Loading...
HomeMy WebLinkAboutC-6042 - Corona del Mar Pocket Park ProjectApril 26, 2017 Clean Cut Landscape Attn: Scoff Harrison 8406 N. Armstrong Avenue Clovis, CA 93619 Subject: Corona del Mar Pocket Park — C-6042 Dear Mr. Harrison: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On April 26, 2016, 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 May 4, 2016 Reference No. 2016000199135. The Surety for the contract is The Guarantee Company of North America USA and the bond number is 12114520. Enclosed is the Faithful Performance Bond. Sine u , Leilani I. Brown, MMC City Clerk Enclosure Corona Del Mar Pocket Park Contra. Ao. 6042 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 12114520 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,180.02 , being at the rate of $ 15.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Clean Cut Landscape hereinafter designated as the„ Principal,' a contract for mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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. Clean Cut Landscape NOW, THEREFORE, we, the Principal, and The Guarantee Company of North America USA , 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 Seventy Eight Thousand Six Hundred Seventy Dollars and 101100 ($78,670.10) 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. Clean Cut Landscape Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terns 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 10 day of April ,20 15 Clean Cut Landscape 1-<-u Name of Contractor (Principal) Authorized Signaturefritle The Guarantee Company of North America USA Name of Surety Authorized Agent Signature 1800 Sutter Street Suite 880 Concord, CA 94520 ress of Surety 925-566-6042 Telephone APPROVED AS CITY ATTOR E Date: 1-11 1A TO FORM: 1f'$ OFFICE City Attorney thM ylt(ft IS Bonnie Gonzalez Attorney In Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Clean Cut Landscape Page B-2 ACKNOWLEDGMENT A notary public or other officer completing'" ompleting 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 r PD ) ss. On i 13 20 16 - before me, MO -4 Let Notary Public, personally appeared Ka" Alay diA —� 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 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. 0 a Signature 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. MAI LEE VANl3 Comm. #2006296 �ryFueAo-c FRtsNo couNTv Camp. EV. FEB. 3 2017 (seal) State of California County of -Iss. On 20 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 he/she/they 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 foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Clean Cut Landscape Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 ) ss County of Fresno ) Onl ' !G i'C, %efore me, Lyn Genito, Notary Public, personally appeared Bonnie Gonzalez who proved to me on the basis of satisfactory evidence to be the person4.4 whose name4.4 is4re subscribed to the within instrument and acknowledged to me that 4e/she/owy executed the same in 4is/her/t4e4 authorized capacity4e4, and that by k»s/her/f#eir signature4sy on the instrument the personk4, or the entity upon behalf of which the person44 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. Commission # 2094223 i 'm Notary Public • CalHomia = T Fresno County s Comm. Ex ires Jan 16, 2019 t' ""Signature: (Seal) Lyn Genito, No ary'P blic THE The Guarantee Company of North America USA GUARANTEE Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Steven P, Edwards, Cody Lyman, Lyn Genito, Bonnie Gonzalez Alliant Insurance Services, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31� day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -in -fad and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transporefion making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. pw�+TEe� IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012, GTHE GUARANTEE COMPANY OF NORTH AMERICA USA K/r c9�191 �i a_,_7 STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Sea] and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. U IN WITNESS WHEREOFI have thereunto set my hand and attached the seal of said Company this �day of ���" jr'I> Randall Musselman, Secretary . o� V 0 oq`/FORN`P ,; July 8, 2016 Clean Cut Landscape Attn: Scott Harrison 8406 N. Armstrong Avenue Clovis, CA 93619 CITY OF NEWPORT BEACH Subject: Corona del Mar Pocket Park C-6042 Dear Mr. Harrison: CITY CLERK'S OFFICE Leilani Brown, MMC On April 26, 2016 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 May 4, 2016, Reference No. 2016000199135. The Surety for the bond is The Guarantee Company of North America USA and the bond number is 12114520. Enclosed is the Labor & Materials Payment Bond. Sinc(erejly, 1 Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov Corona Del Mar Pocket Park Contract No. 6042* EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 12114520 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Clean Cut Landscape hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract, consisting of mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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. Clean Cut Landscape NOW, THEREFORE, We the undersigned Principal, and, The Guarantee Company of North America USA 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 Seventy Eight Thousand Six Hundred Seventy Dollars and 101100 ($78,670.10) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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 Clean Cut Landscape Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 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 10 day of April 120 15 . Clean Cut Landscape Name of Contractor (Principal) The Guarantee Company of North America USA Name of Surety 1800 Sutter Street Suite 880 Concord. CA 94520 Address of Surety (925) 566-6042 Telephone APPROVED AS TO FORM: CITY ATT,ORNIiY'S OFFICE By: V v Itia'ron C. Harp (ptA owlull City Attorney Authorized Signature/Title Authorized Agent Signature Bonnie Gonzalez Attorney In Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Clean Cut Landscape 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 County ofreSiLO ) ss. On I l , 20 iC) before me, W%G LP- Viuiv`rh �. Notary P blit, personally appeared Kary�j l cin eA j—� who proved to me on the basis of satisfactory evid nce 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/herltheir 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. 7 MAI LEE VANG WITNESS my hand and official seal. COW - #2006291 6 n FRfieHocoU.- Signa1��� Comm. . FEB. 3, 2017 ture (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. State of California County of ) ss. On 20 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 he/she/they 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 foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Clean Cut Landscape Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 ) ss County of Fresno ) On�' 110 ZC'l�efore me, Lyn Genito, Notary Public, personally appeared Bonnie Gonzalez , who proved to me on the basis of satisfactory evidence to be the person(s• whose names} is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/t4e4 authorized capacity4e-4, and that by bis/her/their signature4s4 on the instrument the person(4, or the entity upon behalf of which the person( -4 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. LYN GENITO Commission k 2094223 Z'® Notary Public • California i Z Fresno County r M Comm. Ex fres Jan 16, 2019 Signature: (Seal) Lyn Genito, Notary bli THE The Guarantee Company of North America USA GUARANTEE" POWER OF ATTORNEY Southfield, Michigan KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Steven P. Edwards, Cody Lyman, Lyn Genito, Bonnie Gonzalez Alliant Insurance Services, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed avid may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 61h day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. Ee�o IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. GTHE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland - My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. 6X 19- / I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. .wr^ee� IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this ) C day of Aff i 90 G '0 r�o '""" Randall Musselman, Secretary RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder ��� �' i I ���,� ��� i ��I�' i�� ! A li � �I ' ! l i r�i NO � LE E *$ R 0 0 0 8 5 0 9 0 0 4 2016000199135 3:44 pm 05104116 2.27 417 N12 1 0.000.000.000.000.000.070.000.Ou "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 Karry Wendel DBA Clean Cut Landscape, Clovis, as Contractor, entered into a Contract on April 14, 2015. Said Contract set forth certain improvements, as follows: Corona del Mar Pocket Park C-6042 � :.) O Wofk on said Contract was completed, and was found to be acceptable on LtlApOV'126, 2Q16 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is The Guarantee Company of North America USA. Public 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 onh ri I I at Newport Beach, California. Pt t BY y Jerk CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC April 27, 2016 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: • Corona del Mar Pocket Park - Contract No. 6042 Please record the enclosed document and return to the City Clerk's Office. Thank you. incerely, Leilani I. rown, 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 • 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 Karry Wendel DBA Clean Cut Landscape, Clovis, as Contractor, entered into a Contract on April 14, 2015. Said Contract set forth certain improvements, as follows: Corona del Mar Pocket Park C-6042 Work on said Contract was completed, and was found to be acceptable on April 26, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is The Guarantee Company of North America USA. Public 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. r 1 Executed on ft ri at Newport Beach, California. �el cip G - BY CjzilL Jerk cJ CITY OF NEWPORT BEACH NOTICE INVITING BIDS Electronic bids shall be submitted via PlanetBids by 10:00 AM on the 3rd day of March, 2015, at which time such bids may be reviewed CORONA DEL MAR POCKET PARK Contract No. 6042 $ 80,000.00 Engineer's Estimate Approved by Mak Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.i)laiietbids.coni/portal/portal.cfrn?CoinpaiiylD=22078 Contractor License Classification(s) required for this project: "A" and "C-27" For further information, call Andy Tran, Proiect Manager at (949) 644-3315 City of Newaort Beach CORONA DEL MAR POCKET PARK Contract No. 6042 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 LABOR AND MATERIALS PAYMENT BOND .............................................. Exhibit A FAITHFUL PERFORMANCE BOND............................................................ Exhibit B INSURANCE REQUIREMENTS..................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS.......................................................................I.................... SP -1 TECHNICAL SPECIFICATIONS............................................................................... TS -1 pa City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk We PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanefBids) 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; Contractor shall confirm vla PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (UNE ITEMS to be completed via PlanetSids) 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 dearly 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 (LINE ITEMS) multiplied by unit price submitted by the bidder in PlanetBids. 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 (LINE ITEMS.) 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. 3 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. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. I Z?,,, '0��"P& i` Contractor's License No. & Classification I00000S DIR Reference Number & Expiration Date 0,11I eA c0f L&4115,�� Bidder Authorized Signature/Title - ` Date 4 City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 BIDDER'S BOND Clean Cut Landscape The Guarantee Company of North America USA We, the undersigned Principal and Surety,'our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten percent of bid amount Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CORONA DEL MAR POCKET PARK, Contract No. 6042 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 24 day of February 2016. Clean Cut Landscape J ,-W Name of Contractor (Principal) Authorized Signature/Title The Guarantee Company of North America USA Name of Surety Autho ¢ed Agent Signatuee `� 1800 Sutter Street, Suite 880 Concord, CA 94520 Bonnie Gonzalez Attorney In Fact Address of Surety Print Name and Title 925-566-6042 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 ) ss County of Fresno ) On IS before me, Lyn Genito, Notary Public, personally appeared Bonnie Gonzalez who proved to me on the basis of satisfactory evidence to be the persons} whose name{ is/a-Fe subscribed to the within instrument and acknowledged to me that 4e/she/t4ey executed the same in W-&/her/the* authorized capacity4ees4, and that by Ws/her/t4e4 signatures} on the instrument the person{s4, or the entity upon behalf of which the person{S4 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. LYN GENITO Commission # 2094223 Notary Public - California z Z ' Fresno County D My Comm. Ex ares Jan 16, 2019 nature: (Seal) L ACKNOWLEDGMENT State of California County of )Ss. On Public, personally appeared before me, Notary ,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 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) ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ 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) Thumbprint of Signer ❑ Check here If Capacity of Signer: no thumbprint Trustee or fingerprint Power of Attorney is available. CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 0 ACKNOWLEDGMENT ............................................................................... State of California County of }ss. On Public, personally appeared before me, , Notary ,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 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) ■•rrrrrrrrrrrarrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■ 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/C00 President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint Is available. THE The Guarantee Company of North America USA GUARANTEEm Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Steven P. Edwards, Cody Lyman, Lyn Genito, Bonnie Gonzalez Alliant Insurance Services, Inc. its true and lawful attorneys) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 3151 day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorneys) -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. �JPaP"TEECQ� IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and F� ^ its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. a (�(v�^J eye THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai ar Notary Public, State of Michigan County of Oakland Moy yn My Commission Expires February 27, 2018 Actin �n Oakland County • g Y IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. G4eTEE 00 IN WITNESS AWHEREOF, I have thereunto set my hand and attached the seal of said Company this 21 day of ��� y r _wZ Randall Musselman, Secretary CALIFORNIA NOTARY 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 FRESNO } ss. On February 26, 2015 before me, Mai Lee Vang , Notary Public, personally appeared Karry Wendel 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 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. NIAI LEEVANG yr COMM. #2006296 m W FRESNP OUNTTy Conrri, FEB. 3, 2017 Signature (seal) City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 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: a,c J v; 'fe- ► Address: 'ib 1 O KLe, r (ti'Y. stn ­ 1. 