Loading...
HomeMy WebLinkAboutC-5856(A) - Bonita Creek Park Synthetic Field Turf Replacement Project ContractSeptember 22, 2016 Byrom -Davey, Inc. Attn: Steven W. Davey, President 13220 Evening Creek Drive South, #103 San Diego, CA 92128 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 Fax Subject: Bonita Creek Park Synthetic Field Turf. Replacement - C -5856(A) Dear Mr. Davey: newportbeachca.gov On September 22, 2015, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 28, 2015 Reference No. 2015000494341. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 9176784. Enclosed is the Faithful Performance Bond. Sincerek, 44 I Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT 8 CITY OF NEWPORT BEACH BOND NO. 9176784 FAITHFUL PERFORMANCE BOND bss d on f 11ai 46rt$fzc PFC ** The premium charges on this Bond is $ 11,836.00 , being at the $100,000 x 2.2% rate of $ ** thousand of the Contract price. $400,000 x 1.320% $495,053 x,880% WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom -Davey, Inc. hereinafter designated as the "Principal," a contract for the mobilization/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion controllNPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; coordinating with FieidTurf, Inc. prior to the Installation of the synthetic turf; installing irrigation and system and landscape materials; submitting as -built drawings; and all other incidental Items of work as described in the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which Is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland 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 Nine Hundred Ninety Five Thousand Fifty Three Dollars and 001100 ($995,053.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fall to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on Its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true Intent and meaning, or falls 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 Byrom -Davey, Inc. Page B-1 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. 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 Principal and Surety above named, on the 21St day of. Byrom -Davey, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety 213-270-0845 Telephone APPROVED AS TO FORM: CITY AT N $ FFICE Date: p By: 1 L Aa on C. Harp uu.a+inIiS City Attorney Signature Anne Wright, Attomey-in-Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEATTACHED by the Byrom -Davey, Inc. Page B-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE § 1188 A notary public or other office completing this certificate State of California verifies only the identity of the individual who signed �^ t� U the document, to which this certificate is attached, and County of '5&n `/e%) not the truthfulness, accuracy, orvalidity of that document. On Air far 1O 15 before me, 1 flnn �DSOP�con /ID-�APG f � Dete ere Insert Na smo TXIe IN iha r personally appeared .5+eve �bVC 1 Names) of ftner(s) JO ANN CASPERSEN Commission M 2073532 = z s Notary Public - California a San Diego County My Comm. Expires Jul 31, 2018 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(*) is/ass subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/havItiaeir authorized capacity(ies), and that by his/herAheir signatureM on the instrument the person(, 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: Piece Notary Seal Above ry q y Signature of W Publb OPTIONAL Though the Information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this farm to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Notary Number of Pages: Signer's Name: ❑ Corporate Oiticer — Title(s):_ ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On April 21, 2015 before me, Dana L. Michaelis , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Anne Wright Name(s) of Signer(s) ,. DANA L MICHAELIS _ Commission # 1980195 z ,F �. Notary Pu61ic -California z z San Diega County > My Comm. Expires Jun 27, 2016 y who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(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 ha nd officials Vii. Signature Place Notary Seal Above Signature of Notary Public Dana�Mic Michaelis OPTIONAL Though the information below is not required by law, it mayprove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner ❑Limited C3 General [� Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Anne WRIGHT, Cyndi BEILMAN and Dana MICHAELIS, all of LA MESA, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such hands or undertakings in pursuance of these presents, shall be m binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of April, A.D. 2013. ATTEST: Ely ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND .m^ 86AL � ii n: '"w w "' dkt Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 12th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personalty known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instmment by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat the day and year first above written. ,aun.gq Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0113A EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on. the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21 day of April 20 15. 'moo etres n a r%� s. ' `s+o1Y c- 86AL o ,07 J a Geoffrey Delisio, Vice President CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC December 2, 2015 Byrom -Davey, Inc. Attn: Steven W. Davey, President 13220 Evening Creek Drive South, #103 San Diego, CA 92128 Subject: Bonita Creek Park Synthetic Field Turf Replacement C -5856(A) Dear Mr. Davey: On September 22, 2015 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 28, 2015, Reference No. 2015000494341. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 9176784. Enclosed is the Labor & Materials Payment Bond. S' cerely, k�poll, Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov Piennsua r will Le adjasfAd v_Se d Gn ;hose c --S tracs Price EXHIBIT A CiTY OF NEWPORT BEACH BOND NO. 9176784 Premium: Included in Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom -Davey, Inc. hereinafter designated as the "Principal," a contract for the mobilization/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; coordinating with PieldTurf, inc. prior to the installation of the synthetic turf; installing Irrigation and system and landscape materials; submitting as -built drawings; and all other incidental items of work as described in the contract documents, in the City of Newport Beach, In strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland dilly 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 Nine Hundred Ninety Five Thousand Fifty Three Dollars and 001100 ($995,053.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable 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. Byrom -Davey, Inc. Page A-1 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 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 Principat and Surety, on the 21st day of April 2015 Byrom -Davey, Inc. Name of Contractor (Principal) Autho itle Fidelity and Deposit Company of Maryland Name of Surety Authoriz d gent Signature 777 S. Figueroa Street, Ste. 3900 Los Angeles, CA 900147 Address of Surety 213-270-0808 Telephone APPROVED AS TO FORM: CITY A NE 'S OFFICE Date: By. Aaron C. Harp rAM &*Phr City Attorney Anne Wright, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Byrom -Davey, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) ss. On April 21 20 15 before me, Dana L. Michaelis Notary Public, personally appeared Anne Wright who proved to me on the basis of satisfactory evidence to be the person($) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hWher/their authorized capacity(les), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signa ure 1 r ACKNOWLEDGMENT .ar DANA L. MICHAELIS Commission # 1980195 Notary Public - California i ? fix-=%" San Diego County My Comm. Expires Jun 27, 2016' A notary public or other officer completing this certifCate 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 A pr a� 20 15 before me, `s Ann a!ifemev, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the ersonN) whose name(o is/sere subscribed to the within instrument and acknowledged to me that he/she/tvey executed the same in his/ger/**r authorized capacity(ias), and that by hisl*w/their signaturesM on the Instrument the person(4 or the entity upon behalf of which the person(at) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under th�ldlld►df�lFbed'QOe�AF+GSNfaarrk�tMrM foregoing paragraph is true and correct. i J ANN CABPERSEN Commission M 2073532 _ : _m Notary Public • CaliforniaS my hand and official seal. z San Diego County M Comm. Expires Jul 31, 2018 Signature (seal) Byrom -Davey, Inc. Page A-3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Anne WRIGHT, Cyndi BEH.MAN and Dana MICHAELIS, all of LA MESA, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of April, A.D. 2013. ATTEST: W ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND N.ryny ����trr ,gp�N�tM6 *b k f �a/ o T]- 'W,x,.'M.,.aw Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 12th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0113A EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and byauthority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day ofpecember 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Sea] of the Company may be affixed by facsimile on any Power of Attorney_. Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly.called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile ur mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 21 day of April ,20 15. j 4L,0 - Geoffrey Delisio, Vice President Recorded in Official Records, Orange County RECORDING REQUESTED BY AND Hugh Nguyen, Clerk -Recorder WHEN RECORDED RETURN TO: IIII'I' I;IIIIIIII IIIII��IIiII'lll IIIIIII III l!I ILII NO FEE *$ R 0 0 0 7 8 5 7 7 4 6$ City Clerk 2015000494341 1:05 pm 09128115 City of Newport Beach 47 411 N12 1 100 Civic Center Drive 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" �i NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Byrom -Davey, Inc. of San Diego, CA, as Contractor, entered into a Contract on April 21, 2015. Said Contract set forth certain improvements, as follows: Bonita Creek Park Synthetic Turf Replacement Project C -5856(A) Work on said Contract was completed, and was found to be acceptable on September 22, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. 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 on reTota at Newport Beagh, Califorrr4. w SEW PORT ,.., � r± BY 6, :, �o City Clerk O j September 24, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC RE: Notice of Completion for the following projects: • Bonita Creek Park Synthetic Turf Replacement Project - Contract No. 5856(A) • Bonita Creek Park Synthetic Turf Replacement Project - Contract No. 6066 Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive < Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www,newportboachca.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 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 Byrom -Davey, Inc. of San Diego, CA, as Contractor, entered into a Contract on April 21, 2015. Said Contract set forth certain improvements, as follows: Bonita Creek Park Synthetic Turf Replacement Project C -5856(A) Work on said Contract was completed, and was found to be acceptable on September 22, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. s� , Executed on !��', � at Newport Beach, California. BYCity Clerk Clerk CTY OF F NEWPORT BEACH City Council Staff Report September 22, 2015 Agenda Item No. 5 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Peter Tauscher, Civil Engineer PHONE: 949-644-3316 TITLE: Bonita Creek Park Synthetic Field Turf Replacement - Notice of Completion and Acceptance of Contract No. 5856(A) (ISP12/CAP09-0066) ABSTRACT: On April 14, 2015, the City Council awarded Contract No. 5856(A), Bonita Creek Park Synthetic Field Turf Replacement, to Byrom -Davey, Inc., for a total contract cost of $995,053.00 with a $99,947.00 allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following account: Account Description Account Number Amount Major Facilities Financing Plan 7417-C4002017 $1.006.933.94 Total: $1,006,933.94 5-1 DISCUSSION: Overall Contract Cost/Time Summary Awarded Contract Final Cost at Contingency % Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change Change $995,053.00 $1,006,933.94 10% or less 1.2% -0.3% 1.5% Actual Time Allowed Contract Time (days) 90 0 Under (-) or Over (+) The work necessary for the completion of this contract consisted of providing temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; potholing utilities; constructing storm drain improvements, a synthetic turf drainage system, and concrete flat work; installing irrigation system and landscape materials; and all other incidental items of work as described in the contract documents required for general reworking and preparing the field sub -grade for the installation of the 157,354 square foot synthetic turf system. The actual synthetic turf material and installation was awarded to FieldTurf, Inc. on March 10, 2015. The project area included the football/soccer and softball fields at Bonita Creek Park. The contract was completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original Bid Amount: $ 995,053.00 Actual Cost of Bid Items Constructed: $ 992,207.00 Total Change Orders: $ 14,726.94 Final Contract Cost: $1,006,933.94 A total of five change orders were issued and the final construction contract cost was approximately 1.5 percent over the original contract amount. The change orders involved addressing the existing field lighting, changes to landscape irrigation and a credit for leaving the existing subdrain system in place. A summary of the project schedule is as follows: Estimated Completion Date per 2014 Baseline Schedule October 13, 2015 Project Awarded for Construction April 14, 2015 Contract Completion Date With Approved Extensions September 8, 2015 Actual Substantial Construction Completion Date September 4, 2015 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). In addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. 5-2 The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. ATTACHMENTS: Description Attachment A - Project Location Mao 5-3 Cts\ 00 r D O D ATTACHMENT A BONITA CREEK PARK A A NTS w �A v�oA ) KIIIA CONSTRUCTION LIMITS BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C -5856(A) I 9/22/15 CITY CLERK 3s � t • • � • � r ' x fie ,k i.t!.too t11 3 Approved f Drawings by ; n Santa Ana Print (949)756-1001 isi 0 Located x # Avenue, Irvine, CA 92614 .i r♦ f i #.' t For further information, call Peter Tauscher, Project Manager at (949) 644.3316 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: httollAAww.Ne'A'godBeachCA gov CLICKOnline Services I Bids, RFPs & Vendor Registration Contract No. 5856(A) NOTICE INVITING BIDS ........ ... .................. ___ ........ ......... .......... ... —........ ^..COver INSTRUCTIONS T{}B|D[)ERS......... .,..... ...... ......... .............. ..--....—....3 BIDDER'S BON[).... ....... ............. ~............. ~~..^---...—.`.....—...—'5 DESIGNATION (lFSURC{)K1TF\/\CT{}RYS\.................... .......... ...... ........... ....... ..~8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES—. ... ............ ........ .......... —9 NON -COLLUSION AFFIDAVIT .... ...........''....... ..'........''....' . ..'. .....13 DESIGNATION (}FSURETIES .....''. ....'..'_ —.......... _'_ .......... ........ .14 CONTRACTOR'S INDUSTRIAL SAFETY REC[)RD.................. ........ ............. ... 15 ACKNOWLEDGEMENT [)FADDENDA ........... ........................ ...... ........... ............... 17 INFORMATION REQUIRED (}FBIDDER ....... ............... ............................. ........ ._18 NOTICE TOSUCCESSFUL BIDDER. ...... ................. ............... ........ ............... ..... 21 C{)NTRACT...................... ...--...... ........................... ........ ........... ..... .... .22 LABOR AND MATERIALS PAYMENT BOND ..... ............... .............. ..E>(H|B|T/\ FAITHFUL PERFORMANCE BOND ..................... ............................ .EXH|0TB INSURANCE REQUIREMENTS ... ................ .................. .......... ..... EXHIBIT C PROPOSAL......... ........................... ................ ..... ........................... .............. [zR^1 SPECIAL PROVISIONS .......... ... .... ........ ... .................. ............ ___ ........ ...... SFc1 pq Lefimm all The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS ✓ BIDDER'S BOND✓ DESIGNATION OF SUBCONTRACTORS ✓ CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO Bt& -E DATE -(f -any-) f TECHNICAL ABILITY AND EXPERIENCE REFERENCES-/ NON -COLLUSION AFFIDAVIT// DESIGNATIOpt OF SURETIES ✓ PROPOSAL,/ 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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. 803uIA-1 4131 11(-0 Contractor's License No. & Classification q - June 001 DIR Reference Number & Expiration D 3 Authorized Signature/Title N -OV -A I .201, Dat El City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of ten percent of total amount bid------------- ----------------------------------- Dollars ($ l0% ), to be paid and forfeited to the City of Newport Beach If the bid proposal of the undersigned Principal for the construction of BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT, Contract No. 5856(A) 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 26th day Bryom-Davey, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 South Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety 213-270-0757 Telephone Auth d Agent Signature Anne Wright, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 5 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other office completing this certificate State of California verifies only the identity of the individual who signed the document, to which this certificate is attached, and County of 6Q.-!7 Ie5c) not the truthfulness, accuracy, or validity of that document. On ,VeQ49D/5 before me, Jp 19hn 29,'6e1-) Date Mere Insert Nafnt and Title of the Officer personally appeared 'k�Q vwz- ESQye-U Name(s) of Signer(s) JO ANN CASPERSEN Commission # 2073532 Z � Notary Public - California n San Diego County MY Comm. Expires Jul 31, 2018 Place Notary Seal Above who proved to me of i the basis of satisfactory evidence to be the person(g) whose name(N) is/wo subscribed to the within instrument and acknowledged to me that he/gAe/t4W executed the same in hisithw/04r authorized capacity(ims), and that by his/hw/their signature(g) on the instrument the person(, or the entity upon behalf of which the persono 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. Sg Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 2012 National Notary Association a NationalNotarv. ora o 1 -800 -US NOTARY (1-800-876-6827) Item #5907 U93aal ea1►I-_ !�1►il4►�ii ■■rrrrrrrrrr■rrrrrrrarrrr■rrrrrrr■■r■■rrrrrrrrrrrr■■■orrrrrr■rrrr■rrrrrrrrrrrrr 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 hls/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. ** SEE ATTACHED ACKNOWLEDGMENT ** Signature ■rr■•rr■■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■rrrrrrrrrrrrrrrrrrrrrrr■rrrrr■ 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 1.9 [] 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: 1.9 ACKNOWLEDGMENT ■■rrrr■■r■rrrrrrrrrrrrrrrrrrrrrrr rrrrrrrrr■■rrrrrrrrr■rrrrr■rerrrrrrr■rrrrrrrr■ State of California County of } ss. On before me, 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. WITNESS my hand and official seal. Signature (seal) ■■■rrrrrrrrrrrrrrrr■r■rr■rrrrr■r■rrrrr■■rrrrrrrrrr■rrrrrrrrrrrr■■r■■rrrrrarrrr■ 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 Wltness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary I Treasurer Other: Other Information: 7 Thumbprint of Signer E] Check here it no thumbprint orflngerprint is available. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On March 26, 2015 before me, Pam Davis Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Anne Wright Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the rX141_01 PAM DAMS Commission # 1991984 person(s), or the entity upon behalf of which the person(s) •:.. acted, executed the instrument. Z �'" E 4 Notary Public - California z Z f' " San Diego County I certify under PENALTY OF PERJURY under the laws of My Comm. Expires Oct 20, 2016 the State of California that the foregoing paragraph is true and correct. Witness my hand a d official seal. Signature Place Notary Seal Above Signature of Notary Public Pam Davis OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer —Title(s): ❑ Corporate Officer Title(s): ❑ Partner ❑ Limited ❑ General ❑ Partner ❑ Limited ❑ General 9 Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact ❑ Trustee OF SIGNER Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Anne WRIGHT, Cyndi BEILMAN and Dana MICHAELIS, all of LA MESA, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of April, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL AMS 4 r.e.. % ���•- _... Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 12th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 14\\\\�\ Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0113A City of Newport Beach MULTIPLE BUILDINGS PAINTING PROJECT Contract No. 6 G' 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: Ec000 T.er)qo �Ik Address: 52101 WA"'Road ve- nc:t ng RivErbic�e, CKE g25aO1 Phone: g51.1013.5 •5000 It 2 State License Number: 33-1-1 3q DIR Reference:) bo00013g5 Email Address jleslie@econoFenceinc.conj Name: wo(+V%; r19ia h C 0 n Si. Address: tvL5 St. 1' loq Gorpona) GP q SU 1 Phone: q'51 _7V4 - y 9 5v 3 State License Number: -7148%p f DIR Reference: j 00004'W4 Email Address: Oklwcl pW • f1 '} Name: Address: Phone: State License Number: DIR Reference: Email Address Bidder Authorized Signature/ itle PceSidcAA- LM City of Newport Beach MULTIPLE BUILDINGS PAINTING PROJECT Contract No.-,mc' � DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address (Y\ -1: V�� Inc Bid r Authorized Signature/ itle preside(\k M City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name �laY �rn - �aV�•l �� il� 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) direct experience in preparing a drainage base for synthetic turf sports fields and must have installed a minimum of 5 such base systems for Soccer or Football in California during the past 3 years, with a minimum size of 60,000 SF per field in excess of $150,000 per project provide the following information: No. 1 Project Name/Number l aago l n,5 �adernq —Track $ Jr'i'eld Project Description �APu� ��UY1I'YLLh�- ��� ,�(� �iuL� (5tt rt.�t'6)r7, p Approximate Construction Dates: From N�a%1'1>� To: o Sys` Agency Name `vn Contact Person \0 ln-ddleMln Telephone Mb) Original Contract Amount $10M,629 Final Contract Amount $ 1,6146,089 . qq If final amount is different from original, please explain (change orders, extra work, etc.) (��.Yl,(�� D'P�i�►2. l,tx�►2k- `DfiY c1�5�-r��f �✓`" 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 No. 2 Project Name/Number Project Description hbrJl " Spo (AS Kaci (i41 Approximate Construction 1Dates: (From �IM 2013 To: ���, 263 Agency Name �I�QPi"I o -,lel' Uniwl I -CA 1�V1 Contact Person `%n carr Telephone (UH) tAI.5653 Original Contract Amount $1,812,525.OFinal Contract Amount $ 9l q Iqu.38 �f l o� If final amount is different from original, please explain (change orders, extra work, etc.) ChanaQ off_ ujoa Gg- adc1►ibbna.l i-?eams woe - 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. 