one another. In case of reclaimed water
crossings, refer to local cross connection details and codes.
2. Place location tape 6" above all mainline piping, low voltage and
high voltage wiring.
E. Remote Control Valves:
1. Install valves where shown on the drawings and per details. When
grouped together, allow at least twelve (12) inches between valve
boxes. Install each remote control valve in a separate valve box.
Square boxes with adjacent paving in a neat manner, squared to
the walk and each other. Allow a minimum of 12" between valve
boxes if grouped together.
F. Flushing of System:
1. After all new sprinkler pipe lines and risers are in place and
connected, and all necessary diversion work has been completed,
and prior to installation of sprinkler heads, the control valves shall
be opened and a full head of water used to flush out the system.
2. Sprinkler heads shall be installed only after flushing of the system
has been accomplished.
G. Sprinkler Heads:
1. Install the sprinkler heads or emitters as designated on the
Page 33 of 76
drawings. Sprinkler heads and/or emitters to be installed in this
work shall be equivalent in all respects to those itemized on the
drawings.
2. Spacing of sprinkler heads and/or emitters shall not exceed the
maximum as indicated on the drawings. In no case shall the
spacing exceed the maximum recommended by the manufacturer.
3.04 TEMPORARY REPAIRS:
A. The City reserves the right to make temporary repairs as necessary to
keep the sprinkler system equipment in operating condition. The exercise
of this right by the City shall not relieve the Contractor of his
responsibilities under the terms of the guarantee as herein specified.
3.05 FIELD QUALITY CONTROL:
A. Adjustment of the System:
1. The Contractor shall flush clean and adjust all sprinkler heads for
optimum performance and to prevent overspray onto walks,
roadways and buildings as much as possible.
2. If it is determined that adjustments in the irrigation equipment will
provide proper and more adequate coverage, the Contractor shall
make such adjustments prior to planting at the contractor's cost.
Adjustments may also include changes in nozzle sizes and degrees
of arch as required.
3. Lowering or raising of sprinkler heads by the Contractor shall be
accomplished within five (5) days after notification by the City
Inspector.
4. All sprinkler heads shall be set perpendicular to finished grade
unless otherwise designated on the plan.
B. Testing of Irrigation System:
1. The Contractor shall request the presence of the City Inspector at
the intervals listed below in advance of any testing.
2. The Contractor shall provide "walkie-talkies' for communication
from the review area to the controller location.
3. The Contractor shall provide current record drawings at each
review.
4. Test all pressure mainline pipes under hydrostatic pressure of 150
PSI and prove watertight. Testing of pressure main line piping shall
occur prior to installation of electric control valves or quick coupling
valves.
Page 34 of 76
5. Sustain pressure in tested lines for not less than two (2) hours. If
leaks develop, replace joints and repeat test until entire system is
proven watertight.
6. All hydrostatic tests shall be made in the presence of the City
Inspector. The test may be made in the presence of the General
Contractor's superintendent only if written acceptance of the test is
forwarded to the City and City Inspector immediately after testing.
No pipe shall be backfilled until it has been observed, tested with
all couplings exposed and all pipe sections center loaded, and
approved in writing.
7. The Contractor shall make all necessary provisions for thoroughly
bleeding the line of air and debris.
8. When the sprinkler irrigation system is completed, perform a
coverage test in the presence of the City Inspector, to determine if
the water coverage for the planting areas is complete and
adequate. Furnish all materials and perform all work required to
correct any inadequacies of coverage due to deviation from plans,
or where the system has been willfully installed as indicated on the
drawings when it is obviously inadequate for field conditions. This
test shall be accomplished before any groundcover or shrub
material is planted.
9. Upon completion of each phase of work, the entire system shall be
tested and adjusted to meet site requirements to the satisfaction of
the City Inspector.
3.06 MAINTENANCE:
A. The entire sprinkler irrigation system shall be under full automatic
operation prior to any planting.
B. The Contractor shall keep the irrigation system completely operational for
the entire length of the Construction and Maintenance Phases or work.
3.07 CLEAN-UP:
A. Clean up shall be made as each portion of work progresses. Refuse and
excess dirt shall be removed from the site, all walks and paving shall be
broomed or washed down, and any damage sustained on the work or
others shall be repaired to original conditions.
3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE:
A. The Contractor shall operate each system in its entirety for the City
Inspector at the time of final observation at the end of the Maintenance
Phase. Any items deemed not acceptable by the City Inspector shall be
reworked to the complete satisfaction of the City Inspector.
B. The Contractor shall show evidence to the City Inspector that the City has
Page 35 of 76
received all accessories, charts, record drawings and equipment as
required before the final observation can occur.
3.09 OBSERVATION SCHEDULE:
A. The contractor shall be responsible to establish a schedule of
observations with the proper City staff.
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 - TREES, SHRUBS, &
GROUND COVER
101 4 riQe700110 721
1.01 DESCRIPTION
A. Related Requirements: Review the Contract General Provisions and
Division One, General Requirements, of these Special Provisions, which
contain information and requirements that apply to this Section.
B. Work Included.
Excavation of plant pits and beds
Provide plant materials and related items
Finish grading of planted areas
Warranty and replacements
C. Related Work in Other Sections:
Earthwork and Topsoil Placement - Subsection 308-2
Planting - Subsection 308-4
Irrigation System Installation- Subsection 308-5
Maintenance and Plant Establishment - Subsection308-6
1.02 QUALITY ASSURANCE
A. Requirements of Regulatory Agencies: All work and materials shall be in
full accordance with latest rules and regulations of safety orders of
Division of Industrial Safety and all other applicable laws and regulations
of the City of Newport Beach, California.
B. Applicable Standards: All references to the Standards as described below
shall mean the current or latest editions:
• "Standard Specifications" - Standard Specifications for Public Works
Construction
• "ASTM" - American Society for Testing and Materials.
• "DIS" - Division of Industrial Safety.
Page 36 of 76
Apply standards for plant materials as described in the following:
1. An Annotated Checklist of Woody Ornamental Plants of California,
Oregon and Washington, (Number 4091), McClintock and Leiser,
Division of Agricultural Sciences, University of California, 1979.
2. American Standard for Nursery Stock, 1980 Edition, American
Association of Nurserymen, Inc.
3. Hortus /// - 1976 Edition, Bailey Horatorium, Cornell University.
C. Certificates:
1. Submit certificates of inspection required by law for transportation
of each shipment of plants along with invoice.
2. File copies of certificates after acceptance of material. Inspection
by Federal or State Governments at place of growth does not
preclude rejection of plants at project site.
1.03 JOB CONDITIONS
A. Protection of Existing Plants to Remain: See - "Site Demolition" of these
Special Provisions and Subsections 7-9 and 300-1.1 of the Standard
Specifications.
1. Operations: Do not store materials or equipment, permit burning, or
operate or park equipment under the branches of all existing plants
to remain except as actually required for construction in those
areas.
2. Barriers: Provide barricades, fences or other barriers as necessary
at the drip line to protect existing plants to remain from damage
during construction.
3. Notification: Notify City Engineer when Contractor feels other
construction activities may damage existing plants to remain.
B. Replacement of Damaged Plants:
1. Replacement: Replace existing plants to remain which are
damaged during construction with accepted plants of the same
species and size as those damaged at no cost to City of Newport
Beach in conformance with Subsection 7-9 of the Standard
Specifications
2. inspection: City Engineer shall determine extent of damage and
value of damaged plants.
1.04 SUBMITTALS
A. Samples: Submit prior to delivery to site. Attach product name, address
of manufacturer and/or supplier to each sample.
1. Tree and Shrub Planting Fertilizer: '/_- pint.
2. Tree Ties: One (1) for each type (sample).
3. Wood Chip Mulch: One (1) gallon (sample).
Page 37 of 76
B. Product Data: Manufacturer's current specifications. Catalog cuts, data
sheets and installation instructions.
C. Test Reports: Three (3) copies to be sent by testing laboratory directly to
City Engineer.
D. Submittal Schedule: All products in this section which is required for
submittal shall be included in one Division Two submittal package.
E. Shop Drawings: Locations of fences and/or barriers at drip lines of
existing trees/plants to remain.
1.05 WORK SCHEDULE: Proceed with the work as rapidly as the site becomes
available, consistent with normal seasonal limitations for planting work.
1.06 SELECTION, TAGGING AND ORDERING OF PLANT MATERIAL
A. Documentation: Submit documentation within 30 -days after award of
Contract that all plant materials have been ordered. Arrange procedure
for review of plant materials at time of submission.
B. Review: Submit a written request for review of plant materials and quantity
at place of growth at least ten (10) working days prior to shipment to site.
The City Engineer reserves the right to refuse review at this time if, in the
City Engineer's judgment, a sufficient quantity of plants is not available.
C. Tagging: Landscape Contractor shall accompany the City Engineer and
Landscape Architect for all reviews and tagging plants at place of growth
and upon delivery for conformity to specifications.
D. Distant Material: Submit photographs with a person adjacent to plants for
preliminary review. Should the contractor desire the City Inspector to
inspect the plant material at the nursery prior to delivery, the Contractor
shall notify the City Inspector one week prior to this requested inspection.
The City Inspector shall invoice the Contractor for the inspection on an
hourly basis, portal to portal, including any other expenses incurred. All
such invoices shall be paid to the City Inspector prior to any other
inspections by the City Inspector to the project site. Such review shall
not impair the right of review and rejection during progress of the work.
E. Unavailable Material: If proof is submitted that any plant specified is not
obtainable, a proposal will be considered for use of the nearest equivalent
size or variety with corresponding adjustment of Contract price.
Substantiate such proof in writing no later than 30 -days after award of
contract.
F. Special Conditions: The above provisions shall not relieve Contractor of
the responsibility of obtaining specified materials in advance if special
Page 38 of 76
growing conditions or other arrangements must be made in order to
supply specified materials.
1.07 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Labeling: Furnish standard products in manufacturer's standard
containers bearing original labels legibly showing quantity, analysis,
genus/species and name of manufacturer/grower.