6,4, Cl -NO4 Phone: ?(il) fir � Z- 15gi State License Number: Email Address: Name: Address: \j Phone: State License Number: Email Address: Name: - - Address: �f Phone: State License Number: Email Address L eb.n b-L� � _(un GIS AJC l� � i �-- —_ Bidder I Authorized Signature/Title I=3 City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidder's Name CJPCd Cv f (Ane/5612k 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.1lac'e' ` Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. u No. 2 PCO&r., Project Name/Number r tee' Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. MD No. 3 'F6-& C,e, <;? 0 "ec 4 tu+ e—� Project Name/Number Project Description Approximate Construction Dates: From Agency Name To: Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 1 `4 10 No. 4 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final.Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. ND NoJ Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. RD 11 No. 6 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person T Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial clCtins. 1 ' Bidder Authorized Signature/Title 12 — 1. AN DSC APE PROJECF REFERENCES City of Beverly Hills Ca. PROJECT NAME: City of Beverly Hills Irrigation Improvements on Santa Monica Blvd. $235,000 CONTACT: Charles Akurman (3:1.0) 288-2823 City of Fontana Ca PROJECT NAME: City of Fontana lurupa Ave. Streetscape $986,000 CONTACT: Jonathan WU PE, Senior civil engineer (909) 350-6724 8353 sierra Ave Fontana Ca. 92335 Fresno school district Turner Elementary School Irrigation improvements $510.000 Roger Le%6of Planner/Estimator/Mechanical 559/457-3064 Off..559/647-9923 Cell Roger. LeiboldPfresnounified.ore E-mail CONTACT: 5406 N. Armstrong; Clovis, CA 93619 559-322-2041 fax 559-322-2071 PROJECT AMOUNT I LOCATION OWNER COMPLETION DATES Hwy 180-Clovis Ave. to Temperance $5,130,000 Fresno StateofCeliformia STILL RUNNING City of Beverly Hills Irrigation Improvements on Santa Monica Blvd. $235,000 Beverly Hills City of Beverly Hills 2013 Simi Valley Oak Tree Planting $160,000 Shni Valley City of Slmi Valley 2012 City of Fontana lunrpa Ave. Streetscape $986,000 Fontana City of Fontana PE City of Fresno Street Medians $428,000 Fresno City of Fresno STILL RUNNING Clovis North High School $2,100,000 Clovis Clovis Unified School District 2007 Dakota and Armstrong Elementry School $634,000 Clovis Clovis Unified School District 2012 Lake Tahoe shoreline Beautification $740,000 Lake Tahoe City of South Lake Tahoe 2014 Hwy 15 Beautification at Magnolia $696,000 Corona State of California PE Hwy 91 Beautification at Green River S700,000 Corona State of California 2014 Fresno Unified Site Improvements $110,000 Fresno Fresno Unified School District 2014 Wlldwood Basin Landscape Improvements $360,000 Yucaipa City of yucaipa 2014 1-10 Landscape Improvements $641,000 Yucaipa City of Yucaipa 2014 Hwy 101 Stream Mitigation $1,300,000 Santa Barbara State of California 2014 Veterans Hospital Landscape Improvements $830,000 Fresno Veterans Affalrs 2014 Sierra Meadows Park $330AID Clovis City of Clovis 2012 Coalinga Unfied School District Irrigation Improvements $1,540,000 Coalinga CA CUSD 2008 Orange County Entrance on Highway S $710,000 Buena Park Stote of Callfomla PE San Diego landscape improvements at Miramar Way $2,400,000 San Diego State of Catlfornta PE Stockdale Highway Improvements $289,000 Bakersfield City of Bakersfield PE Fresno State Beaseball Infield improvements $31,000 Fresno Fresno State University 2012 Fresno State Memorial Fountain $91,000 Fresno Fresno State University 2013 Fresno State Aquatic Center Landscape improvements $81,000 Fresno Fresno State University 2013 Frepto State Womens Softball Field Renovation $13,000 Fresno Fresno State Unhredsty 2013 Turner Elementary School Irrigation Improvements $510,000 Fresno Fresno Unified School District 2012 Wildwood Basin Trail Improvements $110,000 Yucaipa qty of Yucaipa 2013 City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 NON -COLLUSION AFFIDAVIT State of California ) -- ) ss. County of 1�/eSno eA , being first duly sworn, deposes and says that he or she is DIA)Y- ,►r of (:tQn-,n_("t- trAMZC442e1 , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact 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. V)CLV,r-v Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on thisday of .v _, 2015 by Ko A Y y WzJ i c�c� , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (SEAL] 13 Notary Public QJ My Commission Expires: ���. ,3, 2ot^7 CALIFORNIA NOTARY JURAT 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 FRESNO } ss. Subscribed and sworn to (or affirmed) before me on this 26th day of February. 2015, by Karry Wendel , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ?AAI I FE VANG comm. #2006296 m N FREla FRESNO COUNTY n, FEB, 3, 2011 Signature of Notary Public (seal) City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 DESIGNATION OF SURETIES Bidder's name V j4e,&A C V T 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): Mie &0 14 City of Newmrt Beach CORONA DEL MAR POCKET PARK Contract No. 6042 CONTRACTOR'S INDUSTRIAL SAFETY RECORD //�� TO ACCOMPANY PROPOSAL Bidder's Name L, C V --r LA. "d "-P-Z' 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 2014 2013 2012 2011 2010 Total 2015 No. of contracts u I s Total dollar Amount of 63a1wo Contracts (in Thousands of $)Y d7 1,r No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder Nt&A 6L)-f ��i,►ti��L - Business Address: Ate• CCAOIII S C4. 17 Business Tel. No.: State Contractor's License No. and Classification: cuv.-A G -27 Title OW(leP e"' The above information was compiled from the records thaf 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 ATTACHED] 16 CALIFORNIA NOTARY 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 FRESNO } ss. On February 26, 2015 before me, Mai Lee Vang_, Notary Public, personally appeared Karry Wendel 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 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 1ny hand and official seal. MAI LEE VANG comm. #2006296 m in _ • Notary PuWk-C&ftn1a N W FRESNO COUNTY Comm, . FEB. 3, 2017 - S ignature�— (seal) jr City of Newport Beach CORONA DEL MAR POCKET PARK Contract No. 6042 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of Califomia that the following information is true and correct: �1 Name of individual Contractor, Company or Corporation: C1j ea1t y1- bA'"4 f'a'd Business Address: Dq D (a N AY -w-5 rf�j 64y -e, Cf oV i 5 6A • � 3617 Telephone and Fax Number. 55D 37,Z' ZO 3 ZZ -2-6"71 California State Contractor's License No. and Class: 727, 9M A aAC-77 (REQUIRED AT TIME OF AWARD) Original Date Issued:,5 f7 UExpiration Date: List the name and titlelposition of the person(s) who inspected for your firm the site of the work proposed in these contract documents: 64 tv . 56h&o/ 0jSr0c t eA l rra, ti: fete £ k Sc•t d�'1�-c lu�-��,•n�'s 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 a rr 6W i W- X*4 Al IAW?S �W pe M)12Z-2exl/ Claw A Corporation organized under the laws of the State of 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this propo§al_are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: /`114 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; &lo4 Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. /,j / Q� 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 lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yeso Irt Are any claims or actions unresolved or outstanding? Yes /e 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. . eJO (Print name of Owner or President of Corporation/Company) Neav"'6vt- L4j5co Bidder Authorized Signature/Title UVJ ae-VII Title Date On f&. 21e, 2015 before me, Mo -i- Leg\/Gha, , Notary Public, personally appeared ✓ , who proved to me on the basis of satisfactory evide ce 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. Notary Public in and fors id S to My Commission Expires: _ �.7. 30,7_01-1 20 jrmogm d t) CALIFORNIA NOTARY 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 FRESNO } ss. On February 26, 2015 before me, Mai Lee Vang_, Notary Public, personally appeared Karry Wendel 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 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. MAI LEE VANG •- COMM. #2006296 Notary ptmt_cpNtomia W FRESNO COUNTY MY Comm. . FEB. 3, 2017 - Signature Cily of Newport Beach CORONA DEL MAR POCKET PARK Contract No, 6042 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 Rests Keating 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 Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 COROI,A DEL MAR POCKET PARK CONTRACT NO. 6042 DATE: 2 • rlS B Y : 1141, �t13�---�-�= Deputy Public: Wdrks Director TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall he made to the Contract Documents — all other conditions shall remain the same. A. BID SUBMITTAL/BID OPENING Reminder: Bids for this Contract are to be received Via PlanetBids via electronic submittal only. No hard copy submittals will be accepted for this Project. The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (March 3, 2014 al 10:00 AM.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bic] Due Date). Members of the public who would like to attend this reading may go to Bay E, 2`' Floor of the Civic Center (Located at 100 Civic Center Dr.) E. ENGINEER'S ESTIMATE The Engineer's Estimate (:180,000.00) is now viewable on the (aid Info rnlation section of the PlanetBids Project under "Estimated Bic] Value". Page: 2 of 2 C. PLANS: Sheet 3, 5 and 6 have been revised as follows: 1. Sheet 3— Revised Reference Notes Schedule Item C-104 2. Sheet 3 — Revised Refemece Notes Schedule Item C-106 3. Sheet 5 - Revised Detail F Item 7 4. Sheet 5 - Revised Detail G Title 5. Sheet 5 --Revised Detail G Item 2 6. Sheet 6 - Revised LI -101 Replace Sheets 3, 5 and 6 with Revised Sheets 3,5 and 6 (included with this Addendum) File Attachment: C-6042 REVISED PLAN SHEETS 3-5-6 Bidders must sign this Addendum No. 9, and scan/upload It with their Bid Submittal Packet (behind the Acknowledgement of Addenda.) Bids may not be considered unless any and all Addenda are attached. Bidders must also acknowledge receipt of the Addenda via PlanefBids. Please note that If you have already submitted a Pict, you will need to acknowledge the Addenda and resubmit your Bid In order for It to be valid. I have carefully examined this Addendum No. 1 and have included full payment in my Proposal. �JIPAO L)_� Bidder's Name (Please Print) Date Authorized Signature St Title City of Newport Keach CORONA DEL MAR POCKET PARK Contract No. 6042 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Cjl,,ea.A Co:'C Later` 4 G��e 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 1901 .To] I rim THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of April, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and KARRY WENDEL, a sole proprietor, doing business as ("DBA") CLEAN CUT LANDSCAPE ("Contractor"), whose address is 8406 North Armstrong Avenue, Clovis, California 93619, 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 mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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. 6042, 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. REEN&TWWARM =SR .1 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 Seventy Eight Thousand Six Hundred Seventy Dollars and 10/100 ($78,670.10). 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. VANES 2-USIU44 MURYTIM411 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 Scott Harrison 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. Clean Cut Landscape 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: Scott Harrison Clean Cut Landscape 8406 N. Armstrong Avenue Clovis, CA 93619 ESI.Ir74:9401Q*.�i61i1,111 Ti Eel 7 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 Clean Cut Landscape 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. 6,71 , 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. �'Llliii7�77 7-Afro7. 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 Clean Cut Landscape 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 Contractor's 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 Clean Cut Landscape 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, subconsultants, 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. Clean Cut Landscape 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 Clean Cut Landscape 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 Clean Cut Landscape 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] Clean Cut Landscape 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 ATN Y'S OFFICE Date: — M CITY OF NEWPORT BEACH, a California municipal corporation Date: By: By: M_ Aaron C. Harp UM 0*1115- E City Attorney Mayor D. Selich ATTEST: / CONTRACTOR: Karry Wendel, a sole Date: proprietor doing business as ("DBA") Clean Cut Landscape Date: H (a - By: By: K- W .�.� Leilani I. Brown Karry R. Wendel City Clerk Owner `AGI FOS [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements Clean Cut Landscape Page 10 " Corona Del Mar Pocket Park Contract No. 6042` CITY OF NEWPORT BEACH BOND NO. 42114520 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Clean Cut Landscape hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract, consisting of mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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. Clean Cut Landscape NOW, THEREFORE, We the undersigned Principal ,"and, The Guarantee Company of North America USA 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 Seventy Eight Thousand Six Hundred Seventy Dollars and 10/100 ($78,670.10) 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 worts or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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 Clean Cut Landscape Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 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 10 day of April —,20 15 . Clean Cut Landscaped 1 b Name of Contractor (Principal) Authorized Signature/Title The Guarantee Company of North America USA Name of Surety 1800 Sutter Street Suite 880 Concord, CA 94520 Address of Surety (925) 566-6042 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Aron C. Harp cAm o0uh City Attorney �''��" iYc� }"�i'il�• 1.