113 D No. 3 Project Name/Number TGt`11 AO'le— x1 o I S Project Description s SImkweA)z' Approximate Const\ru,,De, �/ction Dates: From �U, . 2 To: Fe -lo. 2014 Agency Name N,�c\Q.11 A01 a� un im i ,S Contact Person �40'+{" i ayeas Telephone (Lotti) Original Contract Amount $ 2,51-7,90D Final Contract Amount $2T,ZUa 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. �b 10 �h S No. 4 I, Project Name/Number Sdac l T`cLk Project Description Mew ssW& 1.bi ll, rJlLheld ty a l0/ base swl&m \n Approximate Construction Dates: From N26� 21A To: AOS• 201 Agency Name �Qn �IQGO l�l'I�TI�U Sc l�001 1 1I,SIiIL`I" Contact Person I,uw VhI co Telephone (26b)s-13 - 5131 Original Contract Amount $11 0 Final Contract Amount $ 1,�1b, QZ(6 If final amount is different from original, please explain (change orders, extra work, etc.) neda,+— uo cl<- Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number 0� Akf-X MLkw Project Description SDAb \\ Pn2\c ,CtkYL k1L wl F w/ baa S� Approximate Construction Dates: FromJ�l✓' 2U To: Rua 2013 e f Agency Name I I eGl laod Contact Person Telephone q'(q) WS1 W2Z Original Contract Amount $I Final Contract Amount $ I.25q y08. 23 If final amount is different from original, please explain (change orders, extra work, etc.) L - 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 AO No. 6 TIM �e 5MaIA-44m � Project Name/Number �rQchGe fi�e�d Project Description �dm_2�d ��a�����d Sl�m�iL �(,(YF 4 base - Approximate Construction Dates: From V YA�e_J wo &To: T"1(1Q C6YYl(��.'611 N I I I A _ Agency Name s\UkKA 11U k( U t1 UMYYJ tJY1t7U l 0JW_CkP_ U 1bJY I LT Contact Person \0M'j'( WY\ Telephone oM) qu_- 5Jr) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) M 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. [IMI 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. -- W A\ b2 Prod%ded i F Low bidder Upon request, the Contractor shall attach a financial statement an&other infor ation sufficiently comprehensive to permit an appraisal of the Cont ctor's current financial conditions. --1- Bidd4 JAutho 12 ature/Ttfle V,-esident- Palomar College Palmoar Community College $1,988,499.00 CM -13 -14 -01 -BB -G: We put our team to work INTERCOLLEGIATE BASEBALL so your team can pCay iszzote S�imiaa a�eor..o03 FIELD Swinerton Builders San nfeg4 CA 92128 r® —av 5 Inco (858)513-7199 FAX FAX:(858)513-7198 Re -grade base for FieldTurfUSA $35,530.76 Project's List re -grade base PrRASSt. ARI% �1'LEL fanfflet&F-Nail Viamciatfisa D"crmtsRAD&ork f iAn�@rS Q '� SS-A�41N xlf qt t . j $56,216.00 Saddleback Valley Unified Laguna Hills High School School District Noemi Avila-Zamudio ph_ 949-580-3250 Turf and backstop $255,784.00 $36,865.00 Turf and Backstop avilan@svusd.org fax 949-581-2813 San Diego Unified School San Diego Unified School Demo, grading, getotextle fabric, drainage base Demo, grading, getotextile fabric, drainage base Loma Portal Elementary District Loren Chico ph: 858-573-5731 material ph: 858-573-5731 $308,400.00 $20,000.00 Turf Field Construction Lchico@sandl.net fax: 858-796-1772 Lchico@sandi.net fax: 858-796-1772 Covina Valley USD- District Covina Valley Unified San Diego Unified School Stadium School District Jeff Bloedom ph: 626-974-7600 Demoltion of the site and grading ph: 858-573-5731 $1,197,00000 $20,000.00 Demo and Grading jbloedorn@cvusd.kt2ca.us fax. 626-974-7032 New site of the District stadium tax 858-796-1772 San Diego Unified School Saddleback Valley Unified Demo, grading, getotextile fabric, drainage base Whittier Charter School District Loren Chico ph. 858-573-5731 Design of"turf Field ph: 949-580-3250 $18,000.00 $18,00000 Field Design Lchko@sandLnet fax 858-796-1772 Multiple fields fax: 949-581-2813 San Diego Unified School Loma Portal Elementary District Loren Chico ph'. 858-573-5731 Design of Turf Field $20,000.00 $20,000.00 Field Design Lchico@a.rdi not fax: 858-796-1772 San Diego Unified School Bell Middle School District Loren Chico ph: 858-573-5731 Design of Turf Field $20,000.00 $20,000,00 Sower Field Design Lchico@sandl.net fax: 858-796-1772 San Diego Unified School Bell Middle School District Loren Chico ph: 858-573-5731 Design of Turf Field $18,000.00 $18,000.00 Baseball Field Design Lchico@sandi.net fax: 858-796-1772 Colton High School Re-grade base for FieltHurf USA $11,99463 $11,999.63 t'e-¢rade base Palomar College Palmoar Community College $1,988,499.00 CM -13 -14 -01 -BB -G: INTERCOLLEGIATE BASEBALL FIELD Swinerton Builders Arcadia High School Re -grade base for FieldTurfUSA $35,530.76 $35,530.76 re -grade base Westlake High School Re -grade base for FieldTurfUSA $56,216.00 $56,216.00 re -grade base Newberry Park High School Re -grade base for FieldTurf USA $36,865.00 $36,86500 re -grade base San Diego Unified School Demo, grading, getotextile fabric, drainage base Audobon Elementary School District Loren Chico ph: 858-573-5731 material $20,000.00 $20,000.00 Playfields Lchico@sandi.net fax: 858-796-1772 San Diego Unified School Taft Middle School District Loren Chico ph: 858-573-5731 Design of Turf Field $20,000.00 $20,000.00 Design Lchico@sandtnet tax 858-796-1772 - Saddleback Valley Unified Demo, grading, getotextile fabric, drainage base Laguna Hills High School School District Noemi Avila-Zamudio ph: 949-580-3250 material $2,529,899.00 " evllan@svusd.orn fax: 949-581-2813 Dana Middle School San Diego Unified School Demo, grading, getotextile fabric, drainage base Turf Baseball Field District Loren Chico ph: 858-573-5731 material $1,409,772.00 Construction Lchico@sandi net fax 858-796-1772 San Diego Unified School Green Elementary School District Loren Chico ph: 858-573-5731 Design and installation of a running track $229,400.00 Track Design & Construction Lchico@sandi.net fax; 858-796-1772 San Diego Unified School Fulton Elementary District Loren Chico ph: 858-573-5731 play turf field, $758,307.00 Demo, grading, getotextile fabric, drainage base Turf Project Lehlco@sandi.net fax 858-796-1772 material San Diego Unified School O'Farrell Charter School District Loren Chico ph: 858-573-5731 play turf field, $1,702,422.00 Demo, grading, getotextile fabric, drainage base Turf Project Lahice@sandi.net fax 858-796-1772 material San Diego Unified School O'Farrell Charter School District Loren Chico ph'. 858-573-5731 Design of Turf Field $48,000.00 $48,000.00 Demo, grading, getotextile fabric, drainage base Design Lchico@sandinet fax 858-796-1772 material San Diego Unified School Emerson Elementary School District Loren Chico ph: 858-573-5731 play turf field $406,819.00 Demo, grading, getotextile fabric, drainage base Turf Project Lchico@sano'Lnet fax: 858-796-1772 material Canyon Crest Academy San Dieguito Union High David Tomaino Phase 1I LLB School District Construction Contracts ph: 760-753-6491 multiple fields, buildings Jun -2015 $13,499,609.00 davidtomain,@sduhsd.net fax 760-753-8142 NAF -El Centro ph: $1,328,466.51 fax Glendora High School Glendora Unified School Scott Baxter Varisty Baseball Field District Maintenance & Operations ph: 626-852-4622 $278,430.00 sba ter@glandomAl2,ca.us fax 626-852-4657 Los Alamitos High School Los Alamitos Unified Patricia Meyer Lacrosse Netting School District Deputy Superintendent ph. 562-7994700 Lacrosse Netting & installation May -2014 $55,709.00 $55,709.00 pmeyer@Icsatorg fax 562-7994711 Yucaipa High School Yucaipa-Calimesa Joint Dave Stevenson Visitor Bleachers Unified School District District Representative ph'. 909-797-0174 Visitor bleacher and site work Apr -2014 $798,874.00 davitl stevenson@ycjusdaI2.ca.us fax 909-790-6104 Grading, geotextile fabric, drainage, base Mission Bay High School - San Diego Unified School Loren Chico material, final preparation and install of synthetic Construction District SDUSD ph'. 