B. Storage: Store products with protection from weather or other conditions
which would damage or impair the effectiveness of the product in
conformance with Subsections 4-1 of the Standard Specifications.
Protect metal containers from sun during summer months with
temperatures above 80 degrees F.
C. Handling: Do not lift or handle container plants by tops, stems or trunks at
any time. Do not bind or handle plants with wire or rope at any time.
D. Anti -Desiccant: At Contractor's option, spray all evergreen or deciduous
plant material in full leaf immediately before transporting with anti -
desiccant. Apply an adequate film over trunks, branches, twigs and
foliage.
1.08 ANALYSES OF SAMPLES AND TESTS
A. Sampling: City Engineer reserves the right to take and analyze samples
of materials for conformity to specifications at any time. Furnish samples
upon request.
B. Rejected Materials: Remove rejected materials immediately from the site
at Contractor's expense. Pay cost of testing of materials not meeting
specifications.
1.09 ESTABLISHMENT PERIOD AND FINAL ACCEPTANCE: See - "Landscape
Establishment and Maintenance" of these Special Provisions.
1.10 WARRANTY PERIOD
A. Warranty: Warrant in writing that all trees planted under this Contract will
be healthy and in flourishing condition of active growth one (1) year from
date of Final Acceptance.
B. Delays: All delays in completion of planting operations which extend the
planting into more than one (1) planting season shall extend the Warranty
Period correspondingly.
C. Condition of Plants: Plants shall be free of dead or dying branches and
branch tips, with all foliage of a normal density, size and color.
Page 39 of 76
D. Replacements: As soon as weather conditions permit, replace, without
cost to City of Newport Beach all dead plants and all plants not in a
vigorous, thriving condition, as determined by City Inspector during and at
the end of Warranty Period.
E. Exclusions: Contractor shall not be held responsible for failures due to
neglect by City of Newport Beach, vandalism, etc., during Warranty
Period. Report such conditions.
1.11 REPLACEMENTS
A. General:
1. Plant materials exhibiting conditions which are determined by the
City Engineer as being unacceptable due to workmanship by the
Contractor shall be repaired and/or replaced at no additional cost to
the City of Newport Beach in conformance with Subsection 4-1 of
the Standard Specifications.
2. Closely match replacements to adjacent specimens of the same
species. Apply all requirements of this Specification to all
replacements.
B. Replacement Quantities: Contractor shall be held responsible for a
maximum of two replacements for each failed tree after final acceptance
during warranty period.
JG1 r►.n'7Z�] 7tL�i r.
2.01 PLANT MATERIALS
A. General:
1. Growing Conditions: Plants shall be nursery -grown in accordance
with good horticultural practices under climatic conditions similar to
those of project for at least two years and shall conform to the
requirements of Subsection 212-1.4, unless otherwise specifically
authorized.
2. Appearance: All plants shall be exceptionally heavy, symmetrical,
tightly knit, so trained or favored in development and appearance
as to be superior in form, number of branches, compactness and
symmetry.
3. Vigor: Plants shall be sound, healthy and vigorous, well branched
and densely foliated when in leaf. They shall be free of disease,
insect pests, eggs, or larvae.
They shall have healthy, well-developed root systems. Plants shall
be free from physical damage or adverse conditions which would
prevent thriving growth.
Page 40 of 76
4. Container Stock: Verify that all container stock has been grown in
the containers in which delivered for at least six (6) months, but not
over two (2) years. Samples must prove to be free of kinked,
circling or girdling roots and with no evidence of a pot-bound
condition. Do not install container plants that have cracked or
broken balls of earth when taken from container.
B. Measurements:
1. General: Measure plants when branches are in their normal upright
position. Height and spread dimensions specified refer to main
body of plant and not branch tip to tip. Take caliper measurement
at a point on the trunk six (6) inches above natural ground line for
trees up to four (4) inches in caliper and at a point 12 -inches above
the natural ground line for trees over four (4) inches in caliper.
2. Size Range: If a range of size is given, do not use plant materials
less than the minimum size. Not less than 40% of the plants shall
be as large as the maximum size specified. The measurements
specified are the minimum size acceptable and are the
measurements after pruning, where pruning is required. Plants that
meet the measurements specified, but do not possess a normal
balance between height and spread shall be rejected.
3. Substitutions: Substituted plants shall be true to species and
variety and shall conform to measurements specified except that
plants larger than specified may be used if accepted. Use of such
plants shall not increase Contract price. If larger plants are
accepted, increase the ball of earth in proportion to the size of the
plant.
C. Pruning: Do not prune plants before delivery. For pruning after installation,
see - "Landscape Establishment and Maintenance" of these Special
Provisions.
D. Condition: Trees which have multiple leaders, unless specified, or
damaged or crooked leaders will be rejected. Trees having a main leader
shall not have been headed back. Trees with abrasions of the bark,
sunscaids, disfiguring knots, or fresh cuts of limbs over 3/ -inch which have
not completely callused, will be rejected.
2.02 BACKFILL MIX FOR ON -GRADE PLANT PITS: See - "Soil Preparation" of these
Special Provisions.
2.03 COMMERCIAL FERTILIZERS: See - "Soil Preparation" of these Special
Provisions.
2.05 WATER
A. Clean, fresh and potable, furnished and paid for by Contractor.
Page 41 of 76
B. Transport as required.
2.06 WOOD CHIP MULCH
A. Ground tree and shrub trimmings, zero (0) inch to two (2) inches diameter
free of sticks, dirt, dust and other debris, as accepted.
B. Manufacturer: Whittier Fertilizer of Whittier, CA Telephone: (310) 699-
3461.
2.07 ANTI -DESICCANT
A. Anti -desiccants for retarding excessive loss of plant moisture and
inhibiting wilt shall be sprayable, water insoluble vinyl-vinyledine complex
which will produce a moisture retarding barrier not removable by rain.
B. Wilt-pruf Formula NCF as manufactured by Nursery Specialty Products,
Greenwich, Connecticut, or accepted equal.
PART 3 - EXECUTION
3.01 PREPLANT REVIEW
A. General: Do not commence planting work prior to acceptance of soil
preparation.
B. Finish Grades: Finish grades for all planting areas shall have been
established in another section. Verify that all grades are within one (1)
inch plus or minus of required finish grade and that all soil amendments
have been installed as specified under "Soil Preparation" of these Special
Provisions.
C. Notification: Submit written notification of all conditions inconsistent with
specifications for soil preparation and mixing as described in "Soil
Preparation" of these Special Provisions.
3.02 DRAINAGE OF PLANTING AREAS
A. Surface Drainage: Maintain positive surface drainage of planted areas as
established under "Landscape Grading" of these Special Provisions.
B. Discrepancies: Submit in writing, all discrepancies in the Drawings or
Specifications, obstructions on the site, or prior work done by others,
which Contractor feels precludes maintaining proper drainage; include
description of all work required for correction or relief of said
discrepancies.
Page 42 of 76
C. Detrimental Drainage, Soils and Obstructions:
1. Notification: Supply written notification of all conditions detrimental
to growth of plant material. State condition and submit proposal
and cost estimate for correcting condition.
2. Testing: Test drainage of plant beds and pits by filling with water
twice in succession. Give written notification of conditions
permitting the retention of water in planting beds for more than 24 -
hours.
3. Correction: Submit for acceptance a written proposal and cost
estimate for the correction before proceeding with work.
4. Obstructions: If rock, underground construction work, tree roots or
other obstructions are encountered in the excavation of plant pits,
alternate locations may be used as directed. Where locations
cannot be changed, submit cost required to remove the
obstructions to a depth of not less than six (6) inches below the
required pit depth. Proceed with work after acceptance.
3.03 LAYOUT AND EXCAVATION OF PLANTING AREAS
A. Layout and Staking: Lay out plants at locations shown on Drawings in
conformance with Subsection 308-4.2 of the Standard Specifications.
Use color -coded wire flags for each species of plant material. Stake each
tree, vine and major shrub. Outline shrub and ground cover beds with
lime. Locations of plants will be checked in the field by the City Engineer
and Landscape Architect and shall be adjusted to exact position before
planting begins. Right is reserved to refuse review at this time if, in the
Engineers opinion, a sufficient quantity of plants is not available.
B. Plant Pits: Excavate the planting pits for trees and shrubs which shall be
minimum twice the diameter and equal to the depth of the root ball.
3.04 PLANTING OPERATIONS
A. General: Planting work shall conform to the requirements of Subsection
308-4 of the Standard Specifications and as contained herein.
1. Protect plants at all times from sun or drying winds.
2. Keep plants that cannot be planted immediately upon delivery in
the shade, well -protected and well -watered.
B. Handling of Plant Materials:
1. Remove canned stock carefully after cans have been cut on two
sides with accepted cutter. Do not use spade to cut cans.
2. Lift and handle plants only from the bottom of the ball. If rootball is
cracked or broken during handling, plant shall be rejected.
3.07 MULCHING
Page 43 of 76
A. Install a two (2) inch minimum deep layer of mulch over all flat shrub
areas including tree and shrub watering basins on slopes.
3.08 GROUND COVER PLANTING
A. Tilling: Surface soil in areas to be planted with ground cover shall be tilled
in conformance with Subsection 308-2.3 of the Standard Specifications.
Planting soil amendments should be uniformly broadcast and thoroughly
incorporated to a depth of eight (8) inches by means of rototiller or equal.
B. Planting: Plant ground cover plants at optimum depth for proper growth.
Avoid air pockets. Equally space triangularly, at distances called for in the
Drawings.
C. Watering: Water bed thoroughly after fertilizer application. Wash all
fertilizer from leaves of plant materials.
3.09 CLEAN UP
A. General: Keep all areas of work clean, neat and orderly at all times in
conformance with Subsection 7-8 of the Standard Specifications.
B. Debris: Upon completion of work, remove off the site all surplus materials,
tools, equipment, rubbish and debris resulting from the work in
conformance with Subsection 7-8 of the Standard Specifications.