%^- lU ��� . Authorized Agent Signature Bonnie Gonzalez Attorney In Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Clean Cut Landscape 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 County of r, +t 0 _} ss. On vii i- _ _ 20� before me, iLta cr a Notary Public, personally appeared 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 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. 1 �•�re Signature (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. State of California County of ) ss. On 20 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 he/she/they 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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Clean Cut Landscape Page A-3 ra CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 ) ss County of Fresno ) Onfk-,, '� o c{" -' ,-before me, Lyn Genito, Notary Public, personally appeared Bonnie Gonzalez , who proved to me on the basis of satisfactory evidence to be the persont4 whose name(-,) is/are subscribed to the within instrument and acknowledged to me that 4e/she/t4ey executed the same in lois/her/their authorized capacity(ie4, and that by #+s/her/tkeif signatures) on the instrument the personk4, or the entity upon behalf of which the persont4 acted, executed the instrument. 1 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. LYN G6NI70 Commission # 2094223 z Notary Public - California z ; Fresno County OM Comm. Expires Jan 16, 2019 Signature: (Seal) Lyn Genito, Notarybli THE TM The Guarantee Company ®f North America USA. Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Steven P. Edwards, Cody Lyman, Lyn Gemto, Bonnie Gonzalez Alliant Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31" day of December, 2003, The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. v �w+*Ee�oH IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. ory iy THE GUARANTEE COMPANY OF NORTH AMERICA USA �NAMER� STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai .a Notary Public, State of Michigan County of Oakland O— �o .,y My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, 1 have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. ex 19' I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this t L,,' day of f�_Xt a Randall Musselman, Secretary * Corona Del Mar Pocket Park Contract No. 6042 CITY OF NEWPORT BEACH BOND NO. 12114520 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,180.00 , being at the rate of $ 15.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Clean Cut Landscape hereinafter designated as the "Principal," a contract for mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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. Clean Cut Landscape A NOW, THEREFORE, we, the Principal, and The Guarantee Company of North America USA , 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 Seventy Eight Thousand Six Hundred Seventy Dollars and 10/100 ($78,870.10) 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. Clean Cut Landscape 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 10 day of April ,20 15 Clean Cut Landscape Name of Contractor (Principal) The Guarantee Company of North America USA Name of Surety 1800 Sutter Street Suite 880 Concord, CA 94520 Address of Surety 925-566-6042 Telephone APPROVED AS TO FORM: CIN ATTORNEY'S OFFICE Aarc'n C. Harp (Am LiItuIrS City Attorney I -.<—u ---� org Authorized Signature/Title -n TLC Authorized Agent Signature !� } Bonnie Gonzalez Atttorney In Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Clean Cut Landscape 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�6Qe ;Yt� of)ss. / On - i 16 2016 before me, t, U; k4r � Notary Public, personally appeared Lai 1Mrhn&.A J 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 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. MAI LEE VANG WITNESS my hand and official seal.i`" C No"P #2006296 {/ hWft FRESROCOUNTV t 6 ✓ _ Conan. . FEB. 3, 2011 Signature (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. State of California County of ) ss. On 20 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 he/she/they executed the same in histher/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 foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Clean Cut Landscape Page B-3 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 ) ss County of Fresno ) Onr'� 'C ZC%C�before me, Lyn Genito, Notary Public, personally appeared Bonnie Gonzalez who proved to me on the basis of satisfactory evidence to be the person(s4 whose nameW is/are subscribed to the within instrument and acknowledged to me that be/she/Ebey executed the same in his/her/their authorized capacity{ies}, and that by bis/her/their signatures} on the instrument the personal, 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. LYN 6E""' Commission # 2094223 Notary Public - California z Fresno County Comm. E €res Jan 96, 2019 J ignature: ' (Seal) Lyn Genito, No ary'Ijblic THE The Guarantee Company of North America USA GUARANTEM POWER F ATTORNEY Southfield, Michigan KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Steven P. Edwards, Cody Lyman, Lyn Genito, Bonnie Gonzalez Alliant Insurance Services, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31� day of December, 2003, The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed, U,Pen"TFeco& IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and W its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA ��NgMEPf'P k ' - c 'eq, v . STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal. and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan yr -n County of Oakland My Commission Expires February 27, 2098 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. exAlbt� a. Tom. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. o MTee�oq IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 1, day of 0 ooaM"M`"�P Randall Musselman, Secretary . EXHIBIT C 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 Clean Cut Landscape 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 Contractors 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 Clean Cut Landscape 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 Clean Cut Landscape 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. I. 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. Clean Cut Landscape Page C-4 CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach.* Date Received: 4/16/15 Dept./Contact Received From: Raymund Date Completed: 4/16/15 Sent to: Raymund By: Chris/ Alicia Company/Person required to have certificate: Clean Cut Landscape Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 1/13/15 to 1/13/16 A. INSURANCE COMPANY: Hartford 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 $1 M 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) N 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) Z Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Z Yes ❑ No 1. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? Z 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 1I. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 1/13/15 to 1/13/16 A. INSURANCE COMPANY: American Fire and Casualty 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 $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? IM+ 10 M Umbrella E LIMITS Waiver of Auto Insurance / 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 in. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 7/1/14 to 7/1/15 A. INSURANCE COMPANY: Cypress Insurance Company B. AM BEST RATING (A-: VII or greater): A++; XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M 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 V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: 4/16/15 Agent of Aliiant Insurance Services Date Broker of record for the City of Newport Beach I ` ■ ■ /1 ■ ■ (►�=■" 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 Date * Subject to the terms of the contract. •", TMU.t ••t Line Items shall be submitted via Planet8ids. M1 City of Newport Beach Page 1 Corona Del Mar Pocket Park (C-6042), bidding on March 3, 2015 10:00 AM (Pacific) Printed 04/16/2015 Bid Results Bidder Details Vendor Name Clean Cut Landscape Address 8406 N Armstrong Ave Clovis, CA 93619 United States Respondee Scott Harrison Respondee Title Division Manager Phone 909-653-5111 Ext. Email scott@cleancutland.com Vendor Type Bid Detail Bid Format Electronic Submitted March 3, 2015 8:16:13 AM (Pacific) Delivery Method Bid Responsive Yes Bid Status Submitted Confirmation # 51649 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type BID CORONA DEL MAR BID.pdf BID SUBMITTAL PACKET BID BOND CORONA DEL MAR BID BOND.pdf Bid Bond Line Items Type Item Code UOM city Unit Price Line Total Comment Section 1 1 Mobilization Lump Sum 1 $2,800.00 $2,800.00 2 Traffic Control Lump Sum 1 $2,500.00 $2,500.00 3 Surveying Services Lump Sum 1 $3,105.00 $3,105.00 4 Clearing and Grubbing, Grading and Export Lump Sum 1 $4,177.00 $4,177.00 5 Construct Cotten Steel Edging Lump Sum 1 $1,346.00 $1,346.00 PianetBids. Inc. City of Newport Beach Page 1 Corona Del Mar Pocket Park (C-6042), bidding on March 3, 2015 40:00 AM (Pacific) Printed 04116/2015 Bid Results Bidder Details Vendor Name Clean Cut Landscape Address 8406 N Armstrong Ave Clovis, CA 93619 United States Respondee Scott Harrison Respondee Title Division Manager Phone 909-653-5111 Ext. Email scott@cleancutland.com Vendor Type Bid Detail Bid Format Electronic Submitted March 3, 2015 8:16:13 AM (Pacific) Delivery Method Bid Responsive Yes Bid Status Submitted Confirmation # 51649 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type BID CORONA DEL MAR BID.pdf BID SUBMITTAL PACKET BID BOND CORONA DEL MAR BID BOND.pdf Bid Bond Line Items Type Item Code UOM City Unit Price Line Total Comment Section 1 1 Mobilization Lump Sum 1 $2,800.00 $2,800.00 2 Traffic Control Lump Sum 1 $2,500.00 $2,500.00 3 Surveying Services Lump Sum 1 $3,105.00 $3,105.00 4 Clearing and Grubbing, Grading and Export Lump Sum 1 $4,177.00 $4,177.00 5 Construct Corten Steel Edging Lump Sum 1 $1,346.00 $1,346.00 Planetoids, Inc. City of Newport Beach Page 1 Corona Del Mar Pocket Park (C-6042), bidding on March 3, 2015 10:00 AM (Pacific) Printed 02,09,12015 Line Items Type Item Code UOM Qty Unit Price Ref Section 1 1 Mobilization Lump Sum 1 �q bf 0, (Q� LI 2 Traffic Control Lump Sum 1 3 Surveying Services Lump Sum 1 j { os 7 4 Clearing and Grubbing, Grading and Export Lump Sum 1� n Ci 5 Construct Corten Steel Edging Lump Sum i L4 t 6 Construct CMU Block Retaining Wali Lump Sum 1 l.G'kJ ^ o o 7 Construct Concrete Accent Paving 1 3`7 Sq. Ft. 270 9 j 8 Construct Concrete Sidewalk Sq, FL 40 , 9 Construct Stablized and Decomposed Granite Paving Sq, FL 400 A €�L 10 Furnish and Install Benches Each 5 ; l d .f 11 Furnish and Install Trash Receptacle Each 1� (, 12 Jack and Bore 4 -Inch PVC Sleeve Lump Sum 1 —p - 3f 13 Install Drainage System Lump Sum 1 t�{ ' t dd 14 Install Electrical Improvements U.. �wr w � Lump Sum 1 (✓r� + 9 City of Newport Beach Corona Del Mar Pocket Park (66042), bidding on March 3, 2015 10:00 AM (Pacific) Line Items Type Item Code 15 install Irrigation Improvements 16 Install Landscape Improvements 17 Provide As -built Plans Page 2 Printed 02/09/2015 DOM Qty Unit Price Ref Lump Sum 1 c„(3 ,. ,,. , Gp 0 Lump Sum t Lump Sum i 51,000.00 F91.gW$WJ[�7 71"119-JAS(+ilAa INDEX FOR SPECIAL PROVISIONS CORONA DEL MAR POCKET PARK CONTRACT NO. 6042 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 6-7.1 General 6-7.2 Working Days 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-8.7.2 Steel Plates 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access 7-10.3 Street Closures, Detours and Barricades 7-10.4 Safety 7-10.4.1 Safety Orders 1 1 1 1 1 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 4 5 5 5 6 6 6 6 6 7 7 7 7 7 8 8 7-10.6 Notices to Residents 7-15 CONTRACTOR'S LICENSES 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. PART 2 - CONSTRUCTION MATERIALS SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 300-1.3.1 General 300-1.5 Solid Waste Diversion SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General r 10 10 10 12 13 13 13 13 13 13 13 13 13 13 13 13 13 14 14 14 I :10161H 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-5230-5); (3) the City's (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 Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard' Specifications for Public Works Construction as referenced and stated'' hereinafter: W., alsomma-mve SECTION 2 - SCOPE AND CONTROL OF THE WORK Wrl TOT -1 r.4763 U4 MSG_ Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, construction notifications, site grading, construction of steel and masonry retaining walls, site furnishings, lighting, landscaping and irrigation, 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 14 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." 2-9.2 Line and Grade Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying, Inc. and can be contacted at (714) 918-6266. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. 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. Page 2 of 14 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 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 - 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." 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. Page 3 of 14 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: 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 weed control period which is approximately 30 calendar days is included within the specified time of completion. The 90 -day landscape establishment and maintenance phase is not included in the contract time. 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. Page 4 of 14 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 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24t , (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 6-7.4 Working Hours Normal working hours are limited to 7:00 AM to 4:30 PM, Monday through Friday. To minimize public inconvenience, the bore and jack operation across westbound Coast Highway, including potholing, shall be completed during night working hours which are limited to 7:00 PM to 10:00 PM, Monday through Thursday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 PM to 6:30 PM on weekdays or 8:00 AM to 6:00 PM 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. . ' O11I197 II491971Ji►_CC] 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 Page 5 of 14 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. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during establishment and 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. 7-8 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. 