858-573-5731 turf Jan -2015 $2,157,715.00 Ichico@sandtnet fax 858-496-1772 Campbell Hall High School Fred McNutt Project Management Campbell Hall School CFO ph: 818-505-5348 Project Management for Musce, Lighting $80,000.00 $80,000.00 mcnuttf@campbelihaltorg fax 818-505-5319 Dana Middle School San Diego Unified School Turf Baseball Field Design District Loren Chico ph: 858-573-5731 Design of a turf Baseball Field complete $35,000.00 $35,000,00 Lchico@sandi net fax. 858-796-1772 Torrey Pines High School Torrey Pine High School Batting,Cages Foundation David Jaffe ph: 760-753-6491 Batting Cages, Fencing, grading, synthetic turf $149,574.00 $260,302.50 darodiaffe@sduhsd.not fax 760-753-8142 Palm Springs High School Palm Springs Unifies School Gregg Shoemaker Demo, grading, getotextile fabric, drainage base Field Renovation District Director, Maint & Ops ph: 760-322-4115 material $394,000,00 $416,026.51 - gshoemakar@psusd.us fax 760-320-8308 Natural grass field Pioneer High School Whittier Union High School Rick Osgood Shelly Long ph 213-821-7900 Demo, grading, getotextile fabric, drainage base SDUSD Sep -2013 $208,04500 Stadium Phase I District Via Erickson Hall Project Manager ph: 760-445-3075 material Feb -2015 $1 361,187.00 Campbell Hall Football/Soccer Fred McNutt rosgood@edcksonha0.com fax 760-796-7750 Synthetic turf field& track surfacing drainage, base Canyon Crest Academy San Dieguito Union High David Tomaino material, final preparation and install of synthetic Site Grading School District Consturetion Contracts ph: 760-753-6491 Site Grading Feb -2014 $951,000.00 $947,265.00 $1,964,196.38 davidtomaino@sduhsdnot fax 760-753-8142 Notre Dame High School Tim Coury Demo, grading, getmextile fabric, drainage base drainage, base Baseball Field FieldTurf USA FioldTurfUSA ph'. 760-310-2139 material Jan -2014 $445,909.00 $461,644.00 (Package 14) tefieldturt@coxnet fax :+1514-340-9374 ph: 949-502-4000 Synthetic turf baseball field Aug -2013 $478,580,00 $525,216.00 Tim Coury fax Demo, grading, getotextile fabric, drainage base Lost Hills Soccer Field FieldTurfUSA FieldTurf USA ph: 760-310-2139 material Nov -2013 $447,00200 $447,002.00 te,.Idtrff@cox.net fax :+1514-340-9374 Synthetic turf soccer field University City High School San Diego Unified School Multi-purpose Field Design District Loren Chico ph: 858-573-5731 Design of a multi-purpose Field Dec -2013 $20,000.00 $20,00000 Lchlco@sandi.net fax 858-796-1772 Grading, getmextile fabric, drainage base Palmdale High School Track Antelope Valley Joint Union Matt Havens material, final preparation and install of synthetic & Field Replacement High School District Antelope Valley Union ITS ph: 661-209-0847 turf and track surfacing Feb -2014 $2,517,900,00 $2,748,264.60 mhavens@avhsaom fax: Grading, get textilc fabric, drainage base Linda Rhoades Michelle Coonan material, final preparation and install of synthetic Linda Rhoades Soccer Field Neighborhood Center Erickson Hall ph: 760-796-7700 turf Aug -2013 $278,999.00 $287,040,00 fax. 760-796-7750 Grading, geotextile fabric, drainage, base San Dieguito Unified School material, final preparation and install of synthetic Canyon Crest High School District Dave Tomaino ph: 760-753-6491 mrf & track Aug -2013 $1,793,529.00 $1,846,089.44 david.tomelno@sduhsd.net fax 760-753-8142 Grading, geotextile fabric, drainage, base University of Relands- material, final preparation and install of synthetic Intermural Field University of Redlands Roger Callini ph: 909-748-8020 turf Aug -2013 $1,067,019.00 $1,259,408.23 roger_cellini@redlands.edu fax Grading, geotextile fabric, drainage, base USC -Synthetic Turf Practice University to Southern material, final preparation and install of synthetic Field Additional Extortion California Shelly Long ph 213-821-7900 turf SDUSD Sep -2013 $208,04500 $208,045.00 lchico@sandi.net fax: 858-496-1772 swong@ccdusc edu fax Grading, geotextile fabric, drainage, base Campbell Hall Football/Soccer Fred McNutt material, final preparation and install of synthetic Field Campbell Hall School CFO Grading, geotextile fabric, drainage, base fax 818-505-5319 Sweetwater High School- Sweetwater Union High material, final preparation and install of synthetic Sports Facility School District Trent Car' ph: 619-691-5553 turf Oct -2013 $1,872,525.00 $1,964,196.38 fax Grading, geotextile fabric, drainage, base Culver City High School Culver City High School material, final preparation and install of synthetic (Package 14) District Balfour Casty Construction ph: 949-502-4000 turf Aug -2013 $478,580,00 $525,216.00 fax San Diego Unified School Loren Chico Conaria High School Design District SDUSD ph: 858-573-5731 Design of Track & Field Aug -2013 $53_000-00 $53,000.00 lchico@sandi.net fax: 858-496-1772 Grading, geotextile fabric, drainage, base Campbell Hall Football/Soccer Fred McNutt material, final preparation and install of synthetic Field Campbell Hall School CFO ph: 818-505-5348 turf Aug -2013 $1,025,645.00 fax 818-505-5319 Grading, geotextile fabric, drainage, base Mike Ryan material, final preparation and install of synthetic Gillispie School Paly Field Gillispie Field School Executive ph: 858-490-8800 turf Oct2013 $440,000,00 $440,000.00 material, final preparation and install of synthetic fax: Renovation School District Deputy Superintendent Grading, geotextile fabric, drainage, base Minkoff Soccer Field Turf Palomar Community College Kenneth Jay $663,143.00 material, final preparation and install of synthetic Replacement District Director Business Services ph: 760-744-1150 turf May -2013 $343,942.00 $363,982,62 fax Oak Middle School -Turf Los Alamitos Unified Patricia Meyer material, final preparation and install of synthetic Renovation School District Deputy Superintendent ph: 562-799-4700 turf $663,143.00 $663,143.00 fax Constructing stadium which includes graing, underground, bleacher system, stadium lighting, concession building, restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base Los Alamitos High School- Los Alamitos Unified Patricia Meyer materials, final preparation and install of Stadium School District Deputy Superintendent ph: 562-799-4700 synthetic turf and synthfie track May -2014 $3,317,098.00 $3,692,995.72 fax Yucaipa High School Track & Yucaipa-Calimesa Joint Synthetic track preparation, A/C paving and Field Upgrades Unified School District Dave Stevenson ph: 909-797-0174 ext. 203 install and mist, field upgardes May -2013 $769,000,00 $727,605.00 fax 909-709-9262 Men's Baseball Field Grading, geotextile fabric, drainage, base Renovation &Baseball Los Angeles Community material, final preparation and install of synthetic Paving/Fencing Project College District Daniel Robb ph: 213-996-2589 turf Feb -2013 $1,574,500,00 $1,600,497.00 fax Grading, geotextile fabric, drainage, bass Field House Stadium & Southwestern Community material, final preparation and install of synthetic Practice Field College District Tom Brown ph: 619-482-6573 turf Aug -2014 $2,574,067.00 $2,547,224.63 fax Grading, geotextile fabric, drainage, base Athletic Education & Fitness El Camino Community material, final preparation and install of synthetic Complex - Phase I College District Tom Brown ph: 310-660-3593 ext, 6172 turf Jan -2013 $2,810,095.00 $2,860,128.08 tbro n@elcamino.edu fax: Grading, geotextile fabric, drainage, base Artificial Soccer Field # 5 @ material, final preparation and install of synthetic John Anson Ford Park The City of Bell Gardens Arlan Idnani ph: turf Nov -2012 $301,683.00 $337,087.25 fax Grading, geotextile fabric, drainage, base Olay Ranch High School - Sweetwater Union High Paul Woods ph: 619-691-5553 material, final preparation and install of synthetic Football Field School District Tom Calhoun ph: 619-585-6060 turf Sep -2012 $904,100.00 $909,142.00 