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 —LAWNS AND GRASSES
(PLUGS)
PART 1 — GENERAL
1.01 SUMMARY
A. This Section includes materials, labor, apparatus, tools, equipment, temporary
construction, transportation, and services necessary for and incidental to performing the
proper completion of Work, as required to make a complete Ornamental Grass (via
sown plugs) installation, as shown on the Contract Drawings, and as specified herein
this Section.
B Work under this Section consists of, but is not necessarily limited to, furnishing
and installing the following:
1. Sown Ornamental Grass (via Plugs).
C. Related Sections. The following Sections contain requirements that relate to
Work in this Section:
1. Section 312219 — Landscape Grading.
Page 44 of 76
2. Section 329113 — Soil Preparation.
3. Section 329813 — Landscape Establishment Period.
1.02 DEFINITIONS AND APPLICABLE STANDARDS
A. Definitions:
1. Plant Material(s): Refers to living plant species, inclusive of ornamental grass
(via sown plugs) for the Project.
2. Planting Area (PA): As denoted on the Contract Drawings, shall refer to areas to
be installed with Plant Material(s), or areas where existing vegetation shall be
protected.
B. Reference Standards:
1. An Annotated Checklist of Woody Ornamental Plants of California, Oregon, and
Washington, (Number 4091), McClintock and Leiser, Division of Agricultural
Sciences, University of California, 1979.
2. American National Standard for Nursery Stock (ANS/ Z60.1). American National
Standards Institute, and American Association of Nurserymen, Latest edition,
3. American Joint Committee on Horticultural Nomenclature, 1942 Edition of
Standardized Plant Names.
4. Hortus //1, 1976 Edition, Liberty Hyde Bailey Hortorium, Cornell University.
5. The Hillier Gardener's Guide to Trees and Shrubs, 4th Edition, 1978.
6. Manual of Cultivated Conifers, Den Ouden & Boon, 1978.
7. Datascape Guide to Commercial Nomenclature, American Nurserymen
Publishing Co., Chicago, IL, 1994.
8. American National Standard for Tree Care Operation, Tree, Shrub, and Other
Woody Plant Maintenance (ANSI A300), American National Standards Institute,
Latest Edition.
C. Measurements:
1. SQ/FT: Measurement, in square -foot.
2. O.C.: Measurement used for On -Center spacing.
1.03 SUBMITTALS
A. General: Submit each item in this Article in four (4) bound Submittal Booklets.
B. Each Submittal Booklet under this Section shall be tabbed into specific sections,
containing clearly identified (through yellow highlighter or other identification
methods) and legible information on the following landscape information
indicated in this Article:
1. Product Data: Manufacturer's current catalog cuts and specifications for
materials included herein this Section.
2. Certifications:
a). Certificates of inspection as required by law for transportation of each
shipment of plant material as required.
3. Delivery Tickets: As requested, signed and stamped original delivery tickets of
each material delivered to Project Site.
Page 45 of 76
C. Samples: (Not Required)
D. Submittals under this Article will be rejected and returned without the benefit of
review by the Landscape Architect if they are difficult to read due to insufficient
scale, poor image quality, or poor drafting quality; or if the required information is
missing or not presented in the format as requested.
E. No Work shall proceed under this Section until Submittal requirements indicated
herein have been reviewed accordingly by the Landscape Architect.
1.04 QUALITY ASSURANCE & CONTROL
A. Installer Qualifications:
1. Requirement: Valid California C-27 (Landscaping Contractor) License.
2. Installer's Field Supervision: Require Installer to maintain an experienced full-
time supervisor on the Project site during times that installations under this
Section are in progress.
B. Observation: Landscape Architect may observe installation Work herein this
Section at Project Site for compliance with requirements for type, size, and
quality. Landscape Architect retains right to observe installation of products for
defects and to reject unsatisfactory or defective material or installation at any
time during progress of Work. Contractor shall remove rejected Work
immediately from Project site.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Plugs:
1. Harvest and Delivery: Deliver only as much plugs as can be installed in one (1)
day's work.
2. Review: Plugs not transplanted within this time period shall be reviewed by the
Landscape Architect prior to installation.
1.06 PROJECT SITE CONDITIONS
A. General Requirements: Installation under this Section shall be performed
only during the time of day and during seasons when satisfactory results can
be expected, unless authorized by the Landscape Architect.
I. Plugs: Install immediately after finish grading and irrigation installation
are accepted.
B. Climate Restrictions: Do not install Plant Materials under this Section during
rainy or inclement weather.
1.07 SUBSTITUTIONS
Page 46 of 76
A. Consideration: Materials to be considered equal to the Materials indicated
herein this Section shall be reviewed by the Landscape Architect. Materials
with equal performance characteristics produced by other Manufacturer's
and/or Distributors may be considered, providing deviations in dimensional
size, color, composition, operation, and/or other characteristics do not change
the design concept, aesthetic appearance, nor intended performance, as
solely judged by the Landscape Architect. The burden of proof on product
equality is on the Contractor.
B. Specific reference to Manufacturer's names and products specified herein
are used as standards of quality. This implies no right to the Contractor to
substitute other materials without prior written approval by the Landscape
Architect for Work under this Section.
C. Materials substituted and installed by the Contractor, without prior written
approval by the Landscape Architect, may be rejected. Contractor shall not
be entitled to be compensated by the Owner where the Contractor has
installed rejected substitutions without receiving prior written approval.
D. Contract Price: Substituted Materials under this Section shall not increase
the Contract price.
1.08 WARRANTY
A. Time Period: Warrant Plant Materials under this Section are established and in a
healthy and flourishing condition of active growth six (6) months from date of
Final Acceptance.
B. Appearance During Warranty: Plug areas shall be free of dead or dying patches,
and shall show foliage of a normal density, size and color.
C. Delays: Delays caused by the Contractor in completing planting operations under
this Section which extend the planting into more than one (1) planting season
shall extend the Warranty Period correspondingly.
D. Coverage: Warrant growth and coverage of Plug installation to the effect that a
minimum of 90% of the area planted shall be covered and of acceptable
appearance with the specified planting after one (1) growing season, with no
bare spots.
1. Exceptions: Contractor shall not be held responsible for failures due to
neglect by Owner, vandalism, or natural disaster during Warranty Period.
Report such conditions in writing.
1.09 FINAL ACCEPTANCE AND LANDSCAPE ESTABLISHMENT PERIOD
A. Refer to Section 329813 — Landscape Establishment Period.
PART 2 -PRODUCTS
Page 47 of 76
2.01 ORNAMENTAL GRASS MATERIALS (PLUGS)
A. General:
1. Provide plug installation of Ornamental Grass areas as designated on the
Contract Drawings.
B. Ornamental Grass Plug Material:
1. Plugs shall consist of live, growing, mature nursery -grown field stock, and shall
arrive with a lush appearance, uniform texture, and a deep green color typical of
the selected ornamental grass species.
2. Plugs shall contain a healthy, virile root system of dense, strong, thickly matted
roots throughout, with no dead or dry edges, and capable of vigorous growth and
development when planted. Plugs shall be sufficiently dense to bear handling
and placement without tearing.
3. Plugs shall be free of thatch, diseases, and harmful insects, and reasonably free
from noxious or broadleaf weeds or other grasses, and shall not contain any
other matter deleterious to its growth or which might affect its subsistence or
hardiness when transplanted.
a). Entire lot of Plugs shall be rejected if found to contain the following weeds:
common Bermuda grass, quackgrass, nutgrass, johnsongrass, poison ivy,
nimbleweed, thistle, bindweed, bentgrass, perennial sorrel, or
bromegrass.
4. Ornamental Grass Plug Species:
a). Type: As indicated on the Contract Drawings. Plugs to be acquired
through pre -arranged contract -grown nursery source. Contact City of
Newport Beach for source.
2.02 FERTILIZERS
A. Fertilizer Tablet:
General: Fertilizer Tablet shall be a 7 -gram tablet, organic -based, tightly
compressed chip -type commercial grade, 12 -month slow-release planting
tablets, and shall be composed of the following available percentages by weight
of plant food:
Element/Material
Targeted Property
Range
Nitrogen N
12.0% minimum
Phosphoric acid (as
8.0% minimum
P2O5
Potash as K2O
8.0% minimum
Humus
20.0% minimum
Humic Acids w/
4.0% minimum
micronutrients and
soil enhancers
Page 48 of 76
2. Commercial -Grade Products & Manufacturers: Subject to compliance with
requirements, provide products by one (1) of the following:
a). Gro -Power 12-8-8 Planting Tablets, Gro -Power, Chino, CA 909-393-
3744.
b). Application Rate: As indicated herein Part III this Section, or equal,
as approved by the Landscape Architect.
PART 3 — EXECUTION
3.01 EXAMINATION
A. Verification of Conditions:
1. Grades: Verify that grades are within one -inch (1 ") plus or minus (+/-) of the
required finished grades. Verify that applicable soil preparation has been
installed under other Sections of the Contract Specifications. Report all
variations in writing.
2. Irrigation System: Verify that the irrigation system is installed and 100%
coverage of the subject area is complete, tested, and in full working order.
Complete installation of the irrigation system is a prerequisite for commencing
work under this Section.
3. Stones, Weeds, and Debris: Verify that planting areas under this Section are
clear of stones larger than 1-1/2 in. diameter, and that weeds, debris and other
extraneous materials have been removed prior to installation.
A. Limit sub -grade preparation to areas that will be planted in the immediate
future.
B. Excessive Soil Moisture: Do not commence Work under this Section when
Soil Moisture Content is so great that excessive compaction to the soil will
occur during installation. City and/or Landscape Architect shall be the sole
judges as to a acceptable soil moisture content.
C. Inadequate Soil Moisture: Apply water, in quantity as necessary, to bring soil
to a optimum moisture content for installation under this Section. Do not
work soil when it is so dry that dust will form in air or where clods will not
readily break apart.
3.03 ORNAMENTAL GRASS PLUG INSTALLATION
A. Delivery: Plugs shall be delivered and installed at the Project Site within
twenty-four (24) hours after leaving nursery. Plugs not installed within this
time period shall be inspected and approved or rejected by the Landscape
Architect.