7-8.6 Water Pollution Control Add to this section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at 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 VIE lIMENfin-1 .1F:7'iNKTO =- 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. Page 7 of 14 7-10.3 Street Closures, Detours and Barricades Add to this section: 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. At a minimum, the Contractor shall maintain two lanes of traffic in each direction when completing their work during normal working hours. During night working hours, the Contractor shall maintain a minimum of one lane of traffic in each direction. 5. 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. 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 Page 8 of 14 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 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 Section 7-15 Contractor's Licenses: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a General "A" contractor's 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 subcontractors shall possess a valid Business License issued by the City of Newport Beach. Add the following Section 7-16 Contractor's Records/As-Built Drawings: 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 Page 9 of 14 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, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, preparing the BMP Plan, preparing and updating a construction schedule, 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 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs, cover conflicting signs and all costs incurred notifying residents. In addition, this item includes, if required, preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 3 Surveying Services: Work under this item shall include surveying, construction staking, centerline ties, survey monument adjustment, as -built field notes, filing of corner records, reestablishment of property corners disturbed by the work, protection and restoration of existing monuments and all other work items as required to complete the work in place. Page 10 of 14 Item No. 4 Clearing and Grubbing, Grading and Export: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for removing and disposing existing plant material, removing and exporting the top six inches of on- site soil, grading, excavating, removing and exporting all excess soil as required to complete all improvements shown on the construction plans, removing and disposing tree stump, electrical fixtures and conduits, capping existing water line, general rough grading, and all other work items as required to complete the work in place. Disposal of all removed and excavated material shall also be included in this bid item. Item No. 5 Construct Corten Steel Edging: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing, welding, grinding, installing, backfilling, compacting, and all other work as required to complete variable height corten steel edging in place. Item No. 6 Construct CMU Block Retaining Wall: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing variable height CMU block retaining wall, including concrete footing, steel reinforcement, waterproofing and all other work as required to complete the work in place. Item No. 7 Construct Concrete Accent Paving: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing concrete accent paving, including subbase preparation, steel reinforcement, seeding, sealing, sawcutting joints and all other work items as required to complete the work in place. Item No. 8 Construct Concrete Sidewalk: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4-inch thick concrete sidewalk, and all other work items as required to complete the work in place. Item No. 9 Construct Stabilized Decomposed Granite Paving: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for subgrade compaction, furnishing and installing the stabilized decomposed granite, and all other work items as required to complete the work in place. Item No. 10 Furnish and Install Benches: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing benches, constructing concrete footings with steel reinforcement and pads and all other work items as required to complete the work in place. Item No. 11 Funrnish and Install Trash Receptacle: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing trash receptacle, constructing concrete pad, mounting hardware and all other work items as required to complete the work in place. Page 11 of 14 Item No. 12 Jack & Bore 4 -inch PVC Sleeve: Work under this item shall include, but not limited to, all labor, tools, equipment, and material for potholing existing utilities, excavating pit, jacking and boring Schedule 40 4 -inch PVC sleeve, backfilling, restoring all existing improvements to its pre-existing condition, and all other work items as required to complete the work in place. Item No. 13 Install Drainage System: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing drain lines and catch basins, subdrains, constructing curb core to street connection, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 14 Install Electrical Improvements: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing electrical conduits and wires, junction boxes, light fixtures including footings, connecting to the existing electrical service, and all other electrical improvements as shown in the contract drawings and as required to complete the work in place. Item No. 15 Install Irrigation Improvements: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing remote control valves, irrigation mainlines, quick coupling valve, ball valves, drip lines, laterals and sleeves, and all other irrigation improvements as shown in the contract drawings and as required to complete the work in place. Item No. 16 Install Landscape Improvements: Work under this item shall include, but not limited to, all labor, tools, equipment, and material costs for furnishing and installing all plants as shown in the contract drawings, mulch, soil amendments, agronomic testing, soil amendments, tilling, and all other landscape improvements as shown in the contract drawings and as required to complete the work in place. The 90 - day landscape establishment and maintenance phase is also included with this bid item. Item No. 17 Provide As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $1,000 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 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." Page 12 of 14 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://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. Page 13 of 14 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." 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 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 308-1 General Add to this section: The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall also adhere to the following Technical Specifications: 1. Section 02810 — Landscape Irrigation 2. Section 02900 — Landscape Planting 3. Section 02970 — Landscape Establishment and Maintenance Page 14 of 14 City of Newport Beach Contract No. 6042 TECHNICAL SPECIFICATIONS SECTION 02515 Site Concrete Work PART 1 - GENERAL 0.01 SUMMARY A. The requirements of this Technical Specification section supplement Sections 201, 303, 304 and 306 of the "Greenbook" Standard Specifications for Public Works Construction. 1.02 QUALITY ASSURANCE A. Workman Qualifications: 1. Installation to be performed by workmen with not less than 3 years experience certified to install IntecreteMconcrete systems. Foremen with not less than 5 years experience, properly executing all concrete forms and finishes specified on the drawings and/or contained within the City furnished samples for this project. 2. Maintain a foreman or supervisor on site who is fluent in English and satisfactory to City. Supervisor shall be present during all phases of installation and finishing. On-site supervisor shall have qualified as ACI Certified Concrete Flatwork Technician. 1.03 PRE -INSTALLATION CONFERENCE A. At least two weeks prior to the scheduled commencement of installing finish work, conduct a 'Pre -job Conference' with the City at the Project site. This meeting shall include all parties responsible for installing, pumping, finishing, scheduling and testing of the work performed under this Section. Record discussions of conference including all decisions, directions and agreements reached. Furnish copies of record to all parties in attendance. B. Review methods and procedures related to the work of this Section, including, but not necessarily limited to the following: 1. Required submittals and procedures. 2. Required details and finishes. 3. Scheduling and sequencing of work. 4. Coordination with other trades and site conditions. 5. Forecasted weather and procedures for coping with unfavorable conditions. 6. Waste disposal. 7. Required testing, inspections, reviews and procedures for approvals. 1.04 SUBMITTALS TS -1 of 43 A. Product data: 1. Provide a list of all products and materials intended for use in the work. B. Mix Design: 1. For City's approval, provide concrete suppliers formulations for concrete mix, certified by an independent technical agency and stamped by a licensed engineer. All required quantities of materials to be expressed in ratio per cubic yard of concrete. 2. Statement of mix design shall include: a. City, project name and project location. b. Date of report. c. Name and address of batch plant. d. Mix design number. e. Type, size and quantity of course and fine aggregates. f. Type, brand and quantity of hydraulic cement. a. Water/Cement Ratio. h. Density. I. Average compressive strength. j. PSI strength at 28 days. k. Method of testing used. I. Type, quantity and manufacturer of admixtures. m. Type, quantity, manufacturer and specific name of integral color additive. C. Mock-up Samples: 1. Mock-up Conference: a. Provide representative (2) 2'x2' sample(s) of specified concrete to City, a minimum 2 weeks prior to construction. PART 2 -PRODUCTS 2.03 READY MIX CONCRETE A. Materials: To ensure consistency of color and finish, a single source and supplier of cement and aggregates shall be maintained for each paving type throughout the duration of the project. 1. Cement: Conforming to ASTM C 150, Type I, II, V Portland. 2. Fly ash: Per ASTM C 618, Class F, with low carbon content and low loss on ignition, 3 percent or less. Note: Fly ash is not acceptable for use in integrally colored concrete mixes for this Work. 3. Fine and Coarse aggregates: Per ASTM C 33, consisting of washed natural sand and hard, fine grained crushed rock. 4. Water: Clean, potable water, conforming to ASTM C 1602. B. Batching: 1. Measure, batch, mix and deliver concrete in accordance with ASTM C 94, from plants certified under the NRMCA Certification of Ready Mix Concrete Production Facilities. 2. Use only mix designs approved by City. TS -2 of 43 3. Deliver and discharge concrete from the truck within 1-1/2 hours after the introduction of water to the mix or within 300 revolutions of the drum. Concrete delivered to the site after this time shall be considered deficient and subject to rejection by City. 4. Do not add water to concrete during delivery or placement. To attain specified slump, additional water may be added to concrete at the project site before placement, provided that amount of water will not exceed total amount allowed on the delivery ticket. 5. Water to cement ratio shall be .55-.63 and not below 0.50. 6. Concrete strength shall be minimum 3250 PSI at 28 days. 7. Design slumps: a. Slabs on grade up to 8 in thick: 5 inches +/-1 in. 2.04 ADMIXTURES A. Chemical admixtures conforming to ASTM C 494 / C 494M, Type A and G. B. Provide approved water reducers, super -plasticizers and retarders as conditions require. C. Selected admixtures shall not reduce the specified concrete strength, cause corrosion of embedded steel, create excessive shrinkage (10 percent or greater) or negatively affect the concrete color or finish. D. Do not use products which contain calcium chloride, triethanolamine, thiocyanates or will result in soluble chloride ions in excess of 0.1 percent by weight of cement. E. Approved admixture manufacturers: 1. Euclid Chemical Co. 2. Master Builders, Inc. 3. Sika Chemical Co. 4. W.R.Grace & Co. 5. BASF 6. Artisans Materials F. Provide water reducing and shrinkage reducing admixtures to all concrete intended for flatwork as follows: 1. Water Reducer: WRDA-64 water reducing admixture, manufactured by Grace Construction Products, (877) 423- 6491. 2. Shrinkage Reducer: Eclipse Floor shrinkage reducing admixture, manufactured by Grace Construction Products, (877)423-6491. G. Integral Color Additives: 1. Synthetic mineral oxide pigments conforming to ASTM C 979. 2. Provide specific colors and manufacturer of pigments as indicated on the Drawings. 3. Proportion of color admixture in concrete is to be determined by the manufacturer to provide full color or to match City's samples. TS -3 of 43 4. Mix and consolidate color admixtures per manufacturer's recommendations. a. Specified Color: Refer to Drawings H. Synthetic Fibers: 1. Polypropylene: 100 percent virgin multifilament polypropylene fibers of maximum 3 denier, 1/2 inch long, ASTM C 1116, Type III. 2. Propex Fibermesh, formerly Stealth: by Fibermesh, (423) 892- 8080. 3. Grace MicroFiber: by Grace Construction Products, (877) 423- 6491. 4. Provide %2 - 1.5 Ib of fibers per cubic yard of concrete. IntecreteTm Admixtures 1. IntecreteTM Protect LN 2.06 ACCESSORIES & DECORATIVE AGGREGATES A. Decorative Aggregates — Shell, Glass Chip, Stone Chips, etc. 1. Topically seeded or integrally mixed a. Artisans Materials — (714) 363-4210 b. Heritage Glass C. United Terrazzo Supply B. Surface Retarder: 1. Topically applied product to retard the setting of finished concrete surfaces to enable a controlled exposed aggregate finish. a. Top Cast, manufactured by W.R. Grace & Co. b. Flatwork Finish, Artisans Materials (714) 363-4210 C. Rincon C. Curing Compounds: 1. Liquid, membrane -forming, curing and evaporation reducer (resin -based dissipating type) as required to facilitate proper curing and hardening of finished concrete surfaces. 2. Curing compound shall not discolor or stain the concrete and shall be compatible for use with the selected concrete sealer. D. Curing Covers: 1. UltraCure or HydraCure Covers, as manufactured by PNA Technologies, (800) 542-0241. 2. Skudo US — Cure Mat E. Protection Paper/Compounds: 1. Seekure 892, reinforced and laminated protection paper, manufactured by Fortifiber. 2. Orange Label Sisalkraft, reinforced and laminated protection paper, manufactured by Fortifiber. 3. Skudo US — Cure Mat, LT, MT, HT, XT F. Joint Sealant: 1. Single or multi-component, self -leveling polyurethane sealant conforming to ASTM C920, Type S or M, Grade P, Class 25, with an average shore hardness of 30 or more (in accordance with ASTM C661), for horizontal, TS -4 of 43 traffic bearing applications. City reserves the right to select from manufacturer's expanded or extended color systems or custom colors as desired to coordinate with paving colors. In the event that no specific manufacturer has been specified, use one of the following City approved sources; 1) Dynatrol II or Dynatred, by Pecora Corp. 2) Dymeric 511, by Tremco. 3) Sikaflex 2C N, by Sika Corp. 4) Sonolastic NP 2, by Sonneborn Building Products (BASF Building Products). 