torn cohoun@sweetxicerc hoofs ory fax: Grading geotextile fabric, drainage, base San Diego State University - The California State material, final preparation and install of synthetic Practice Field -620 University Carl Schneider ph: 619-341-1969 turf Aug -2012 $653,000.00 $746,673,94 fax Grading, geotextile fabric, drainage, base Point Loma High School San Diego Unified School Loren Chico material, final preparation and install of synthetic Footban/Soccer Replacement District SDUSD ph: 858-573-5731 turf Sep -2012 $1,434,196.00 $1,450,572.96 Chico@sandmsa fax: 858-496-1772 Finetune edges of field, test permeability of base, Torrey Pine High School -Field Tim County repair low areas, furnace field base, installation Replacement Field Turf USA, Inc FieldTurf USA ph: 760-310-2139 of new track equipment Aug -2012 $60,569.00 $63,101.02 I'll Univeristy of California- San Diego Unified School Loren Chico material, final preparation and install of synthetic Santa Barbara Robertson's Field Greg Moore ph: 805-893-3298 turf Dec -2012 $3,431,300.60 $3,578,803.60 gregmoon@dcsucsb.edu fax: 805-893-8952 Grading, geotextile fabric, drainage, base Saddleback Valley Unified Shawn Butlers material, final preparation and install of synthetic Trabuco Mesa Ball Field School District Pete Souder ph: 949-580-3345 turf Sep -2012 $180,420.00 $163,647.00 fax Friends Christian High School Friends Christina High Brian Hatch Grading, geotextile fabric, drainage, base Phase School University of Southern ph 626-351-8800 Synthetic Track and hack Equipment material, final preparation and install of synthetic $763,727.00 $763,727.00 USC -Cromwell Field California Shelly Long ph: 213-821-7900 turf Mar -2013 $976,375.00 $1,106,90263 swung@ccdusc.edu Fax: Vista High School - Turf Vista Unified School material, final preparation and install of synthetic Grading geotextile fabric, drainage, base Replacement District Steve Presley Valerie Phillips turf material, final preparation and install of synthetic $343,100.00 $247,10209 University of La Verne Chip West ph: 909-593-3511 ext. 4480 turf OcF2012 $2,842,160.00 $3,032,571.93 mentplavernoodu fax: 909-392-2808 Laurence School - Phrase 11 Shawn Shehmiri ph: 818-782-4001 Building Work $950,817.00 $1,072,71760 James Caner sshahrch@laurencescholcora fax: 818-782-4001 Jun -2011 $20,448.00 $20,448.00 fax Grading, geotextile fabric, drainage, base Duane Unified School material, final preparation and install of synthetic Duarte High School District Brad Peterson ph: 626-599-5041 turf and track surfacing Oct -2012 $2,475,520.00 $2,475,520.00 bpetterson@duarte.k1lea us fax Grading, geotextile fabric, drainage, base Riverside Unified School Ron Khoo] material, final preparation and install of synthetic Arlington Ranch High School District Neff Construction ph: 909-947-3766 turf Sep -2012 $875,832.00 $875,832.00 ron@neffconcom fax Grading, geutextile fabric, drainage, base LA Valley College - Practice Elton Murakami material, final preparation and install of synthetic Field and Jogging Track LA Valley College Panknow Construction ph: 602-595-0799 turf and track surfacing Sep -2012 $1,119,390.00 Stadium and Scoreboard San Diego Unified School Loren Chico Stadium Scoreboard and lighting and misc. Lighting District SDUSD ph: 858-573-5731 seating Jun -2012 $1,256,000.00 $1,248,112.60 Ichico@sandi.net fax 858496-1772 Grading geotextile fabric, drainage, base Victor Valley Unified High Shawn Butlers material, final preparation and install of synthetic Silverado High School -BP -22 School District Victor Valley UHSD ph: turf and track surfacing Dec -2012 $2,549,000.00 $2,545,881.95 fax Friends Christian High School Friends Christina High Brian Hatch Phase School C.W.Driver ph 626-351-8800 Synthetic Track and hack Equipment $763,727.00 $763,727.00 fax Grading, geotextile fabric, drainage, base Vista High School - Turf Vista Unified School material, final preparation and install of synthetic Replacement District Steve Presley ph: 760-726-2170 turf Aug -2011 $343,100.00 $247,10209 fax Grading, geotextile fabric, drainage, base material, final preparation and install of synthetic Servite High School James Caner ph 714-774-7575 turf and track surfacing Jun -2011 $20,448.00 $20,448.00 fax Saint Francis High School Frank Nevaril ph: Grading, geotextile fabric, drainage, base Cooling System and drainage control Aug-ev 11 ai>,436.uv San Diego State University- The California State material, final preparation and install of synthetic fax Practice Field University Carl Schneider ph: 619-341-1969 turf Aug -2011 $498,922.00 $560,656.23 Grading, geotextile fabric, drainage, base fax. University City High School - San Diego Unified School Loren Chico material, final preparation and install of synthetic Grading, geotextile fabric- drainage, base Fresno State University- District 'rim Coury ph: material, final preparation and install of synthetic turf and track surfacing Dec -2011 $1,725,618.00 Bulldog Stadium FickHrm-f USA FieldTurf USA ph: 760-635-2504 turf and track surfacing Jul -2011 $720,000.00 $720,000.00 tcrieldturf@cox.net fax Grading, geotextile fabric, drainage, base Design and construction: Grading, geotextile material, final preparation and install of synthetic fabric, drainage, base material, final preparation St. Augustine High School Whittier Union High School Steve Chip ph: and install of synthetic turf and track surfacing - turf and track surfacing Mar -2012 $911,671.00 Santa Fe High School District Eileen Chavez ph: 562-698-8121 Natural grass field Dec -2011 $2,576,020.00 $2,689,166.49 eileen.chavez@wuhsd.org fax: 562-693-5371 Crean Lutheran of Orange Grading, drainage, final preparation for synthetic Grading, geotextile fabric, drainage, base Crean Lutheran High School County Eric Olsen Val Verde Unified School 949-387-1199 tracking surfacing and track venues material, final preparation and install of synthetic $655,000.00 $672,471.04 Rancho Verde High School District Allan Frisby ph: 951-940-6100 turf and track surfacing Aug -2011 $342,700.00 $339,625.00 - fax: Loren Chico Grading, geotextile fabric, drainage, base District SDUSD ph: Millennial Tech Academy - San Diego Unified School Loren Chico $53,000.00 material, final preparation and install of synthetic Middle School - Construction District SDUSD ph: 858-573-5731 turf and track surfacing $2,036,996.00 $2,142,853.37 ichlw@sandi.net fax 858-496-1772 Grading, geotextile fabric, drainage, base Patrick Henry High School - San Diego Unified School Loren Chico material, final preparation and install of synthetic Construction District SDUSD ph, 858-573-5731 turf and track surfacing Fcb-2012 $1,872,877,00 $1,942,524.49 mNcc@sammnet fax 858-496-1772 Grading, geotextile fabric, drainage, base Serra High School - San Diego Unified School Loren Chico material, final preparation and install of synthetic Construction District SDUSD ph: 858-573-5731 turfand track surfacing Sep -2011 $1,959,137.00 $2,345,304.70 Ich go irdi.net fax 858496-1772 University of California - Design and construction: Grading, geotextile Riverside - Track fabric, drainage, base material, final preparation Replacement University of California Blythe Wilson ph: 951-827-1485 and install of natural turf and track surfacing Feb -2012 $2,194,766,00 $2,514,705.30 blylhe.wilson@ucr.edu fax 951-827-3890 Grading, geotextile fabric, drainage, base Carlsbad Unified School Joanna Heinrich material, final preparation and install of synthetic Sage Creek High School District Barnhart Belfour-Beatty, ph: 760-434-4243 turf and track surfacing Jan -2013 $1,143,429,00 $1,109,535.15 Saint Francis High School Frank Nevaril ph: 818-790-0325 ext. 512 Cooling System and drainage control Aug-ev 11 ai>,436.uv a r�,4>avv fax Grading, geotextile fabric, drainage, base University City High School - San Diego Unified School Loren