B. Protection: Protect root system of the plugs from exposure from the weather,
including dehydration, contamination, and heating during transportation to the
Page 49 of 76
site and delivery. In hot, dry, or windy weather conditions, plugs at the
Project Site shall be lightly sprinkled with water to prevent plug edges from
drying out.
C. Allowance Period for Soil Settlement: Ornamental Grass plug installation
shall be started only after soil preparation and finish grading has been
completed and soil has been permitted to settle under full irrigation during
deep -water leaching operations for a minimum of one (1) week.
D. After Allowance Period of Soil Settlement has expired, the areas to be
plugged shall be loosened to a depth of two -inches (2"), raked, and floated to
the final finished grade by a standard acceptable method. Finished areas
shall be kept moist, even, and smooth, free from ridges and depressions,
rocks, debris, and dirt clods, and reasonably well firmed.
E. Compaction and Final Grading: Contractor shall provide plug beds that will
not "footprint". Lightly rake and roll soil with two -hundred (200) pound water -
ballast roller (filled 1/3 — 1/2 full), and bring level firm to finish grade. Final
rolling shall be at right angles to slopes to prevent erosion. Sub -soil finish
grade shall be sufficiently below the final grade to allow for the thickness of
the plug material.
F. Raking: After broadcasting starter fertilizer, lightly rake and smooth soil
surface to 1/4 in, depth. Install plugs immediately thereafter, provided the
plug bed has remained in a friable condition.
G. Plugging Operations:
1. Remove plug from container, keeping roots intact.
2. Plug Spacing: Twelve -inches (12") on -center in both directions, or as
indicated on the Contract Drawings.
3. Excavate hole in grade at twice the diameter of the plug rootmass.
4. Set plug in excavated hole; firmly pack excavated soil backfill around plug.
5. Set Fertilizer Tablet(s) in soil backfill, at prescribed Application Rate per
Manufacturer's recommendation.
H. Initial Watering: Water with fine spray until Plug bed is moistened to a
depth of four -inches (4"). Do not use a jet nozzle or permit disturbance of
surface of Plug bed.
1. During first week, water daily to supplement rainfall as necessary to
maintain moist soil to a minimum depth of two -inches (2") below the
surface. Repeat watering at regular intervals until Plugs have thoroughly
and adequately established themselves.
2. Protect Plugged areas against hot, dry weather or drying winds. Apply
supplemental water, in quantity as required, under these adverse
conditions.
3. Once established, decrease the watering frequency and increase the
amount of water per application, as required to maintain adequate growth.
Page 50 of 76
Protection on Site: Erect temporary barricades, warning signs & flags, as
required. Protect the plugged areas against vehicular traffic, pedestrian
traffic, rodents, and/or other pests until plugged areas have established
growth to the satisfaction of the City or Landscape Architect.
J. Plug Establishment:
1. Replace dead or dying plugs with new plugs.
2. Eradicate weeds throughout, as required to maintain a weed -free
condition, throughout the duration of the Landscape Establishment
Period, until final acceptance by the City is granted. Apply herbicides
uniformly at the Manufacturer's recommended rate.
3. Dispose of protective barricades and warning signs at the termination of
the Landscape Establishment Period.
3.04 FIELD QUALITY CONTROL
A. Tests: Samples of materials may be taken and tested for conformity to the
Contract Specifications at any time by the Landscape Architect,
B. Rejected Materials: Remove rejected materials immediately from the site at
Contractor's expense. Pay cost of testing of materials not meeting the
Contract Specifications.
C. Intent: A consistent, thriving, and even cover of installed plugs is the intent of
this Section.
3.05 CLEANING
A. Erosion: Immediately restore eroded areas. Keep adjacent paved surfaces
cleaned of dirt, mud or stains and organic debris.
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — LANDSCAPE
ESTABLISHMENT AND MAINTENANCE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Related Requirements: Review the Contract General Provisions and
Division One, General Requirements, of these Special Provisions, which
contain information and requirements that apply to this Section.
B. Work Included:
Provide 60 -Day Planting Establishment and 60 -Day Maintenance Period,
complete as specified
C. Related Work in Other Sections:
Page 51 of 76
Earthwork and Topsoil Placement - Subsection 308-2
Planting - Subsection 308-4
Irrigation System Installation- Subsection 308-5
1.02 QUALITY ASSURANCE
A. Requirements of Regulatory Agencies: All work and materials shall be in
full accordance with latest rules and regulations of safety orders of
Division of Industrial Safety and all other applicable laws and regulations
of the City of Newport Beach, California.
1. Provide for all inspections and permits required by Federal, State,
or local authorities in furnishing, transporting, and installing of all
agricultural chemicals.
2. The County Agricultural Commissioner's Office must, by law, be
given a monthly record of all herbicides, insecticides and disease
control chemicals used. Provide evidence to City of this submittal.
B. Applicable Standards: All references to the Standards as described below
shall mean the current or latest editions:
• "Standard Specifications" - Standard Specifications for Public Works
Construction
• "ASTM" - American Society for Testing and Materials.
• "DIS" - Division of Industrial Safety.
Apply standards for plant materials as described in the following:
Fertilizing Woody Plants, University of California, Cooperative Extension
Leaflet #2958, September 1979.
Pruning Landscape Trees, University of California, Cooperative Extension
Leaflet #2574, January 1979.
Staking Landscape Trees, University of California Publication AXT-311
C. Work Force:
1. Experience: The planting establishment firm shall have a full time
foreman assigned to the job for the duration of the contract in
conformance with Subsection 7-6 of the Standard Specifications.
He shall have a minimum of four years experience in planting
establishment supervision, with experience or training in turf
management, entomology, pest control, soils, fertilizers and plant
identification.
2. Labor Force: The planting establishment firm's labor force shall be
thoroughly familiar and trained in the work to be accomplished and
perform the task in a competent, efficient manner acceptable to the
City Engineer.
3. Supervision: The foreman shall directly employ and supervise the
work force at all times. At least one (1) English speaking supervisor
Page 52 of 76
must be on site when work is being performed. Notify City Engineer
of all changes in supervision.
1.03 SUBMITTALS
A. Submit to City Engineer for approval, two (2) copies each of the following
items:
1. Schedule of establishment operations and monthly status report
including list of all equipment and materials proposed for the job.
2. Written application recommendation by a licensed agricultural pest
control advisor for all weed, pest and disease controls restricted by
the Director of Agriculture proposed for this work.
3. All licenses and insurance required by the City of Newport Beach
and the State or Federal government pertaining to this work.
4. Monthly record of all herbicides, insecticides and disease control
chemicals used for the project.
1.04 PROJECT CONDITIONS
A. Site Visit. At beginning of establishment period, visit and walk the site
with the City Engineer to clarify scope of work and understand existing
project/site conditions.
B. Documentation of Conditions: Document general condition of existing
trees, shrubs, vines, ground covers and lawn recording all plant materials
which are damaged or dying, if any.
C. Irrigation System: Document general condition of existing irrigation
system, making sure that faulty electrical controllers, broken or inoperable
sprinkler heads are reported.
1.05 SCHEDULING
A. Perform all establishment during hours mutually agreed upon between
City Engineer and Contractor.
B. Work force shall be present at the project site at least once a week and as
often as necessary to perform specified establishment in accordance with
the approved establishment schedule.
PART 2 -PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Fertilizers:
"Tri -C"
Tri -C Enterprises LLC
Page 53 of 76
4011 Schaefer Ave
Chino, CA 91710
(800) 927-3311
B. Herbicides:
Chevron Chemical Company
575 Market Street
San Francisco, CA 94105
(415) 894-0880
Rhone-Poulenc Chemical Company
Agro Chemical Division
P.O. Box 125
Mon Mouth Junction, NJ 08852
(201)297-0100
Ciba-Geigy Corporation
Agricultural Division
P.O. Box 1830
Greensboro, NC 27419
(919)292-7100
Elanco Products Company
740 S. Alabama St.
Indianapolis, IN 46285
(317)261-3638
The DOW Chemical Company
P.O. Box 1706
Midland, MI 48640
(517)636-0236
3M Company -Agri Chemicals Project
3M Center, Bldg. 223-6SE
St. Paul, MN 55144
(317)261-3000
2.02 MATERIALS
A. General: All materials and equipment, unless otherwise indicated, shall be
provided by the Contractor.
B. Water: Clean, potable and fresh, furnished and paid for by the Contractor.
Transport as required.
C. Fertilizers:
1. Top Dress Fertilizer: Tri -C 6-2-4-+ 5%S
Page 54 of 76
D. Herbicides, Insecticides, and Fungicides:
1. Obtain best quality materials with original manufacturers'
containers, properly labeled with guaranteed analysis.
2. Use non -staining materials.
E. Lawn Seed for Reseeding: Match existing lawn mix
F. Replacement Tree Guys, Stakes, Ties and Wires: Match existing
materials on the site (Provide detail(s) in 8'/z -inch x 11 -inch format if
necessary).
PART 3 - EXECUTION
3.01 GENERAL
A. Duration: Continuously maintain each plant and each portion of ground
cover area after installation, during progress of work, and for a period of
60 -days after completion of all planting work in conformance with
Subsection 308-6 of the Standard Specifications until Final Acceptance.
B. Protection:
1. Protect all planting areas from damage of all kinds from beginning
of work until Final Acceptance.
2. Establishment includes temporary protection fences, barriers and
signs as required for protection.
C. Replacements:
1. Immediately treat or replace all plants that become damaged or
injured, as directed by City Engineer at no additional cost to City of
Newport Beach.
2. Replacement plants shall be of a size, condition and variety
acceptable to City Engineer.
3.02 SHRUBS
A. Watering Basins:
1. Maintain all watering basins around plants so that enough water
can be applied to establish moisture through major root zones.
2. In rainy season, open basins to allow surface drainage away from
the root crown where excess water may accumulate. Restore
watering basins at end of rainy season.
3. For supplemental hand watering of watering basins, use a water
wand to break the water force. Do not permit crown roots to
become exposed to air through dislodging of soil and mulch.