2. Warrant sealants and caulking against faulty workmanship and defective materials for a period of 5 years from date of Substantial Completion. 3. Compressible Backing: a. Backer Rod: Closed cell neoprene, polypropylene or other resilient material compatible with recommendations of sealant manufacturer. G. Densifiers: Applied Concrete Technology, Inc. Project Specified. H. Sealers: Apply sealers to all concrete paving on the drawings. In the event that no specific manufacturer has been specified, use one of the following City approved sources. All sealants much be tested for compatibility or reactivity to aggregates. a. Low -sheen application requirements, penetrating type: 1) Protecrete Repeller, by Applied Concrete Technology, Inc., (800) 228-6694. 2) Repelo, by L. M. Scofield Company., (800) 800-9900. 10109 KW*4011 A1101►I 3.01 SUBGRADE AND COMPACTION A. Ensure sub -grade soil is compacted to required specifications and set to proper grades. B. Sub -grade is to be free of all soft, compressible or expansive soils. Remove any exposed rocks and all loose soil or debris. C. Lightly moistened sub -grade with an even spray, just prior to placing concrete, to control any initial rapid loss of moisture from the slab. Concrete shall not be placed if sub -grade is overly saturated. 3.02 FORMWORK A. Set forms to meet alignment, shape, dimensions and grades as shown on Drawings. B. Straight lines are to be set true, plumb and with limited deviation. Radii shall be formed concentric and smoothly transition to all adjoining straight segments. C. Forms shall be of sufficient thickness to ensure they will not deform when loaded. Hold forms rigidly in-place with sufficient amount of stakes, clamps, spreaders and braces to ensure formwork will not move or deflect when loaded. TS -5 of 43 3.03 REINFORCEMENT A. Place steel reinforcement as indicated on drawings. Interrupt reinforcement at all construction joints. B. Set and secure reinforcement grid on sufficient quantity of spacers to ensure steel remains in proper placement during concrete pour. C. Place 2 -piece dowel sleeves on formwork as required. Ensure sleeves remain in alignment with slab during concrete placement. 3.04 PLACEMENT A. Place concrete in accordance with ACI 304R. B. Place concrete no faster than it can be properly finished with due regard to weather, concrete temperature and the size and abilities of the finishing crew. C. Place concrete in forms no later than 1-1 /2 hours after water was first added to the batch. During hot weather, 90 degrees F or greater, placement time shall be reduced to a maximum of (1) hour. Any concrete placement made past these durations may be rejected and replaced at City's discretion. 1. Placement and Finishing: a. Place concrete continuously and in one direction within the formwork. b. Screed or strike -off surface to provide slab at required grades. c. Prior to the accumulation of any bleed water, bullfloat or darby to level and smooth the surface. d. After all bleed water has been evaporated, tool all required joints and edges, hand float and finish as needed. 3.05 FINISH TOLERANCES A. Slab thickness shall not vary by more than +3/8" or -1/4". B. Finished paving surfaces shall not exceed intended elevations by more than 3/8". However no paving may exceed minimum ADA slope and cross -slope requirements for paving and ramps. C. Finish concrete paving surfaces to achieve the following tolerances when measured in accordance with ASTM E 1155. 1. Hard troweled finish surfaces: FF25/FL20. 2. Float and broom finished surfaces: FF20/FL20. D. Top of cast surfaces such as curbs and walls shall not exceed intended elevations by more than 1/4" in 10 feet linear feet. E. Horizontal alignment of cast faces and edges shall not vary by more than 1/2" in 10 linear feet. 3.06 FINISHES AND TEXTURES A. Provide all finishes and textures as noted on the Drawings and Paving Schedule or match approved City's samples when available. In the event no City furnished TS -6 of 43 sample is provided for a specified finish, the following descriptions are provided for reference: 1. Colored Aggregate / Shell Toppings a. Provide seeded aggregates / shells, and textures as indicated on Drawings or match City's approved samples. Install by a contractor licensed to use specific aggregate toppings when required by manufacturer of product specified for use. b. Placement: 1. Surface broadcast materials at rates and coverage required per the manufacturer's recommendations and to match City's samples. 2. Apply material when concrete slab has set to a point that seeded aggregate will not sink into concrete and prior to the concrete surface becoming too stiff to work the aggregates into the surface. 3. Material shall be applied by hand and dropped vertically at a 90 deg. angle to the surface from a distance of 18 to 24 inches. 4. Float the seeded materials after each application. Trowel the finish surface after the final application to flat, dense and uniform finish. 5. Integrally mixed aggregates will be weighed and placed to match City's sample. 3.07 JOINTING A. Place joints in concrete work as indicated on Drawings, per approved shop drawings and as directed in the field by City. B. Verify specific types and layout of all joints with City prior to placing concrete. Although layout depends on specific shape and size of areas, do not space control joints more than 12 ft. on center in a square pattern. C. Accurately lay out areas and make all joints straight and true, with clearly defined angles, unless directed otherwise by City. D. Provide isolation joints, with expansion material and joint sealing compound, at all vertical surfaces and adjoining construction, to the full depth of the slab. E. Saw -cut Joints: 1. Make saw -cut control joints in concrete no later than 12 hours after finishing or as soon as concrete is strong enough to not be damaged by the blade or weight of the machine. 2. Carefully check condition of concrete before commencing saw -cutting to ensure that the saw will not fret, ravel, spall edges of cuts or dislodge aggregate. Use saw -cutting equipment appropriate for hardness of the concrete. 3. Depth of saw -cuts shall be no less than 1/4 of the installed slab thickness. Do not cut through steel bar reinforcing. Saw -cuts to be 1/8 in. wide unless otherwise noted on Drawings. F. Hand -tooled Joints: TS -7 of 43 1. Make all hand -tooled control joints with a brass V-shaped grooving tool with 1/4 in. rounded edges and a keel of 1-1/2 inches in depth. G. Expansion Joints (isolation joints): 1. Provide foam or rigid joint filler material as required to the full depth of the slab. Note: non -removable plastic joint strips will not be allowed for the installation of any expansion or isolation joints. 2. Unless otherwise directed by City, provide a 1/4 in. radius, tooled edge, for all expansion joints and paving edges. 3. Finish all expansion joints with elastomeric sealant. 3.08 CURING AND SEALING A. All concrete shall be properly cured and sealed with approved methods and materials as specified. 1. Commence curing of concrete immediately after finishing is completed. Do not permit any traffic, debris or material storage on surfaces during curing. 2. Alternating wet and dry surface conditions during curing is not permitted. 3. Do not apply sealers to concrete if air or surface temperature is below 50 degrees F or above 90 degrees F. B. Natural Gray Concrete: 1. Cure standard gray flat work with liquid applied curing compound and curing blankets or by water -curing method: a. Curing Compound method: 1) Immediately after finishing concrete, apply two separate and overlapping applications of curing compound at opposing right angles. 2. Cover with approved curing blankets. Lap joints 12 in. and seal with a water-resistant, pressure -sensitive tape. Seal perimeter edges and penetrations to slab to prevent loss of moisture. 3. Maintain blankets in-place for a minimum of 14 days. a. Water -curing method: 1. Maintain concrete surfaces continuously wet for 14 days by applying a continuous fine spray of potable water. 2. Provide 2 days' open air drying time and apply approved surface densifier per manufacturer's directions. Restrict vehicular and pedestrian traffic after application until concrete has been properly sealed. C. Colored Concrete: 1. Cure colored concrete slabs by covering with approved curing blankets and maintaining a thoroughly wet condition between the concrete and cover for no less than 7 days. a. Curing blankets are to be kept flat and unwrinkled against the concrete surface. b. Lap joints 12 inches and seal with a water-resistant, pressure - sensitive tape. Seal perimeter edges and penetrations to slab to prevent loss of moisture. TS -8 of 43 2. Alternatively, Liquid curing compounds can be utilized based on specific approval based on paving type; installed per manufacturer recommendations. 3. Provide 2 days' open air drying time and apply approved surface densifier per manufacturer's directions. Restrict vehicular and pedestrian traffic after application until concrete has been properly sealed. 4. Apply specified sealer 24 hours after application of surface densifier. a. Apply sealer per manufacturer's instructions. b. Protect concrete from all pedestrian and vehicular traffic until sealer has properly dried. C. Re -install protection paper or other City -accepted material to protect finished concrete from damage. 5. Apply specified sealer 24 hours after application of surface densifier. a. Apply sealer per manufacturer's instructions. b. Protect concrete from all pedestrian and vehicular traffic until sealer has properly dried. 3.09 JOINT SEALANT A. Conform to ACI 504, ASTM C 1193 and sealant manufacturer's recommendations. 1. Clean joints with wire brush and air blasting or vacuum. Insure that all dirt and loose materials are thoroughly removed joints and surrounding area prior to installing sealant. 2. Mask or otherwise protect adjacent surfaces from sealant materials. 3. Install foam backer rod to proper depth. Joint width -depth ratio shall comply with sealant manufacturer's recommendations. 4. Install sealant material by pouring or gunning directly in joints. Neatly tool to eliminate air pockets and voids and to provide a smooth finish. 5. Protect all joints from dirt, debris and all pedestrian and vehicular traffic until it has been properly cured. 3.10 PROTECTION A. Protect all concrete from pedestrian and vehicular traffic until it has had sufficient time to properly cure. B. Pedestrian traffic should be restricted from new concrete paving for the first five days. C. Vehicular traffic should be restricted from new concrete paving for a period of 28 days, or until paving has reached 95 percent of its specified design strength. D. Concrete shall be protected from any incidental damage by all other construction products and procedures which may be incurred during the duration of the project. The extent of protection may vary depending on the duration and potential for damage and is ultimately the Contractor's responsibility. -END- TS-9 of 43 SECTION 02810 LANDSCAPE IRRIGATION PART 1 -GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, appliances, tools, equipment facilities, transportation, and services necessary for and incidental to performing all operations in connection with the installation of "Landscape Irrigation" complete, as shown on the drawings and/or described herein. B. Related work In other sections: 1. Landscape Planting 2. Landscape Establishment and 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. Manufacturer's Directions: 1. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations: 1. All local, municipal and state laws and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Contractor Responsibilities: TS -10 of 43 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. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the TS -11 of 43 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). b. Provide descriptive catalog literature, performance charts TS -12 of 43 and flow charts as required for each item the contractor proposes to substitute, including the sales/manufacturer's regional telephone number. G. 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. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. 5. Manufacturer's warranty is required on any product offered. 6. If, in the opinion of the City, the substitution proves to be unsatisfactory, the Contractor shall remove such work and replace it with the originally specified item at the Contractor's own cost. C. Controller Charts: 1. Record drawings shall be evaluated by the Landscape Architect and/or City Inspector before controller charts are prepared. 2. Provide two (2) controller charts for each controller, unless otherwise directed by the City Inspector. 3. The chart shall show the area controlled by each automatic controller and shall be sized ''/z" 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 TS -13 of 43 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. D. Operation and Maintenance Manuals: 1. Prepare and deliver to the City within ten calendar days prior to completion of construction, hard -covered three rings binders containing the following information: a. Index sheet stating Contractor's name, address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. b. Catalog and parts sheets on every material and equipment installed under this contract. C. Guarantee statement d. Complete operating and maintenance instructions on all major pieces of equipment. e. Equipment list providing the following for each item: • Manufacturer's name • Make and model number • Name and address of local manufacturer's representatives • Spare parts list in detail 2. Provide two (2) manuals, unless otherwise directed by the City Inspector. E. Equipment to be furnished: 1. Supply as a part of this contract the following tools and equipment: a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of valve installed under this contract. TS -14 of 43 b. Two (2) five foot valve keys for operation of ball valves C. One (1) quick coupling valve key. 2. The above-mentioned equipment shall be turned over to the City at the end of the Establishment and Maintenance Phase. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new pipe. 1.05 GUARANTEE: A. The guarantee for the irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications, if any, shall be filed with the City or his representative prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the Operations and Maintenance Manual. C. The beginning date of the one year guarantee shall be from the written final acceptance date established by the City at the end of the Landscape Establishment and Maintenance Phase. If no Landscape Establishment and Maintenance Phase is included in the contract, the beginning date shall be from the acceptance date established by the City at the end of the Construction Phase. D. The guarantee form shown below shall be re -typed onto the Contractor's letterhead and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials, equipment and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defects in material equipment or workmanship which may develop during the period of one year from the date of acceptance. We also guarantee to repair or replace TS -15 of 43 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 be 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 Pressure Main Line Pipe and Fittings: Pressure main line piping shall be PVC Class 315 for all pipe 2" and larger, and Schedule 40 for all pipes 1-1/2" and smaller with solvent welded joints. Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification D 1784 or D 2241. All pipe must meet requirements as set forth in Federal Specification PS -21-70 (Solvent -Weld Pipe) and meet requirements of Cell Classification 12454B. This compound shall have a 2,000 -PSI hydrostatic design stress rating. 3. PVC solvent -weld fittings shall be Schedule 40, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2466. 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of the type and installation methods prescribed by the manufacturer. TS -16 of 43 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or Class d. Pressure rating in PSI e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. Fittings shall be standard weight Schedule 40, injection molded of PVC fitting compound which meets current ASTM D 1784-69 and requirements described in Cell Classification 134548. Threads required in plastic fittings shall be injection molded. Tees and ells shall be side gated. C. PVC Non -Pressure Lateral Line Pipe: 1. Non -Pressure buried lateral line pipe shall be PVC Schedule 40 with solvent -weld joints. 2. Pipe shall be made from NSF approved, Type 1, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of this section, all requirements for non -pressure lateral line pipe and fittings shall be the same as that for solvent -weld pressure main line pipe and fittings. D. Threaded Nipples: 1. Threaded nipples shall be standard weight, schedule 80, grey, with molded threads. 2. Assemble threaded fittings using teflon tape applied to male threads only. E. Joint Primer: 1. Type as recommended by manufacturer of pipe. F. Joint Cement: 1. Solvent type as recommended by manufacturer. G. Ball Valves: TS -17 of 43 1. Shall be as specified on plans. H. Quick Coupling Valves: 1. Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI operable with quick coupler key. Key size and type shall be as shown on plans. 2. Hinge cover shall be of heavy duty brass construction with a durable high quality locking yellow, (potable) thermoplastic rubber cover bonded to it in such a manner that it becomes a permanent - type cover. 3. Locate valves within 12 inches of hardscape edge unless otherwise noted on plans. 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. J. 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"xT deep rectangular boxes, Carson Industries #1419A -12B with green bolt down cover or approved equivalent. 3. Drip Assemblies: Use oversized boxes for drip irrigation system assemblies to allow adequate room around component for installation repair and replacement without disturbing the box. Carson Industries #17308-P12B (20-1/2" x33 -1/2"x12" deep rectangular box) with green ABS bolt -down lid or approved equivalent. 4. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom diameter and 10-1/4" deep round box with lock bolt cover. Box shall be green in color. TS -18 of 43 5. Identification numbers shall be branded onto the box lids in 2 inch high letters and numbers. 6. Vehicle traffic area boxes shall be concrete with cast-iron lid designed for vehicle traffic use. K. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -UF 600 volt. Pilot wires sharing the same automatic controller shall be the same color. Common wire shall be white in color. Provide different colors for each controller installed on the same project. Install wire in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. Wire sizes shall be 14 ga. up to 4,000' from valve to controller. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. Where more than one wire is placed in a trench, the wiring shall be secured together with vinyl cable ties at intervals of ten (10) feet, and placed under the pipe for protection from shovels. 4. An expansion curl shall be provided within three (3) feet of each wire connection. The expansion curl shall be of sufficient length at each splice connection at each electric control valve so that in case of repairs, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 5. All splices shall be made with Scotch Lok, Connnector Kings, or King "One -Step" wire connectors. Use one wire connector per wire splice. An expansion loop of 18 inches shall be provided at each wire connection and/or directional turn. 6. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the City Inspector. 7. All extra valve wires and the common wire, shall extend from the controller to a pull box at the farthest valve location for future or spare wires. If more than one route is available for extra wires, contact the City Inspector for the number of extra wires to be run in TS -19 of 43 differing directions. L. Landscape Dripline: 1. All Landscape Dripline shall be of the size, type and deliver the same rate of discharge in GPM as shown on the drawings. PART 3 — EXECUTION 3.01 INSPECTION: A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damage to utilities that are caused by his operations or neglect. Check existing utility drawings or call utility companies for existing utility locations. 3. Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be no interference with utilities, other construction or planting or trees, shrubs and ground covers. 4. The Contractor shall carefully check all grades to satisfy him that he may safely proceed before starting work on the sprinkler irrigation system. Verify that the specified depths for buried materials and equipment can be maintained. 5. Verify that landscape irrigation systems may be installed in accordance with all pertinent codes, regulations, design, reference standards and the manufacturer's recommendations. Any installation not in conformance with the above shall be removed and returned at the Contractor's expense. 6. Grades shall be within a tolerance of +/- 0.10 foot prior to installing irrigation systems. 3.02 PREPARATION: A. Physical Layout: 1. The irrigation lines as indicated on the drawings are diagrammatic. All piping and equipment shall be installed within the project boundaries, even if shown outside the boundaries on the drawings. Equipment or piping shown outside the boundaries on the drawings TS -20 of 43 is for design clarity only. Install all piping and equipment within planting areas. 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. Lay out irrigation dripline 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. 4. The existing irrigation main that serves the pocket park shall be capped. The remainder of the existing irrigation system at 3140 East Coast Highway shall be protected in place. The Contractor shall locate, move or reinstall all existing irrigation control wires along the existing Hobie mural wall. B. Water Supply: Sprinkler irrigation system shall be connected to water supply points of connection as shown on drawings. 2. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. 3. Water supply shut-off to the adjacent property at 3140 East Coast Highway shall be limited to four (4) hours maximum. The contractor shall provide written request to the City a minimum of five (5) working days prior to shut-off. 3.03 INSTALLATION: A. Trenching: Dig trenches straight to support pipe continuously on bottom of the trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings or as noted. a. Provide for a minimum of eighteen- (18) inches cover for all pressure supply lines. b. Provide for a minimum of twelve- (12) inches cover for all TS -21 of 43 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. 1. The trenches shall not be backfilled until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand or other approved materials, free from large clods of earth, stones, asphalt, concrete or other construction or organic debris such as plant refuse. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted in the initial backfill. 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 its own outlet. 3. Install all assemblies specified herein in accordance with respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with the best standard practice and with the manufacturer's specifications. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. TS -22 of 43 4. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape shall be used on male threads on all threaded PVC to PVC, and on all threaded PVC to brass pipe connections. Red lead and boiled linseed oil shall be applied to male threads on all galvanized pipe connections. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. 5. Open pipe or tubing ends shall be taped closed during installation to prevent any foreign matter from entering the system. D. Line Clearance: 1. All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. In case of reclaimed water crossings, refer to local cross connection details and codes. 2. Place location tape 6" above all piping, low voltage and high voltage wiring. E. Remote Control Valves: 1. Install valves where shown on the drawings and per details. When grouped together, allow at least twelve (12) inches between valve boxes. Install each remote control valve in a separate valve box. Align boxes with adjacent paving in a neat manner, squared to the walk and each other. F. Flushing of System: 1. After all new drip lines 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. G. Landscape Dripline: 1. Install the landscape dripline as designated on the drawings. Landscape dripline to be installed in this work shall be equivalent in all respects to those itemized on the drawings. 2. Spacing of landscape dripline shall not exceed the maximum as indicated on the drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. TS -23 of 43 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: The Contractor shall flush clean landscape dripline for optimum performance. 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. Before testing mainlines, fill the lines with water for a period of at least 24 hours. 5. All hydrostatic mainline testing shall be completed prior to the installation of remote control valves, quick couplers, or other valve assemblies. 6. Test all pressure mainline pipes under hydrostatic pressure of 150 PSI and prove watertight. Testing of pressure main line piping shall occur prior to installation of electric control valves or quick coupling valves. 7. All piping under paved areas shall be tested under hydrostatic pressure of 150 PSI and proved water tight, prior to paving. 8. Sustain pressure in tested lines for not less than two (2) hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 9. All hydrostatic tests shall be made in the presence of the City Inspector. The test may be made in the presence of the General Contractor's superintendent only if written acceptance of the test is forwarded to the City and City Inspector immediately after testing. No pipe shall be backfilled until it has been observed, tested with all couplings exposed and all pipe sections center loaded, and approved in writing. 10. The Contractor shall furnish the force pump and all other test equipment necessary for the testing of the irrigation system. 11. The Contractor shall make all necessary provisions for thoroughly bleeding the line of air and debris. TS -24 of 43 12. When the landscape dripline irrigation system is completed, perform a coverage test in the presence of the City Inspector, to determine if the water coverage for the planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviation from plans, or where the system has been willfully installed as indicated on the drawings when it is obviously inadequate for field conditions. This test shall be accomplished before any groundcover or shrub material is planted. 13. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements to the satisfaction of the City Inspector. 3.06 MAINTENANCE: A. The entire landscape dripline 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 Landscape Establishment 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 Landscape Establishment and Maintenance Phase. Any items deemed not acceptable by the City Inspector shall be reworked to the complete satisfaction of the City Inspector. B. The Contractor shall show evidence to the City Inspector that the City has received all accessories, charts, record drawings and equipment as required before the final observation can occur. 3.09 OBSERVATION SCHEDULE: A. The contractor shall be responsible to establish a schedule of observations with the proper City staff. -End- TS-25 of 43 SECTION 02900 LANDSCAPE PLANTING PART 1 - GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, equipment, transportation, and services necessary to provide and install landscape planting as shown on the drawings and described herein. B. Related Work Specified In Other Sections: 1. Landscape Irrigation 2. Landscape Establishment and Maintenance 1.02 QUALITY ASSURANCE AND REQUIREMENTS: A. Source Quality Control: Arrange procedure for inspection of plant material with City Inspector prior to work. Should the contractor desire the City Inspector to inspect the plant material at the nursery prior to delivery, the Contractor shall notify the City Inspector one week prior to this requested inspection. The City Inspector shall invoice the Contractor for the inspection on an hourly basis, portal to portal, including any other expenses incurred. All such invoices shall be paid to the City Inspector prior to any other inspections by the City Inspector to the project site. 2. Submittal of pictures will be allowed for general plant material review. Submittal of pictures shall not be considered as a final inspection of plant material. Final acceptance or rejection of plant material shall only be considered on-site with the actual plant material being considered. Plant material for this project shall consist of the best plant material available. Material not meeting the City Inspector's satisfaction, including multiple rejections, shall be returned to the nursery where it was obtained at no additional cost to the City. 1.03 SUBMITTALS: A. Certificate of Inspection of plant material by State or Federal Authority shall be presented if requested by the City. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: TS -26 of 43 A. Delivery: 1. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trademark, and conformance to state law. 2. Deliver plants with legible identification labels. a. Label evergreens, bundles of containers of like shrubs, or groundcover plants. b. Use durable waterproof labels with water-resistant ink which will remain legible for at least 60 days. 3. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves. 4. The Contractor shall notify the City Inspector forty eight (48) hours in advance of delivery of all plant materials and shall submit an itemized list of the plants. B. Storage: 1. Store plant material in the shade and protect from the weather. 2. Maintain and protect plant material not to be planted within four (4) hours. C. Handling: 1. Do not drop plant materials. 2. Do not pick up container plant material by stems or trunks. 1.05 JOB CONDITIONS: A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted industry practice. 1.06 SAMPLES AND TESTS: A. The City reserves the right to take and analyze samples of materials for conformity to specifications at any time. Rejected materials shall be immediately removed from the site at the Contractor's own expense. The cost of testing of materials not meeting specifications shall be paid by the Contractor. B. The Contractor shall have soil samples tested after finish grades have TS -27 of 43 been established to best represent the site soil conditions. Surface samples shall be taken with a trowel at 0" to 12" deep into finish grade. All samples shall be tested by an established soils laboratory for soil fertility and agricultural suitability. Each sample shall contain approximately one quart, but no less. Copies of the laboratory's recommendations shall be sent to the City and the City Inspector upon receipt by the Contractor with a statement denoting and additional or deductive costs. The Contractor shall then install soil amendments and backfill to conform to the soil laboratory's recommendations by first requesting and receiving a written change order from the City. This report shall also contain recommendations for palm tree sub -soil drainage, import soil for over native soil, and/or any other special conditions particular to the project site and design. Special consideration should be given the soil samples for the presence of soil sterilants as the planting areas were prior under paving. The City may request additional testing of finish grades to determine actual amendment rates per 1.06 A above. The contractor shall include the plant list from the Planting plans along with the soil samples for compatibility comparison by the soils laboratory. 1.07 GUARANTEE AND REPLACEMENT: X All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year from the effective date of completion of the Establishment and Maintenance phase of the project as established by the City. Any plant found to be dead or in poor condition due to faulty materials or workmanship, as determined by the City Inspector, shall be replaced by the Contractor at his expense. Material to be replaced within this guarantee period shall be replaced by the Contractor within seven (7) days of written notification by the City. B. Any materials found to be dead, missing or in poor condition during the Establishment and Maintenance phase shall be replaced immediately. The City Inspector shall be the sole judge as to the condition of the material. PART 2 — PRODUCTS Fr1�n.A1111Ir:4cFTA ��1 & The following organic and soil amendments and fertilizer are to be used for bidding purposes only. Specific amendments and fertilizer specification will be made after grading operations are complete and soil samples are tested by the Contractor. B. All materials shall be of standard, approved and first grade quality and shall be in prime condition when installed and accepted. Any TS -28 of 43 commercially processed or packaged material shall be delivered to the site in the original unopened container bearing the manufacturer's guaranteed analysis. Contractor shall supply the City Inspector with a sample of all supplied materials accompanied by analytical data from an approved laboratory source illustrating compliance or bearing the manufacturer's guaranteed analysis upon request. C. Organic Material: 1. Nitrogen Stabilized: 0.56 to 0.84% N based on dry weight for redwood sawdust. 2. Particle Size: 95%-100% passing 6.35mm standard sieve; 80%- 100% passing 2.33mm standard sieve. 3. Salinity: The saturation extract conductivity shall not exceed 3.5 milliohms(centimeter at 25 degrees centigrade as determined by saturation extract method. 4. Iron Content: Minimum 0.08% dilute acid soluble Fe on dry weight basis. 5. Ash: 0-6.0% (dry weight). D. Soil Amendments: 1. Gypsum: Agricultural grade produce containing 98% minimum calcium sulfate. 2. Planting tablets: a. Slow-release type, containing the following percentages of nutrients by weight: 20% nitrogen 10% phosphoric acid 5% potash b. 21 gram tablets as manufactured by Agriform or approved equivalent, applied per manufacturer's recommendations. E. Top Soil: 1. Top soil, as required, shall be obtained from on-site planting excavations if at all possible and shall be approved by the Engineer. 2. Top soil shall consist of a natural, fertile, friable, sandy loam soil TS -29 of 43 possessing the characteristics of representative soils in the vicinity which produce heavy growth of crops, grasses, or other vegetation and shall be obtained from natural well drained areas. Before excavating existing soil, the surface at the source of supply is to be stripped to a depth of two inches in order to remove weed seeds, roots, etc. Imported topsoil shall consist of either fine sand or loamy sand textured soil meeting the following specifications: Silt plus clay content of the top soil shall not exceed 30% by weight with a minimum 95% passing the 2.0 millimeter sieve. The sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity (ECe) of the saturation extract of the soil shall not exceed 3.0 milliohms/centimeter at 25 degrees Centigrade. The boron content of this soil shall be no greater that 1 ppm as measured on the saturation extract. The pH shall not exceed 7.0 and be not less than 6.0. In order to insure conformance, samples of the import soil shall be submitted to a qualified soil laboratory for analysis prior to shipping. This specification applies to import soil to be used for backfill purposes in problem soil areas. In landscape areas where no soil problems exist, the textural characteristics shall be similar to native soil. The source of soil shall be free from Bermuda grass and other noxious weeds or grasses. Topsoil shall be free from refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In no case shall there be more than five percent by volume of the following: stones larger than one inch, coarse sand, and small clay lumps. The Contractor shall furnish the City with the proposed source or sources of topsoil to be used at least fifteen (15) working days prior to delivery. The Contractor at his own expense, shall obtain soil samples from his intended top soil source and have a soil analysis performed by a soil testing laboratory to ensure conformity with the preceding specifications. Topsoil shall not be delivered to the work site prior to approval by the City. Any delay caused by the failure of soil tests to meet these specifications shall be the sole responsibility of the Contractor. F. Plant Material: 1. Plants shall be in conformance with the California State Department of Agriculture's regulation for nursery inspections, rules and rating. All plants shall have a normal habit of growth and shall TS -30 of 43 be sound, healthy, vigorous and free of insect infestations, plant diseases, sunscalds, fresh abrasions of the bark, excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy and well "hardened" off. All plants shall have normally well-developed branch systems, not sparse, irregularly spaced, thin branched or having off -balanced head. All shall have vigorous and fibrous root systems that are not root or pot-bound. The root conditions of the plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than two plants of each species or variety. Where container -grown plants are from several sources, the roots of not less than two plants of each species or variety from each source will be inspected. In case the sample plants inspected are found to be defective, the City Inspector reserves the right to reject the entire lot or lots of plants represented by the defective samples. The City is the final judge of acceptability. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will be provided at the expense of the Contractor. 2. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock unless specified otherwise in these specifications or as otherwise specified in the drawings. The minimum acceptable size of all plants, measured before pruning with the branches in normal position, shall conform to the measurements, specified on the drawings. Plants larger in container size than specified may be used with the approval of the City Inspector. But the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth or spread of roots for each plant will be increased proportionately. 3. Rejection or substitutions: a. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size and condition specified herein or as shown on the drawings. Under no conditions will there be any substitution of plants or sizes listed on the accompanying plans, except with the expressed written consent of the City Inspector. 4. Plant material shall be true to botanical and common name and variety as specified in, "A Checklist of Woody Ornamental Plants in TS -31 of 43 California," Manual 32, published by the University of California School of Agriculture (1963). 5. Nursery Grown and Collected Stock: a. Grown under climatic conditions similar to those in locality of the project. b. Container -grown stock in vigorous, healthy condition not root -bound or with root system hardened off. C. Use only liner stock plant material that is well-established in removable containers or formed homogeneous soil sections. 6. Substitute plant material will not be permitted without specific written approval by the City Inspector. G. Mulch Cover: 1. All shrub planting shall receive a surface layer of nitrogen fortified shredded tree and plant material mulch. Aguinaga Forest Floor 0% 2" Provide depth of 2" minimum over finish grade in general planting areas. No bare earth shall be showing through mulch cover. Curbs, walks, or other paving shall be located 1" over the top of the mulch cover. H. Miscellaneous Materials: 1. Sand: a. Washed plaster sand or equivalent. 2. Herbicides: a. Pre -emergent herbicide: Ronstar or equivalent b. Post -emergent herbicide: Round -up or equivalent PART 3 — EXECUTION 3.01 INSPECTION: A. Verify that final grades have been established prior to beginning planting operations. B. Inspect trees, shrubs, and liner stock plant material for injury, insect infestation and trees and shrubs for improper pruning. C. Do not begin planting until irrigation mainline pressure test and irrigation coverage tests are accepted. TS -32 of 43 c � �17�7_1fi[�7►RI A. Stake out locations for plants and outline of planting beds on the ground with non-toxic substance as gypsum. B. Do not begin excavation until plant locations and plant beds are acceptable to the City Inspector. 3.03 INSTALLATION: A. Excavation for Planting: 1. Pits and Trenches: a. Shape: 1. Dig vertical sides and flat bottom on all pits and trenches. 2. Plant pits to be square for box material, and circular for canned material. b. Size: 1. All plant pits for shrubs shall be dug twice the diameter and the exact depth of the root ball. 2. Refer to the plans for the size of tree plant pits. B. Preparation of Planting Areas: 1. The following materials and rates are included for bidding purposes only. Once the soils report has been reviewed and bid costs adjusted accordingly, the City shall issue a field notification for the actual amendments, rates, and manner of installation. The following materials and rates are for bidding purposes only, a. Tree and Shrub Backfill: 1. 6 parts by volume on-site soil 2. 4 parts by volume nitrogen stabilized organic amendment 3. 1 Ib. 12-12-12 fertilizer per cu. yd. 4. 10 lbs. agricultural gypsum per cu. yd. 5. 2 lbs. iron sulfate per cu. yd., (keep from all hard surfaces, as iron sulfate can stain) TS -33 of 43 2. All soil areas shall be compacted and settled by application of heavy irrigation to a minimum depth of twelve (12) inches. C. Final Grades: After the foregoing specified deep watering, minor modification to grade may be required to establish the final grade. These areas shall not be worked until the moisture content has been reduced to a point where working it will not destroy soil structure. a. Finish grading shall insure proper drainage of the site. b. All areas shall be graded so that the final grades will be 2" below adjacent paved areas, sidewalks, top of curbs, and valve boxes in shrub/tree areas. C. Eliminate all erosion scars. d. At time of planting, the top two (2) inches of all areas to be planted shall be free of stones, stumps, or other deleterious matter one (1) inch in diameter or larger, and shall be free from all wire, plaster, or similar objects that would be a hindrance to planting or maintenance. e. Finish grading shall be consistent and free from undulations, irregularities or depressions. Areas filled by floating loose soil into depressions shall be thoroughly watered to ensure compaction. D. Dispose of Excess Soil: Dispose of unacceptable or unused excess soil off-site in a manner consistent with local codes. E. Maintenance of Final Grades: It shall be the responsibility of the Contractor to maintain the final grades throughout the Construction Phase. All erosion shall be properly repaired at the Contractor's own cost to the City's satisfaction. Any slope soil run-off onto adjacent paving areas shall be cleaned regularly by the Contractor. 3.04 PLANTING INSTALLATION & General: Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the City Inspector. TS -34 of 43 2. Only as many plants as can be planted and watered on that same day shall be distributed in a planting area. 3. Containers shall be opened and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken. The plants shall be planted and watered as herein specified immediately after removal from the containers. Containers shall not be opened prior to placing the plants in the planting area. B. Weed Control: After soil preparation and establishment of final grades prior to any planting, the Contractor shall irrigate thoroughly for a period of time, two to three weeks, until the weed seeds have germinated. When there is sufficient weed seed germination, the Contractor shall apply a post -emergent contact herbicide according to the directions of the manufacturer, conforming to any and all codes affecting herbicide handling and use. 2. The contractor shall then wait an additional two (2) weeks to allow the herbicide to dissipate, then plant as indicated in the plans and specifications. 3. The Contractor shall remove any residual foliage. Roots shall be removed except on slopes 2:1 or greater where they shall remain to add to the slope's stability. 