Chico material, final preparation and install of synthetic Construction District SDUSD ph: 858-573-5731 turf and track surfacing Dec -2011 $1,725,618.00 $2,274,39847 Ichleo@sande net fax 858-496-1772 Grading, geotextile fabric, drainage, base material, final preparation and install of synthetic St. Augustine High School St. Augustine High School Steve Chip ph: 619-282-2184 turf and track surfacing Mar -2012 $911,671.00 $920,620.59 schipp@sahs.org fax 619-282-1203 Crean Lutheran of Orange Grading, drainage, final preparation for synthetic Crean Lutheran High School County Eric Olsen ph: 949-387-1199 tracking surfacing and track venues Oct -2011 $655,000.00 $672,471.04 Olson@clshs.Ora fax - San Diego Unified School Loren Chico Serra High School -Design District SDUSD ph: 858-573-5731 Design of track and field $53,000.00 $53,000,00 Ichico@sandi.net fax 858-496-1772 Mission Bay I3igh School - San Diego Unified School Loren Chico Design District SDUSD ph: 858-573-5731 Design of track and field $53,000.00 $53,000.00 Ichico@sand.net fax. 858496-1772 Millennial Tech Academy - San Diego Unified School Loren Chico Middle School - Design District SDUSD ph: 858-573-5731 Design of track and field $35,000.00 $35,000.00 Ichiw@sandi.net fax 858496-1772 San Diego Unified School Loren Chico Kearny High School - Design District SDUSD ph: 858-573-5731 Design of track and field $53,000.00 $53,000.00 Ichim@sandi net fax 858-496-1772 University City High School - San Diego Unified School Loren Chico Design District SDUSD ph: 858-573-5731 Design of track and field $53,000.00 $53,000.00 Ichico@sandi net fax 858496-1772 Grading, geotextile fabric, drainage, base USC- Lyons University - Play University of Southern material, final preparation, and install of Fields California Anthony Mugazem ph: 213440-5127 synthetic turf Aug -2012 $586,63200 fax'. Riverside Unified School Ron Kuehl Ramona High School District Neff Construction ph: 909-947-3768 Synthetic Track and paving Dec -2010 $110,000.00 fax Grading, gemextile fabric, drainage, base Goleta Valley South Little Goleta Valley South Little material, final preparetion, and install of League Baseball Field League - Board John Nisbet ph: 805-963-3787 synthetic turf baseball field Sep -2010 $141,16&00 fax Constructing stadium which includes grading, underground, bleacher system, stadium lighting, concession building, restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base Burbank Unified School materials, final preparation and install to John Burroughs High School District Craig Bell ph'. 818-729-5500 Synthetic turf and synthetic track Feb -2012 $10,514,383.00 craigbell@burbankusdorg fax: 818-729-5501 Grading, geotextile fabric, drainage, base San Diego Unified School material, final preparetion, and install of Hoover High School District Loren Chico ph: 858-573-5731 synthetic turf and track Jul -2011 $1,863,111.00 Ichim@sandi.net fax 858-496-1772 Multipurpose field Grading, geotextile fabric, San Diego Unified School drainage, base material, final preparation and Jefferson Elementary School District Sonya Mantilla ph: 619-666-5351 install of synthetic turf Dec -2012 $169,250,00 smandlla@sdtekpaclfic.vain fax 619-794-2722 Design and construction- Grading, geotextile fabric, drainage, base materials, final preparation Cal Lutheran University Valerie Crooks ph- 805-493-3215 an install of synthetic turf $802,933.00 vcmoks@duvet edu fax 805-493-3917 Grading, geotextile fabric, drainage, base San Diego Unified School material, final preparation, and install of Clairemont High School District Loren Chico ph: 858-573-5731 synthetic turf and track Tut -2011 $1,593,496.00 Ichim@sandi.net fax 858-496-1772 Grading, geotextile fabric, drainage, base San Diego Unified School material, final preparetion, and install of Madison High School District Loren Chico ph: 858-573-5731 synthetic turf and track Apr -2011 $1,601,478.00 _ Ichico@sano net fax 858-496-1772 Grading, geotextile fabric, drainage, base Banning Unified School Ryan Baughman NAVFAC Southwest Falcon Alutial Manufacturing material, final preparetion, and install of District Tilden -Coil Construction ph: 951-684-5901 NAS Fallon Soccer Field Feadlcode ROPWN Contractors, LLC ph: 907-222-9500 synthetic turf Aug -2010 $461,250.00 Grading, geotextile fabric, drainage, base La Playa Track and Field Santa Barbara Community Steve Masseur drainage„ base material, final preparation and material, final preparetion, and install of Muirlands Elementary School District Loren Chico Replacement College District URS ph: 805-892-3694 synthetic turf and track Sep -2010 $2,069,448.51 smassetti@sbccedu fax 805456-0686 Grading, geotextile fabric, drainage, base Col Salomon CDC, De Anza Poway Unified School material, final preparation, and install of Grading, geotextile fabric, drainage, base SchoolNalley Middle School District CDC, Florence CDC, San Diego Unified School synthetic turf Dec -2009 $2,358,733.00 material, final preparation, and install of mtarantino@powayusd.com fax 858-486-4197 Kennedy CDC District Loren Chico ph: 858-573-5731 synthetic turf Aug -2010 $215,851.00 Ichlcc@saodlnet fax 858-496-1772 material, final preparation, and install of Scripps Ranch High School District Loren Chico ph: 858-573-5731 synthetic turf Aug2009 Grading, geotextile fabric, drainage, base ichico@eann net fax: 858-496-1772 material, final preparation, and install of Laurence School Shawn Shahmiri ph: 818-782-4001 synthetic turf and track Feb -2011 $582,413,00 sshahmlri@laureamschol com fax 818-7824001 Bradford Stadium ® Valencia High School Bleacher Placentia -Yorba Linda Mike Bailey Remodel Unified School District District Director ph: 714-985-8435 Demo, grading, fencing, bleachers Feb -2011 $3,209,051-00 mbailey@pylusd.org fax 714-572-9713 Grading geotextile fabric, drainage, base material, final preparation, and install of Charter Oak High School Charter Oak Elias Souen ph: 626-966-8331 synthetic turf Oct -2010 $1,611,018.00 ejouen@cousd.net fax 626-967-9580 Grading geotextile fabric, drainage, base Placentia-Yorba Linda Mike Bailey material, final preparation, and install of Esperanza High School Unified School District District Director ph: 714-985-8435 synthetic turf Sep -2010 $2,830,905,28 mbailey@pylusd.org fav: 714-572-9713 Constructing stadium w tch me odes grading underground, bleacher system, stadium lighting, concession building, restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base Yorba Linda High School Placentia-Yorba Linda Rick G materials, final preparation and install for Stadium Unified School District District Director ph: 714-985-8435 Synthetic turf and synthetic track Apr -2011 $11,220,905.00 Banning Unified School Ryan Baughman material, final preparation, and install of Banning High School District Tilden -Coil Construction ph: 951-684-5901 synthetic turf Feb -2011 $1,049,000.00 rbaughman@tllden-coll.com fax 951684-0769 Multipurpose field Grading, geotextile fabric, San Diego Unified School drainage„ base material, final preparation and Muirlands Elementary School District Loren Chico ph: 858-573-5731 install of synthetic turf May -2010 $1,017,297.00 Ichlw@sandl.net fax 858496-1772 Grading, geotextile fabric, drainage, base Meadowbrook Middle Poway Unified School material, final preparation, and install of SchoolNalley Middle School District Mike Tarantino ph e 858-748-0010 synthetic turf Dec -2009 $2,358,733.00 mtarantino@powayusd.com fax 858-486-4197 Grading, geotextile fabric, drainage, base San Diego unified School material, final preparation, and install of Scripps Ranch High School District Loren Chico ph: 858-573-5731 synthetic turf Aug2009 $388,140.00 ichico@eann net fax: 858-496-1772 Grading, geotextile fabric, drainage, base Mesa College Field San Diego Community material, final preparation, and install of Renovation College District Diane Malone ph: 619-388-6422 synthetic turf and concrete walkway Aug -2009 $2,631,541,00 dmamnelni sdced ado fax 619-388-6439 Stadium renovations and Grading, geotextile Los Angeles Unified School fabric, drainage, base materials, final preparation Huntington Park High School District Shahrokh Saleh ph: 213-241-1000 and install of synthetic turf and synthetic track Dec -2009 $1,895,775.00 shakmkh.selah@lausdnet fax 213-241-8442 Grading, geotextile fabric, drainage, base Don Adair material, final preparation, and install of Pacific Ridge Middle School Swinerton Builders ph: 858-6224040 synthetic turf Oct -2009 $577,000.00 fax __.....