Page 55 of 76
4. Maintain originally specified depth of mulch to reduce evaporation
and frequency of watering.
5. Check for moisture penetration throughout the root zone at least
once per week.
B. Resetting: Reset plants to proper grades or upright position.
C. Weed Control:
1. Control weeds, preferably with pre -emergent herbicides and with
selective systemic herbicides.
2. All areas between plants, including watering basins, shall be weed
free.
3. Use only recommended and legally approved herbicides to control
weed growth.
4. Avoid frequent soil cultivation that destroys shallow roots and
breaks the seal of pre -emergent herbicides.
3.03 GROUND COVERS
A. Watering:
1. Check for moisture penetration throughout the root zone at least
twice a month.
2. Water as frequently as necessary to maintain healthy growth of
ground covers.
B. Weed Control:
1. Control weeds, preferably with pre -emergent herbicides and with
selective systemic herbicides.
2. Minimize hoeing of weeds in order to avoid plant damage.
3.05 INSECTS, PESTS, AND DISEASE CONTROL
A. Inspection: Inspect all plant materials for signs of stress, damage and
potential trouble from the following:
1. Presence of insects, moles, gophers, ground squirrels, snails and
slugs in planting areas.
2. Discolored or blotching leaves or needles.
3. Unusually light green or yellowish green color inconsistent with
normal green color of leaves.
B. Personnel: Perform spraying for insect, pest and disease control only by
qualified, trained personnel.
Page 56 of 76
C. Application: Spray with extreme care to avoid all hazards to any person or
pet in the area or adjacent areas.
3.06 THE 60 -DAY PLANT ESTABLISHMENT PERIOD
A. Preliminary Review. As soon as all plantings are completed per Contract
Documents, hold a preliminary review to determine the condition of the
work.
B. Date of Review: Submit a written request to the City Engineer at least five
(5) working days prior to anticipated date of review.
C. Beginning of the 60 -Day Plant Establishment Period: The date on which
the City Engineer issues a letter of Preliminary Acceptance to the
Contractor.
3.07 THE 60 -DAY MAINTENANCE PERIOD
A. Preliminary Review: Upon completion of the 60 -Day Plant Establishment
Period, hold a preliminary review to determine the condition of the work.
B. Date of Review: Submit a written request to the City Engineer at least five
(5) working days prior to anticipated date of review.
C. Beginning of the 60 -Day Maintenance Period: The date on which the City
Engineer issues a letter of Completion of Plant Establishment to the
Contractor.
3.08 FINAL ACCEPTANCE
A. Acceptance:
1. Work will be accepted by the City Engineer upon satisfactory
completion of all work, including Establishment Period and
Maintenance Period, but exclusive of replacement of materials
under the Warranty Period.
2. Submit a written request to City Engineer for review for Final
Acceptance at least five (5) working days prior to anticipated Final
Review date, which is at the end of the Maintenance Period.
B. Corrective Work:
1. Work requiring corrective action or replacement in the judgment of
the City Engineer shall be performed within ten (10) calendar days
after the Final Review.
2. Perform corrective work and materials replacement in accordance
with the Drawings and Specifications, and shall be made by the
Contractor at no cost to the City of Newport Beach.
Page 57 of 76
3. After corrective work is completed, the Contractor shall again
request a Final Review for Final Acceptance as outlined above.
4. Continue establishment of all landscaped areas until such time as
all corrective measures have been completed and accepted.
C. Conditions for Acceptance of Work at End of Maintenance Period:
1. Each plant shall be alive and thriving, showing signs of growth and
no signs of stress, disease, or any other weaknesses.
2. All plants not meeting these conditions shall be replaced and a 60 -
Day Plant Establishment Period and 60 -Day Maintenance Period
commenced for such plants.
D. Final Acceptance Date: The date on which the City Engineer issues a
Letter of Final Acceptance. Upon Final Acceptance, the City of Newport
Beach will assume responsibility for maintenance of the work.
E. Observation Schedule: The Contractor shall be responsible for notifying
the Engineer in advance for the following observations, according to the
following time schedule. The Contractor shall be familiar with the number
and type of planting observations necessary prior to work. Typical
observations may consist of, but not be limited to the following
consecutive calendar day schedule:
1.
Pre -job conference
7 days
2.
Plant material inspection
7 days
3.
Plant material layout/approval
7 days
4.
Final planted locations
7 days
5.
End of Construction punch list
7 days
6.
End of Landscape Establishment
phase punch list
7 days
7.
End of Landscape Maintenance phase
Punch list
7 days
8.
Final observation at the end of the
Maintenance Phase
7 days
In the event the Contractor calls for an observation without record
drawings, without completing previously noted corrections, or without
preparing the system for proper observation to the satisfaction of the
Engineer, the observation may be postponed.
Page 58 of 76
3.09 WARRANTY PERIOD AND REPLACEMENTS OF PLANT MATERIALS
A. Specific Requirements: Refer to the following sections of these Special
Provisions:
1. "Irrigation"
2. "Lawns and Grasses"
1. "Trees, Shrubs and Ground Cover"
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — SITE AND STREET
FURNISHINGS
SECTION 129300 — SITE AND STREET FURNISHINGS
PART 1 -GENERAL
1.1 SUMMARY
A. This Section includes materials, labor, apparatus, tools, equipment, temporary
construction, transportation, and services necessary for and incidental to
performing the proper completion of Work for Site and Street Furnishings, as
shown on the Contract Drawings, and as specified herein this Section.
B. Work under this Section consists of, but is not necessarily limited to, furnishing
and installing the following:
1. Trash Receptacle (Unit).
2. Bike Rack (Unit).
3. Picnic Table (Unit).
C. Related Sections: The following Sections contain requirements of Work that
relate to this Section:
1. Section 321313 — Concrete Paving.
2. Section 329113 — Soil Preparation.
3. Section 329300 — Exterior Plants
4. Section 329813 — Landscape Establishment Period.
1.2 SUBMITTALS
A. General: Submit four (4) bound booklets. Each booklet under this Section
shall be tabbed into specific sections, containing clearly identified (through
yellow highlighter or other identification methods) and legible information on the
following required information indicated herein this Section.
B. Shop Drawings to show component parts, fabrication, installation, and
dimensions for items indicated herein this Section.
Page 59 of 76
C. Samples:
1. Submit manufacturer's product data for review, including color charts.
2. Samples of complete Units or parts of Units of the items indicated herein
this Section shall be furnished, as requested by Landscape Architect,
for review and approval.
3. Submit manufacturer's written certification that each product complies with
specified requirements noted herein.
D. Certification: Provide certification from each manufacturer, as specified herein
this Section, that their product(s) meet the specific criteria associated for
sustainable products.
E. Submittals may be rejected if they are difficult to read due to insufficient scale,
poor image quality, or poor drafting quality; of if the required information is not
included.
F. Work shall not proceed until Submittals have been reviewed and approved by
the Landscape Architect.
1.3 QUALITY ASSURANCE AND CONTROL
A. All materials and Work shall be in accordance with the State Codes and
Specifications and other criteria herein specified.
B. Single -Source Responsibility: Obtain furnishing Units from each respective
single source with resources to provide products and materials of consistent
quality in appearance and physical properties without delaying the Work.
C. Substitutions: Unit(s) to be considered equal to those specified herein this
Section shall be reviewed and approved by the Landscape Architect, in writing,
prior to the Bid Date. No substitutions shall be allowed after the Bid Date.
1.4 COORDINATION
A. Contractor shall coordinate the installation of all furnishings in this Section with
all other related Work of this Contract.
B. Contractor shall be responsible for verifying the dimensions and required
hardware of the furnishings prior to commencing installation Work.
C. Coordinating furnishing footings with utility locations. Note potential conflicts to
the Landscape Architect.
1.5 DELIVERY, STORAGE AND HANDLING
Page 60 of 76
A. Furnishings shall be stored as necessary to prevent damage and shall be in
new condition when ready for installation. It shall be the responsibility of the
Contractor to install "factory condition" furnishings.
PART 1 -PRODUCTS
1.6 TRASH RECEPTACLE (Unit)
A. Trash Receptacle Unit shall consist of the complete assembly, and all mounting
hardware.
1. Manufacturer: Refer to the Contract Drawings.
2. Model Number: Refer to the Contract Drawings.
3. Color/Finish:
a. Pre -cast Unit — Refer to the Contract Drawings.
b. Lid — Refer to the Contract Drawings.
B. Install in quantity as indicated on the Contract Drawings.
1.7 BIKE RACK (Unit)
A. Bike Rack Unit shall consist of a complete assembly, including Bike Rack and
all applicable mounting hardware.
1. Manufacturer: Refer to the Contract Drawings.
2. Model Number: Refer to the Contract Drawings.
3. Color/Finishes: Refer to the Contract Drawings.
4. Mounting: Refer to the Contract Drawings.
B. Install in quantity as indicated on the Contract Drawings.
1.8 PICNIC TABLES (Unit)
A. Picnic Tables shall consist of the complete assembly,
complete unit and all applicable mounting hardware in
locations as indicated on the Contract Drawings.
1. 1.Manufacturer: Refer to the Contract Drawings.
2. 2. Model Number: Refer to the Contract Drawings.
3. 3.Color/Finishes: Refer to the Contract Drawings.
B. Install in quantity as indicated on the Contract Drawings.
PART 2 - EXECUTION
1.9 INSPECTION
Page 61 of 76
consisting of the
the quantity and
A. Examine the areas and conditions under which site furnishing units are to be
installed and remedy any conditions detrimental to the proper and timely
completion of the Work. Do not proceed with the Work until unsatisfactory
conditions have been corrected in a manner acceptable to the Landscape
Architect.
1.10 INSTALLATION
A. Trash Receptacle (Unit)
1. Trash Receptacle Unit shall be furnished and located as shown on the
Contract Drawings, and as directed by the Contract Specifications.
Verify exact locations (both at ground level and on -structure) with the
Landscape Architect prior to installation.