4. The City shall be made aware of the scheduling impacts of the weed abatement period prior to starting landscape work. C. Lay -out of Major Plantings: Locations of plants and outlines of areas to be planted shall be marked on the ground with gypsum by the Contractor before any plant pits are dug. All locations as noted on the Planting Plans shall have actual plants provided and layed out on the medians for approval by the City Inspector prior to installation. The contractor shall establish a schedule for review of these sample areas with the City Inspector prior to overall project plant layout. If an underground construction or utility line is encountered in the excavation of planting areas, notify the City immediately to clarify if the utility line is dangerous. Other locations for planting may be selected by the City Inspector. D. Planting of Shrubs: Excavation for planting shall include the stacking of all acceptable TS -35 of 43 topsoil encountered within the areas to be excavated for trenches, tree holes, plant pits and planting beds. 2. Excess soil generated from the planting holes and not used as backfill or in establishing the final grades shall be removed from the site in a manner consistent with all local codes. 3. Protect all areas from excessive compaction when trucking plants or other materials to the planting site. 4. All excavated holes shall have vertical sides with roughened surfaces. 5. Center plant in pit or trench. 6. Face plants with fullest growth into prevailing wind, unless other wise directed by the City Inspector. 7. Set plants plumb and hold rigidly in position until soil has been tamped firmly around root ball. 8. All plants which settle deeper than specified above shall be raised to the correct level. After the plant has been placed, additional backfill shall be added to the hole to cover approximately one-half of the height of the root ball. At this stage, water shall be added to the top of the partly filled hole to thoroughly saturate the root ball and adjacent soil. 9. Can Removal: a. Cut cans on two sides with an acceptable can cutter. b. Do not injure root ball. G. Do not cut cans with a spade or ax. d. Carefully remove plants without injury or damage to the root ball. e. After removing the plant, superficially cut edge -roots with a knife on three sides. 10. Hand backfill and hand tamp leaving a slight depression around bases of plants. a. After the water has completely drained, planting tablets shall be placed as indicated on the manufacturer's specifications. 11. Backfill the remainder of the hole. TS -36 of 43 12. Planting tablets shall be set with each plant on the top of the root ball whole the plants are still in their containers so the required number of tablets to be used in each hole can be easily verified. 3.05 CLEAN-UP A. After all planting operations have been completed, remove all trash, excess soil, empty plant containers and rubbish from the property. All scars, ruts or other marks in the ground caused by this work shall be repaired and the ground left in a neat and orderly condition throughout the site. The Contractor shall pick up all trash resulting from this work no less frequently than each Friday before leaving the site, once a week, and/or the last working day each week throughout the Construction Phase. All trash shall be removed completely from the site. B. The Contractor shall leave the site area broom -clean and shall wash down all paved areas within the contract area, leaving the premises in a clean condition throughout the Construction Phase. TS -37 of 43 SECTION 02970 LANDSCAPE ESTABLISHMENT AND MAINTENANCE PART 1 — GENERAL 1.08 SCOPE OF WORK: A. Furnish all labor, materials, transportation, and services necessary to provide landscape establishment and Maintenance to the project as described herein. B. Related Work Specified In Other Sections: 1. Landscape Irrigation 2. Landscape Planting 1.09 GENERAL ESTABLISHMENT AND MAINTENANCE: A. The length of the Establishment and Maintenance phase shall be ninety (90) days. B. Establishment and Maintenance of plant materials shall include, but not be limited to, trimming, pruning, watering, fertilization, weed control, cultivation, pest control and clean up. The Contractor shall keep the site in a state of perpetual growth and repair. Irrigation maintenance shall include periodic operation of the system, adjustments, and minor repairs as necessary. C. All hardscape shall be kept clear of debris from the maintenance operations, erosion, run-off, irrigation, or wind blown debris. Clean up of walks shall be the Contractor's responsibility. Street gutters shall be included within the debris/siltation removal program. D. The Contractor shall provide a general clean-up operation at least once a week for the purpose of removing trash or debris which may accumulate from the use of the area, wind blown debris, or other refuse. E. All personnel on the project shall be well trained, clean, neat at all times, and be conversant with these specifications. E All work shall be performed in accordance with the best landscape maintenance practices and in keeping with the high aesthetic level of the facilities being maintained. G. Contractor shall be responsible for removing all weeds in joints of curbs, and hardscape throughout the project. TS -38 of 43 H. All landscape areas shall be patrolled weekly to check for vandalism damage, broken tree branches, rodents, insects, pests, and diseases. I. Water management: 1. Water only as required to allow penetration into the soil and avoid excess run-off. Once plant material is established, water only as needed to maintain healthy plant material. 2. Avoid water waste by setting controllers appropriately for the current season and weather. J. Avoid blocking the clear view of signs, illumination of light fixtures, and conflict with pedestrians and vehicles or their views. K. Safety of users shall be a prime goal of maintenance especially in regard to pruning of trees and trimming of plants away from walkways and/or structures. L. The Contractor, at his own expense, shall replace all plant material that has failed during the establishment and Maintenance phase. 1.10 QUALITY ASSURANCE: A. Work Force: 1. The Contractor's representative shall be experienced in landscape maintenance and shall have received an education in ornamental horticulture. The Contractor shall give his personal supervision to the work or shall have a competent foreman on the job site at all times during progress of the work. 2. The Contractor shall provide and maintain a current list of emergency telephone numbers for 24-hour emergency response. The Contractor shall initiate remedial action within two (2) hours from the time of notification. 1.11 ESTABLISHMENT AND MAINTENANCE PHASE: A. The Contractor shall continuously maintain all areas involved in this contract during the progress of the work and during the Establishment and Maintenance phase until final acceptance of the work by the City. B. Improper maintenance or poor condition of any plantings as determined by the City Inspector, during or at the end of the scheduled establishment and Maintenance phase may cause postponement of the final completion TS -39 of 43 date of the contract. Project maintenance shall be continued by the Contractor until all work is acceptable to the City. C. Projects will not be segmented into separate Establishment and Maintenance phases unless specific work phases are indicated with the contract documents. D. Any period of time the Contractor fails to adequately maintain plantings, replace unsuitable plants, perform weed control or other work, as determined by the City, that time will not be credited to the plant establishment and Maintenance phase, and shall be added on the end of the Establishment and Maintenance phase. E. The Contractor's establishment and Maintenance phase shall be extended to the City's satisfaction should the provisions within these plans and specifications not be fulfilled to the City's satisfaction. 1.12 START OF ESTABLISHMENT AND MAINTENANCE PHASE: A. The Establishment and Maintenance phase shall not start until all elements of construction, planting, and irrigation for the entire project are complete. B. The Contractor shall request an inspection to begin the Establishment and Maintenance phase after all planting and related work has been completed in accordance with the contract documents. If such criteria are met to the satisfaction of the City, a field notification shall be issued to the Contractor from the City, to establish the effective beginning date of the Establishment and Maintenance phase. The City has the ultimate authority in setting the beginning date for the Establishment and Maintenance phase. 1.13 GUARANTEE AND REPLACEMENT: A. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one year. This guarantee shall begin from the date of final acceptance at the end of the Establishment and Maintenance phase as established by the City. Any plant material found to be dead, missing or in poor condition as determined by the City Inspector, shall be replaced by the Contractor at his expense. Any materials found to be dead, missing, or in poor condition as determined by the City Inspector, during the Establishment and Maintenance phase shall be replaced immediately, not at the end of the Establishment and Maintenance phase prior to inspection. The City Inspector shall be the sole judge as to the condition of material. Material TS -40 of 43 to be replaced within the guarantee period shall be replaced by the Contractor within seven (7) days. 1.14 FINAL PROJECT SUBMITTALS: A. Prior to the date of the final inspection at the end of the Establishment and Maintenance phase, the Contractor shall acquire from the City Inspector mylar prints at the Contractor's expense, and record from the job record set all changes made during construction, label as "Record Drawings", and deliver to the City . Prior to the date of final inspection at the end of the Establishment and Maintenance phase, the Contractor shall deliver to the City the "Landscape and Irrigation Guarantee" as required. All other submittals as incorporated in the Irrigation and Planting Specifications shall also be completed prior to the final acceptance by the City. PART 3 — EXECUTION 3.01 MAINTENANCE: A. Maintenance shall conform to the following standards: 1. All areas shall be kept free of debris and all planted areas shall be weeded and cultivated at intervals of not more than seven (7) days. Watering, edging, trimming, fertilization, spraying and pest control, as may be required, shall be included in the establishment and Maintenance phase. 2. The Contractor shall be responsible for maintaining adequate protection of the entire project area. Damaged areas caused by erosion, tire damage, grafitti, pests or other damage as deemed by the City shall be repaired at the Contractor's expense. 3. All sidewalks, paved areas and other areas adjacent to the planting areas shall be cleaned of all debris, soil, or other materials at intervals of not more than seven (7) days. 3.02 SHRUB CARE: A. Watering: 1. Maintain a large enough water basin around plants in groundcover areas so that enough water can be applied to establish moisture through the major root zone. When hand -watering, use a water wand to break the water force. Use mulches to reduce evaporation and frequency of watering. TS -41 of 43 1. Shrubs: a. Shrubs shall not be clipped in balled or boxed forms unless such is required by the design. b. All burning cuts shall be made to lateral branches or buds or flush with the trunk. Stubbing will not be permitted. C. Remove any spent blossoms or flower stalks after flowering. d. Hedges and most plant masses shall be pruned into a mass form, not individual plant balls or boxes. e. All shrubs that normally require mowing or severe cutting back for horticultural reasons shall be cut back only after approval to do so by the City Inspector, C. Weed Control: 1. Keep basins and areas between plants free of weeds. Use recommended legally approved pre -emergent herbicides and removal by hand methods. Avoid frequent soil cultivation that destroys shall roots. Use mulches to help prevent wee seed germination. Avoid post -emergent herbicides in groundcover areas where overspray may kill young rooted cuttings. 2. Use of chemical spraying may be necessary to rid turf areas of noxious weeds. D. Insect Control: 1. Maintain a reasonable control with approved materials and methods that are legally accepted in the area. E. Disease and Pest Control: 1. The Contractor shall be responsible to control all diseases and pests during the Establishment and Maintenance phase. All disease and pest control materials and methods shall be at the direction of a licensed pest control operator. The City shall be made aware of all methods and materials to be used for disease and pest control. The Contractor shall implement the control measures exercising extreme caution in using pesticides and taking all necessary steps to ensure the safety of the public. F. Fertilization: 1. Fertilize all planting areas with the following materials. These materials and schedules are intended for bidding purposes only. TS -42 of 43 3.03 3.04 Actual materials and rates shall be specified in the project soil fertility and agricultural suitability report. Any changes in cost from these specifications shall be approved in writing from the City prior to any work. a. Beginning of Establishment and Maintenance phase: Ammonium sulfate 5 lbs./1,000 sq.ft. b. End of first 30 days: Ammonium sulfate 5 lbs./1,000 sq.ft. c. At additional 60 day periods: Granular Fertilizer 16-6-8 6 lbs./1,000 sq.ft. 2. Avoid applying fertilizer to the root ball and base of main stem; rather spread evenly under plant to the drip line. Rates will vary from about a cup of nitrate fertilizer, (depending on nitrogen percentage) around a newly planted small plant, to about one-half (1/2) Ib. of actual nitrogen per inch of trunk diameter measured four feet from the ground for mature trees. IRRIGATION SYSTEM A. The Contractor shall check all systems for proper operation a minimum of once a month. Lateral lines shall be flushed out at flush valve as deemed necessary B. Set and program automatic controller with the project's additional valve for seasonal water requirements. The Contractor shall adjust his watering schedule equal to the application rate each area is capable of receiving based on topography, soil type, plant material, season, and weather. Give City a key to controllers and instructions on how to turn off the system in case of emergency. C. Repair all damages to the irrigation system at the Contractor's expense. Repairs shall be made within one watering cycle. All replaced equipment shall match the equipment specified on the plans and specifications. FINAL ACCEPTANCE A. The Contractor shall be aware that the landscape shall be in a vigorous and thriving condition prior to final acceptance. All plant material which may still be under stress from the Construction Phase shall at this time be rejected and replaced by healthy and vigorous plant material prior to final acceptance. All plant material shall have new growth trimmed neatly. TS -43 of 43