2. Use actual Unit(s) to establish all dimensions for installation.
3. Erect and install Unit(s) in accordance with the Manufacturer's instructions
and recommendations. Install unit(s) plumb, accurately, and in the
correct orientation and relationship with other site furnishings, elements
and/or paving as shown on the Contract Drawings.
4. Install all anchorage and mounting hardware, as applicable, in strict
accordance with Manufacturer's instructions, and as directed by the
Landscape Architect.
B. Bike Rack (Unit)
1. Bike Rack Unit shall be furnished and located as shown on the Contract
Drawings, and as directed by the Contract Specifications. Verify exact
locations with the Owner's Representative prior to installation.
2. Use actual Unit(s) to establish all dimensions for installation.
3. Erect and install Unit in accordance with the Manufacturer's written
instructions and recommendations. Install Unit(s) plumb, accurately,
and in the correct orientation and relationship with other site furnishings,
elements and/or paving as shown on the Contract Drawings.
4. Install footings, anchorages, or mounting hardware, as applicable, in strict
accordance with the Manufacturer's instructions.
a. Embed Unit into cast -in-place concrete foundation. Foundation for
Unit shall be completely set below work of surrounding pavements.
C. Picnic Table (Unit)
1. Picnic Table Unit shall be furnished and located as shown on the Contract
Drawings, and as directed by the Contract Specifications. Verify exact
locations with the Owner's Representative prior to installation.
2. Use actual Unit(s) to establish all dimensions for installation.
3. Erect and install Unit in accordance with the Manufacturer's written
instructions and recommendations. Install Unit(s) plumb, accurately,
and in the correct orientation and relationship with other site furnishings,
elements and/or paving as shown on the Contract Drawings.
4. Install footings, anchorages, or mounting hardware, as applicable, in strict
accordance with the Manufacturer's instructions.
Page 62 of 76
1.11 Embed Unit into cast -in-place concrete foundation. Foundation for Unit shall be
completely set below work of surrounding pavements.
1.12 PROTECTION
A. Protect installed furnishings against damage throughout the duration of the
construction period, complying with Manufacturer's directions.
B. Touch-up Painting: Immediately after erection, clean field welds, bolted
connections, and abraded areas of the work. Paint exposed areas with paint or
other material as supplied by the Manufacturer of the damaged Unit. Apply by
brush, to thickness recommended by paint manufacturer.
ADDITIONAL SPECIAL PROVISIONS TO SECTION 308 — DECOMPOSED GRANITE
PAVING
PART 2 -GENERAL
1.13 SUMMARY
A. This Section includes materials, labor, apparatus, tools, equipment, temporary
construction, transportation, and services necessary for and incidental to
performing the proper completion of Work, as required, to make a complete
Decomposed Granite installation (universally -accessible stabilized
Decomposed Granite Paving Application and Landscape Mulch Application,
where applicable) on prepared sub -grades, as shown in the Contract Drawings,
and as specified herein this Section.
B. Work under this Section consists of, but is not necessarily limited to, furnishing
and installing the following:
1. Decomposed Granite Material.
2. Accessories (Soil Sterliant (Herbicide)).
C. Related Sections: The following Sections contain requirements that relate to
Work in this Section:
1. Section 312219 — Landscape Grading.
2. Section 321500—Aggregate Surfacing.
3. Section 328400 — Irrigation Systems.
4. Section 329113 — Soil Preparation.
5. Section 329400 — Landscape Planting Accessories (Geotextile Filter
Fabric; Steel Edging/Concrete Header, Soil Sterliant (Herbicide), etc.
Section 329813 — Landscape Establishment Period.
1.14 DEFINITIONS AND APPLICABLE STANDARDS
Page 63 of 76
A. References:
1. ASTM — American Society for Testing and Materials.
2. AASHTO — American Association of State Highway and Transportation
Officials.
3. ADAAG — American with Disabilities Act Accessibility Guidelines.
4. CBC — California Building Code, Title 24 Disabled Access Regulations.
B. Definitions:
1. Percent Compaction: Per ASTM D1557, percentage of the maximum in-
place dry density of the same material, as determined by the Geotechnical
Engineer.
2. Stabilized Decomposed Granite Paving: Shall consist of a thoroughly pre -
blended mixture (before placement) of Decomposed Granite material
(fines) and Organic Binder ("Stabilizer'), that is set in lifts, reacted with
water, and compacted in place, creating a universally -accessible finished
surface of Stabilized Decomposed Granite Paving.
3. Decomposed Granite (Landscape Mulch Applications): Shall consist
solely of Decomposed Granite Material (fines), compacted in place. No
Organic Binder ("Stabilizer') is required.
C. Standards for Installation:
1.15
FA
1. Standard Specifications: Standard Specifications of the State of
California, Business and Transportation Agency, Department of
Transportation (CALTRANS).
SUBMITTALS
Product/Material Data. Submit available product data, manufacturing source
(name, address, and telephone number), and distributor source (name,
address, and telephone number) for each type of material and product as
follows:
1. Decomposed Granite Material.
2. Organic Binder.
3. Soil Sterilant (Herbicide).
B. Miscellaneous Data:
1. Sieve Analysis: Provide Sieve Analysis of each type of Decomposed
Granite material to ensure it meets proper grading requirements.
2. Material Test Reports: Submit certified copies of the field tests performed
(testing the compressive strengths) of the Stabilized Decomposed Granite
Paving finished surface.
3. Recommendation: Submit written recommendation from the
Manufacturer/Distributor of the Organic Binder, indicating the quantity
(pounds) of Organic Binder required per ton of Decomposed Granite
material (lbs./ton). Recommendation shall be specific to each type of
Decomposed Granite material specified herein.
Page 64 of 76
C. Material Samples: Furnish the following Material Samples, bound and
individually wrapped in re -sealable labeled plastic bags (as applicable):
1. Submit sample in sufficient quantity (one (1) pound minimum, per bag) of
each Decomposed Granite material (with and without Organic Binder) for
review to ensure color will be compatible with the Project.
D. Field -Constructed Mock-ups: Prior to the installation of any Work under this
Section, Contractor shall erect Field -Constructed Mock-ups for each type of
Decomposed Granite application to verify selections made under this Article
and to demonstrate aesthetic effects as well as qualities of materials and
execution. Build Field -Constructed Mock-ups to comply with the following
requirements, using materials and same base construction including special
features for surface finish, compaction within lifts, color(s), and contiguous
work, as indicated for the final unit of Work.
1. Locate Field -Constructed Mock-ups in a location and of the size indicated
or, if not indicated, as directed by the Owner's Representative.
2. Notify the Landscape Architect, in writing, at least one (1) week in
advance of the dates and times when Field -Constructed Mock-ups will be
erected.
3. Demonstrate quality and range of aesthetic effects and workmanship in
the Field -Constructed Mock-ups that will be produced in the final unit of
Work.
4. Obtain the Landscape Architect's acceptance of the Field -Constructed
Mock-ups, in writing, before the start of Work. Accepted Mock-ups are a
prerequisite to commencing Work under this Section.
5. Retain and maintain Field -Constructed Mock-ups during construction in an
undisturbed condition. Accepted Field -Constructed Mock-ups shall be the
standard for judging the completed Work under this Section.
a. When directed by the Landscape Architect, Contractor shall
demolish and remove Field -Constructed Mock-up Samples from the
Project Site.
6. Contractor shall provide a separate Field Constructed Mock-up for each
type of Decomposed Granite application for review by the Landscape
Architect.
a. Each Field -Constructed Mock-up shall measure four -feet (4') wide
and six -feet (6) long, and at the specified respective depths of
Decomposed Granite indicated in the Contract Drawings, to
compare the aesthetics of material colors, textures, and finishes.
Include the specified headerledging material around the perimeter of
the Mock-up.
1) When the Landscape Architect determines that a Field -
Constructed Mock-up does not meet requirements, retain it for
reference and create another Field -Constructed Mock-up until
the Field -Constructed Mock-up is accepted by the Landscape
Architect.
7. Accepted Field -Constructed Mock-up(s) will be the standard by which
remaining Work will be evaluated for technical and aesthetic merit, and re
a prerequisite to commencing any Work under this Section.
Page 65 of 76
E. Qualification Data: Submit names for firms and persons specified in the "Quality
Assurance and Control" Article to demonstrate their capabilities and experience
on similar Decomposed Granite installations.
F. Submittals under this Article will be rejected and returned without the benefit of
review by the Landscape Architect if they are difficult to read due to insufficient
scale, poor image quality, or poor drafting quality; or if all of the required
information is missing or not presented in the format as requested.
G. No Work shall proceed under this Section until Submittal requirements
indicated herein have been reviewed accordingly by the Landscape Architect.
1.16 QUALITY ASSURANCE AND CONTROL
A. Installer Qualifications:
1. Requirement: Valid California C-27 (Landscaping Contractor) License.
2. Engage an experienced Installer who has completed in the last two (2)
years at least three (3) Decomposed Granite installations similar in
material, design, and extent to that indicated for this Project, and whose
work has resulted in construction with a record of successful in-service
performance.
3. Installer's Field Supervision: Require Installer to maintain an experienced
full-time supervisor on the Project site during times that installations under
this Section are in progress.
B. Source Limitations: Obtain each type of Decomposed Granite material from
the same Manufacturer's plant.
C. Single -Source Responsibility: Obtain each color, type, and/or variety of
Decomposed Granite material from a single source with resources to provide
products and materials of consistent quality in appearance and physical
properties without delaying the Work.
D. Manufacturer's Directions: Follow Manufacturer's directions and drawings in
cases where the Manufacturers of articles used in this Section furnish
directions covering points not shown in the Contract Drawings and Contract
Specifications.
1.17 DELIVERY, STORAGE, AND HANDLING
A. Provide new, unused Decomposed Granite materials indicated under this
Section. Store and secure properly to prevent damage.
B. Protect Decomposed Granite material from contamination with foreign
materials. Isolate stockpiles to prevent mixing of different aggregate grades
prevent contamination with organic materials.
Page 66 of 76
C. Deliver perishable material in original, unopened packaging. Protect from
dampness.
D. Deliver and install Decomposed Granite materials so as to not delay Work, and
install only after preparations for installation have been completed.
1.18 COORDINATION, SCHEDULING, AND OBSERVATIONS
A. Notify the Contractors performing Work related to installation of Work under
this Section in ample time so as to allow sufficient time for them to perform their
portion of Work and that progress of Work is not delayed. Verify conditions at
the Project Site for Work that affects installation under this Section. Coordinate
items of other trades to be furnished and set in place.
B. Utilities: Determine location of above grade and underground utilities and
perform Work in a manner which will avoid damage to utilities. Hand excavate,
as required. Maintain grade stakes until removal is mutually agreed upon by
parties concerned.
C. Excavation: When conditions detrimental to installing Decomposed Granite is
encountered, such as rubble fill, adverse drainage conditions, or obstructions,
cease installation operations and notify Landscape Architect for further
direction.
D. Traffic Control: Maintain access for vehicular, bicycle, and pedestrian traffic as
required for other construction activities during installation of Decomposed
Granite. Access shall also be unobstructed and maintained at all times to allow
for entry and exit of emergency vehicles.
E. Grades and Levels: Establish and maintain required levels and grade
elevations. Review installation procedures and coordinate Work herein this
Section with other Work affected.
F. Installation: Perform installation of Decomposed Granite only when weather
and soil conditions during rain or while sub base is wet from rain. Do not apply
Soil Sterilant when winds exceed 10 mph or during or immediately after rain.
G. Sequence and Scheduling: Do not install Work under this Section prior to
acceptance of sub -grade preparation Work under another Section. Install
edging/header materials prior to placement of Decomposed Granite, where
applicable. Coordinate with other trades to insure proper placement of
irrigation sleeves (per Section 328400) prior to installation of Decomposed
Granite.
H. Construction Site Observations: Periodic site observations shall be made by the
Landscape Architect during the installation of Work under this Section for
compliance with requirements. Landscape Architect retains right to observe
Work for defects and to reject unsatisfactory or defective Work under this
Page 67 of 76
Section at any time during progress of Work. The Contractor shall request, in
writing, at least one (1) week in advance of the time when mandatory site
observation(s) by the Landscape Architect are required.
1.19 SUBSTITUTIONS
A. Consideration: Decomposed Granite materials to be considered equal to the
Decomposed Granite materials indicated herein this Section shall be reviewed
by the Landscape Architect. Materials with equal performance characteristics
produced by other Manufacturer's and/or Distributors may be considered,
providing deviations in dimensional size, color, composition, operation, and/or
other characteristics do not change the design concept, aesthetic appearance,
nor intended performance, as solely judged by the Landscape Architect. The
burden of proof on product equality is on the Contractor.
B. Specific reference to Manufacturer's names and products specified herein are
used as standards of quality. This implies no right to the Contractor to
substitute other materials without prior written approval by the Landscape
Architect for Work under this Section.
C. Decomposed Granite material(s) substituted and installed by the Contractor,
without prior written approval by the Landscape Architect, may be rejected.
Contractor shall not be entitled to be compensated by the Owner where the
Contractor has installed rejected substitutions without receiving prior written
approval.
D. Contract Price: Substituted Decomposed Granite material(s) shall not increase
the Contract price.
1.20 LANDSCAPE ESTABLISHMENT PERIOD
A. Refer to Section 329813 — Landscape Establishment Period, for requirements
under this Article.
1. During the duration of the Landscape Establishment Period, continuously
maintain Decomposed Granite finishes until Final Acceptance of Work is
granted. Immediately repair damage to the Work as the result of weather
or traffic conditions. Report damage resulting from Work of other trades
after installation of Decomposed Granite Work. Repair to match adjacent
undisturbed Work.
PRODUCTS
1.21 DECOMPOSED GRANITE MATERIAL
A. Clean, hard, durable particles or fragmented fines of select crushed granite,
river rock, or basalt. Material fines shall be evenly mixed throughout the
Page 68 of 76
aggregate. When produced from gravel, fifty percent (50%) by weight of the
material retained on a No. 4 sieve shall have one (1) fractured face.
B. The portion retained on the No. 4 sieve shall have a maximum percentage of
wear of 50 at 500 revolutions as determined by AASHTO T96-77.
C. Portion passing a No. 4 sieve shall have a maximum liquid limit of 25 and a
maximum plasticity index of 7, as determined by AASHTO T89-81 and
AASHTO 90-81 respectively.
D. Composition: Decomposed Granite material shall be free from clay lumps,
vegetable matter, or deleterious material.
E. Grading Requirements:
Percentage of Weight
Passing a Square Mesh Sieve
(AASHTO T11-82 and T27-82)
Sieve Size
Percent
Passin
3/8"
100%
No. 4
95-100%
No. 8
75-80%
No.16
55-65%
No. 30
40-50%
No. 50
125-35%
No. 100
120-25%
No. 200
15-15%
F. Products & Manufacturers: Subject to compliance with requirements, provide
products by the following:
1. Stabilized Decomposed Granite Paving:
a. Type: Refer to the Contract Drawings.
b. Supplier: Refer to the Contract Drawings.
C. or equal, as approved by the Landscape Architect.
1.22 ORGANIC BINDER
A. Organic Binder: Non-toxic, colorless, odorless, non -staining, concentrated
organic powder that, when water is applied and then compressed, binds the
Decomposed Granite material together, creating a natural -appearing, firm
surface of Stabilized Decomposed Granite Paving
1. Products & Manufacturers: Subject to compliance with requirements,
provide products by the following:
a. Material: Stabilizer®, Stabilizer Solutions, Inc., Phoenix, AZ.
Page 69 of 76
1) Supplier:
a) KRC Rock, San Marcos, CA, ph. 800-427-0572.
b) Southwest Boulder & Stone, Fallbrook, CA, ph.
877.792.7625.
2) Application Rate: Per Manufacturer's written recommendations.
Minimum application rate of 12 lbs./ton.
b. Material: Natraci(TM Organic Binder.
1) Supplier: Gail Materials, Corona, CA, 951-279-1095.
2) Application Rate: Per Manufacturer's written recommendations.
Minimum application rate of 12 lbs./ton.
C. or equal, as approved by the Landscape Architect.
`6►1 091111[IIIA <�
A. Mixing Equipment: Batch -type, using revolving blades or rotary drum.
B. Compaction Equipment: Power roller, weighing not less than five (5) tons.
1.24 ACCESSORIES
A. Soil Sterilant: Spray -applied, Non -Selective Post -Emergent Herbicide, for
control of annual grasses and broadleaf weeds. Refer to Section 329400 —
Landscape Planting Accessories. Apply in locations designated to receive
Stabilized Decomposed Granite Paving only.
B. Aggregate Sub -Base: Class Il, per "Standard Specifications", as required.
C. Water: Per ASTM C 94, from potable domestic source, and free from
deleterious materials such as oils, acids, and organic matter. Transport as
required.
D. Edging/Header Materials: Refer to Section 329400 — Landscape Planting
Accessories.
E. Geotextile Filter Fabric: Refer to Section 329400 — Landscape Planting
Accessories.
EXECUTION
1.25 EXAMINATION
A. Examine surfaces indicated to receive Decomposed Granite, with Installer
present, for compliance with requirements for installation tolerances and other
conditions affecting performance of surfacing.
Page 70 of 76
B. Sub -grades shall have been rough graded to within 0.10 ft. of finish grades less
depth in location to receive Decomposed Granite.
C. Insure edging materials and irrigation sleeving have been installed and are in
place and secured, Do not proceed with installation Work until unsatisfactory
conditions have been corrected.
1.26 PREPARATION
A. Application of Soil Sterilant:
1. Mixing: Mix Soil Sterilant product in sprayer tank with clean water,
according to Manufacturer's current printed instructions. Use sprayer,
which will apply the solution uniformly, without disturbing the soil.
2. Spray Solution: Shake or stir prior to each application. Apply to dry soil
surface only.
3. Application: Provide Soil Sterilant only in locations designated to receive
Stabilized Decomposed Granite Paving, as indicated on the Contract
Drawings.
4. Over -spraying: Avoid spraying on walls, adjoining pavements, and all
areas to receive landscapee planting.
5. Depth: Immediately after application of spray solution, thoroughly
incorporate the solution into the soil to a depth of two -inches (2") to four -
inches (4"), per Manufacturer's current printed instructions.
B. Compaction: After completion of soil sterilization operations, compact sub -base
to minimum 90% compaction, or as recommended by the Geotechnical
Engineer.
1.27 INSTALLATION
A. Installing Edging/Headers: Install Edgings/Headers, as indicated on the
Contract Drawings. Refer to Section 329400 — Landscape Planting
Accessories for requirements. Edgings/Headers at the full depth of the
perimeter of the Decomposed Granite, as indicated. Edgings/Headers shall be
straight or curving as required, and securely in place, true to line and grade as
required. Align header edges and set flush with adjacent paving where
applicable.
B. Installing Geo -textile Filter Fabric: Geo -textile Filter Fabric shall be installed
only in locations designated to receive Stabilized Decomposed Granite Paving.
Install Fabric accordingly as indicated in the Contract Drawings to prevent
weeds from growing up through the Stabilized Decomposed Granite Paving.
Place the Geotextile Filter Fabric across the entire width of the Paving surface;
overlap ends of Fabric rolls at a minimum of six inches (6").
C. installing Aggregate Sub -Base (as applicable):
Page 71 of 76
1. Verification: Do not place Aggregate Sub -Base prior to acceptance of sub
grade preparation.
2. Placement: Spread Aggregate Sub -Base to thicknesses shown on the
Contract Drawings and compact to a minimum of ninety -percent (90%)
compaction, or as recommended by the Geotechnical Engineer.
D. Installing Stabilized Decomposed Granite Paving:
1. Verification: Verify locations to receive Stabilized Decomposed Granite
Paving.
2. Lines and Levels:
a. Install Stabilized Decomposed Granite Paving true to grade, properly
coinciding with adjacent Work and elevations.
b. Provide a finished Stabilized Decomposed Granite Paving surface
uniform in texture and appearance. Do not permit finished Work to
vary more than 1/8 inch in 10 feet from true profile and cross
section. Finished Work shall be installed to fully comply as a
universally -accessible pavement surface, per applicable Code
requirements.
3. Mixing:
a. General: Stabilized Decomposed Granite Paving shall be thoroughly
pre -blended before placement.
b. Organic Binder: Thoroughly pre -blend Decomposed Granite
material with Organic Binder at the rate recommended by the
Organic Binder manufacturer for each type of Decomposed Granite
material specified, but not less than of twelve (12) pounds of Organic
Binder per one (1) ton of Decomposed Granite material (dry weight).
1) It is essential the Organic Binder be thoroughly mixed, blended,
and uniformly incorporated throughout the Decomposed
Granite material to achieve a successful result. The Organic
Binder locks the fines in the Decomposed Granite material
together, trapping the larger crushed aggregate screenings.
The Organic Binder does not act directly on larger aggregate
screenings. Proper mixing is a must for a successful
application.
a) Blending is best accomplished in a plug mill; a truck
mounted mixer or a portable mechanical mixer may also
be used.
b) Blend Stabilized Decomposed Granite Paving mixture for
a minimum of 15 minutes prior to placing on compacted
sub -surface material.
c) Drop spreading of Organic Binder over graded
Decomposed Granite material is not acceptable. Mixing
by roto -tilling is also not acceptable.
d) Organic Binder shall not be applied during, just prior to, or
immediately following rainfall.
4. Placement:
a. General: After pre -blending, place the Stabilized Decomposed
Granite Paving material onto the compacted sub -surface material.
Page 72 of 76
Carefully place to avoid segregation in two (2) equal two-inch (2")
lifts.
b. Grade, screed, and smooth the Stabilized Decomposed Granite
Paving to desired finish grades. Allow for compaction of the
material.
5. Watering: Apply water until moisture penetrates to the full depth of the
Stabilized Decomposed Granite Paving.
a. Water activates the Organic Binder; it is essential that the full depth
of the Stabilized Decomposed Granite Paving is saturated at this
time. Apply water from a hand held hose with a spray nozzle set to
coarse spray. Water pressure should not disturb the leveled Paving
surface. Do not use a water truck for water distribution or a high-
pressure sprayer.
1) Test for water penetration through random core inspections.
After inspection of cores, fill cored holes with Paving removed;
smooth and hand tamp to match adjoining surface grades.
2) A one (1) -hour application at a rate of +/-20 GPM per 1,000 sq.
ft. of surface seems to achieve the desired full depth moisture
penetration.
3) Let watered Stabilized Decomposed Granite Paving stand
between six (6) to twenty-four (24) hours until all surface water
has dissipated; the Paving surface should be moist, but not
wet.
6. Compacting: While the Stabilized Decomposed Granite Paving material is
still thoroughly moist, compact to a minimum 90% relative compaction, or
as recommended by the Geotechnical Engineer. Compact each area with
at least four (4) passes of the compacting equipment. After compacting,
screed smooth.
a. Compaction should be done with a heavy lawn roller (minimum 225
pounds and maximum 30 -inch width) to achieve finish grade and
initial compaction. Hand -tamp edges around benches, signposts,
trash receptacles, etc. Use a heavy (1 -ton minimum) small rider,
after having used the lawn roller, to obtain the desired final dense,
smooth uniform texture. Do not use whackers, vibratory rollers or a
vibrating plate tamper; the Stabilized Decomposed Granite Paving
will not harden for weeks after vibration.
1) If the Decomposed Granite Paving surface is flaky or sticks to
the roller drum, the Paving hydration level is deficient;
cautiously add more water as required to achieve the Paving's
proper hydration level.
2) If the roller creates a wash board effect or rills, additional time
is required to allow the Paving to achieve the proper hydration
level.
7. Contaminated Areas: Do not permit Stabilized Decomposed Granite
Paving to contaminate adjoining planting areas or finishes. Clean up and
remove all material spilled into adjacent planting areas.
8. Grading: When surface areas have been rolled and it becomes
necessary to add a thin layer of Stabilized Decomposed Granite Paving
Page 73 of 76
material to bring the surface to grade, the previously rolled or compacted
area shall be thoroughly scarified to a depth of two -inches (2") to provide
a bond with the added Material.
9. Curing: Allow finished Stabilized Decomposed Granite Paving surface to
dry completely. Set-up time varies, depending on weather conditions.
a. A hot, dry climate will set up sooner than a cool, moist climate.
1.28 FIELD QUALITY CONTROL
A. Tests: For each lift of Stabilized Decomposed Granite Paving, provide written
verification as to the degree of compaction by a certified testing laboratory. Re -
compact failed areas until specified compaction is achieved.
B. Testing shall be the sole financial responsibility of the Contractor.
1.29 INSPECTION
A. Finished Decomposed Granite surfaces shall be smooth, uniform and solid,
with no evidence of shipping or cracking. Dried, compacted material shall be
firm through the entire depth, with no spongy areas. Loose material shall not
be present on the surface initially. After the first year of use, a minor amount of
loose material is expected on the surface of Stabilized Decomposed Granite
Paving finishes.
B. Loose Decomposed Granite material on the surface or unconsolidated crushed
aggregate screenings below the surface of Stabilized Decomposed Granite
Paving finishes is evidence of improper bonding due to poor mixing or
insufficient watering. Test the loose material for adequate Organic Binder by
wetting, then tamping, and allowing it to dry. If the material still is
unconsolidated, the Organic Binder did not get mixed adequately throughout
the Stabilized Decomposed Granite Paving material. If the material now is
solid, initial watering was insufficient. Cracking or sponginess is evidence of
excessive Organic Binder in the mix.
C. Unconsolidated Paving areas shall be excavated and replaced accordingly with
new Stabilized Decomposed Granite Paving material with a high proportion of
fines meeting the grading requirements above, and pre -blended with Organic
Binder per the procedures listed above. Patched areas shall be wetted
thoroughly and rolled smooth. Patching shall be completed prior to any surface
smoothing.
D. Smoothing of Stabilized Decomposed Granite Paving: Significant irregularities
shall be smoothed out prior to final acceptance of Work. Smoothing shall be
accomplished by rewetting/saturating rough areas thoroughly, and then rolling
the material again with a heavy roller (1,000-1,500 Ib. powered walk -behind
roller, or small rider). Whackers are not recommended.
Page 74 of 76
E. Tolerances of Stabilized Decomposed Granite Paving:
1. Depth: Final thickness of completed Stabilized Decomposed Granite
Paving shall not vary more than 1!4 -inch from dimension indicated in the
Contract Drawings. Measurements may be taken by means of test holes
taken at random, finished surfaces. Correct any variations in the
thickness beyond the allowable Y2 inch by repeating the procedures listed
above.
F. Width: Final width of completed Stabilized Decomposed Granite Paving shall
not vary more than '/z inch from typical dimension width as indicated.
Measurements may be taken at random cross sections along the finished
surface.
G. Where installed, no edges of the Geotextile Filter Fabric shall be exposed.
1.30 REPAIRS AND PROTECTION
A. Damage or Defective Installation: Remove and replace Stabilized
Decomposed Granite Paving that is damaged or defective, or does not meet
the requirements indicated herein this Section.
B. Replacement of Stabilized Decomposed Granite Paving: If compression tests
of cored samples fail to meet the specified compressive strengths as
recommended by the Manufacturer, immediately remove and replace the
Stabilized Decomposed Granite Paving with material conforming to the
Contract Specifications.
C. Protection: Protect Decomposed Granite finishes against traffic, injury,
defacement or damage (by rain or other outside force during curing period) and
subsequent construction operations until Substantial Completion. Exclude
traffic from Stabilized Decomposed Granite Paving for a minimum of fourteen
(14) days after placement. When construction traffic is permitted, it is the
Contractor's responsibility to maintain Stabilized Decomposed Granite Paving
as clean and level as possible by removing surface stains, spillage of materials
as they occur, and traffic markings/grooves, etc., and to repair any damaged
caused by said construction traffic.
D. Maintain Decomposed Granite finishes free of stains, discoloration, dirt, and
other foreign material until Final Acceptance of Work.
1.31 CLEAN UP AND PROTECTION
A. For Work under this Section, keep Work area in a clean, orderly, and safe
condition. Contractor shall remove trash caused from his Work on a weekly
basis throughout the duration of the Work.
Page 75 of 76
B. Protect Stabilized Decomposed Granite Paving from damage due to landscape
operations, operations by other Contractors and trades, and trespassers.
Maintain protection during installation and maintenance periods.
C. Upon completion of his Work under this Section, the Contractor shall remove
rubbish, waste, debris, excess construction materials, and other items resulting
from construction operations offsite as described herein this Section and
directed by the Landscape Architect. Clean all adjoining pavements,
edgings/headers free from excess Decomposed Granite material.
1.32 FINAL REVIEW
A. Final Review under this Section shall be performed upon completion of the
Landscape Establishment Period. Refer to Section 329813 — Landscape
Establishment Period, for requirements.
Page 76 of 76
ATTACHMENT C
City of Newport Beach
BUDGET AMENDMENT
2014-15
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Increase Expenditure Appropriations
PX Transfer Budget Appropriations fX1
SOURCE:
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
ACCOUNTING ENTRY:
NO. BA- 15BX027
AMOUNT: $13,000.00
Increase in Budgetary Fund Balance
Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
BUDGETARY FUND BALANCE Amount
Fund Account Description Debit Credit
REVENUE ESTIMATES (3601)
Fund/Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 7015 Parks
Account Number C1002044 San Miguel Park Restroom $13,000.00
Division Number 7015 Parks
Account Number C4002013 Back Bay View Park $13,000.00
T 4 ' Automatic System Entry.
�/ tic, Signed:
fes„
Signed:
AdministrativeApproval: City Manager
Signed:
City Council Approval: City Clerk
Date
Date
Date
M.