__.. Chino Valley Unified School Carol Vemava ph: 909-628-1201 ext. 1226 material, final preparation, and install of Stadium renovations and Grading, geotextile Chino Hills High School District Sweetwater Union High ph: 909-628-1450 synthetic turf and track fabric, drainage, base materials, final preparation $1,137,266.00 Montgomery High School School District Karl Bradley ph: 619-585-6060 and install of synthetic turf and synthetic track Jan -2010 $2,636,000.00 kadbradley@suhsd.k12,cans fax 619407-4984 Challenger Boys and Girls Challenger Boys and Girls material, final preparation, and install of Grading, geotextile fabric, drainage, base Club Club Placentia-Yorba Linda Mike Bailey synthetic turf and track material, final preparetion, and install of $258,987,00 BI Dorado High School Unified School District District Director ph: 714-985-8435 synthetic turf and synthetic track Mar -2010 $2,595,514,37 mbaileygpylusd.org fax 714-572-9713 underground, bleacher system, stadium lighting, Grading, geotextile fabric, drainage, base Loma Linda Shepardson Ryan Baughman concession building, restroom buildings, elevator material, final preparction, and install of Soccer Field and Parking Lot Loma Linda University Tilden -Coil Construction ph: 951-684-5901 synthetic turf Dec2009 $258,987.00 rbaughmai@b1cen-oatcam fax: 951-684-0769 Chino Valley Unified School materials, final preparation and install to Grading, geotextile fabric, drainage, base Don Lugo High School District Chino Valley Unified School Carol Vemava ph: 909-628-1201 Ext 1226 material, final preparation, and install of $7,313,012.00 _ Ayala High School District Greg Stachura ph: 909-628-1450 synthetic turf and track Aug 2009 $1,179,248.00 greg_stochura@chino.k12.caus fax 909-590-1639 San Diego Unified School material, final preparation, and install of Grading, geotexYle fabric, drainage, base Mira Mesa High School District Chino Valley Unified School Carol Vemava ph: 909-6284201 Ext. 1226 material, final preparation, and install of Aug -2009 $1,174,951.00 Chino High School District Greg Stachura ph'. 909-628-1450 synthetic turf and track Aug -2009 $790,075,00 Chino Valley Unified School Carol Vemava ph: 909-628-1201 ext. 1226 material, final preparation, and install of Chino Hills High School District Greg Stachura ph: 909-628-1450 synthetic turf and track Oct -2009 $1,137,266.00 greg_stachuragchlno.kl2.cams fax 909-590-1639 Grading, geotextile fabric, drainage, base Challenger Boys and Girls Challenger Boys and Girls material, final preparation, and install of Club Club Corey DanrLler ph: 232-971-6161 Ext 244 synthetic turf and track Oct -2009 $258,987,00 fax: Constructing stadium which includes grading, underground, bleacher system, stadium lighting, concession building, restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base Chino Valley Unified School materials, final preparation and install to Don Lugo High School District Greg Stachura ph: 909-628-1450 Synthetic turf and synthetic track Mar -2010 $7,313,012.00 _ greg_stacheragchmo.k12.ca.us fax 909-590-1639 Grading, geotextile fabric, drainages base San Diego Unified School material, final preparation, and install of Mira Mesa High School District Loren Chico ph: 858-573-5731 synthetic turf and track Aug -2009 $1,174,951.00 San Diego Unified School material, final preparation, and install of Morse High School District Loren Chico ph: 858-573-5731 synthetic turf and track Aug -2009 $1,830,504.00 imhlw@B and,.net fax 858-496-1772 Carlsbad High School Carlsbad Unified School Tom Field material, final preparetion, and install of Stadium Renovation District McCarthy Building Co. ph: 85&229-5313 synthetic turf and track Oct -2009 $919,000.00 sdZnm.rtx.com fax 858-784-0380 Mt. San Antonio College Jeb Burgess ph: 559-237-2590 Install new Long Jump and Pole Vault Runways La Jolla Country Day School $29,000.00 material, final preparetion, and install of Baseball and Softball Fields La Jolla Country Day School Mark Marcus ph: 858-453-3440 Ext. 121 synthetic turf and track Jun -2009 $1,112,523.00 fax Repair base at Synthetic mrf Field and Correct School (Synthetic Turf Field Poway Unified School Grading, geotextile fabric, drainage, base ph: 858-748-0010 St. Mary's Academy Synthetic Andrew DeSurea material, final preparation, and install of District Turf, track and parking area St. Mary's Academy Slater Builders ph: 714-4344887 synthetic turfand track Jul -2009 $530,529.00 fax fax 858-486-4197 Grading, geotextile fabric, drainage, base Riverside Coummuniry material, final preparation, and install of Norco Campus Phase I College District Calvin Belcher ph; 951-222-8000 synthetic turf and track Dec -2008 $887,000.00 Mt. San Antonio College Jeb Burgess ph: 559-237-2590 Install new Long Jump and Pole Vault Runways Oct -2008 $29,000.00 fax: Willow Grove Elementary Repair base at Synthetic mrf Field and Correct School (Synthetic Turf Field Poway Unified School Mike Tarantino ph: 858-748-0010 Cooling system Boxes/Mist Laser grading and Repair) District Echo Pacific ph: 760-737-3003 adding additional permeable base Sep -2008 $23,00400 fax 858-486-4197 Grading, geotextile fabric, drainage, base Grossmont Union High Janea Quirk material, final preparetion, and install of Mount Miguel High School School Grossmont School District Ph: 619-746-5036 synthetic turf Sep -2008 $1,137,000.00 fax: Grading geotextile fabric, drainage, base Valencia High School - Placentia-Yorba Linda Mike Bailey material, final preparetion, and install of Bradford Stadium Upgrade Unified School District District Director ph: 714-985-8435 synthetic turf and track Oct -2008 $2,297,100.00 mbailey@pylusd.org fax 714-572-9713 Grading, geotextile fabric, drainage, base Monte Vista High School Grossmont Union Nigh material, final preparetion, and install of Synthetic Turf Field School District Bob Keisling ph: 619-644-8176 synthetic turf $1,085,545.00 bkeiling@gehsd net fax 619-460-0963 Grading, gcotextile fabric, drainage, base Granite Hills High School Grossmont Union High material, final preparetion, and install of Synthetic Turf Field School District Bob Keisling ph: 619-644-8176 synthetic turf and track Aug -2008 $1,128,30700 bkeisrng@guhsd.net fax 619-460-0963 Grading geotextile fabric, drainage, base Valley Center High School Valley Center-Pauma material, final preparetion, and install of Synthetic Turf Track & Field Unified School District Gary Pay ph: 760-749-6395 synthetic turf and track Oct -2008 $1,031,137.00 fax: 760-749-1208 Grading, geotextile fabric, drainage, base John Adams Middle School material, final preparetion, and install of Stadium Improvement John Adams Middle School Lee Paul ph- 310-434-4378 synthetic turf and track Sep -2008 $1,307,371,00 Corsair Field Stadium material, final preparetion, and Install of Grading, geotextile fabric, drainage, base ph', 805-922-4573 Ext. 4805 synthetic turf May -2008 Improvemens @ Santa gwuitschick@smluhusd.org fax: 805-348-9601 material, final preparetion, and install of Monica College Corsair Community College Lee Paul ph: 310.4344378 synthetic turf and track Oct -2008 $2,734,445.00 fax fax Grading, geotextile fabric, drainage, base material, final preparetion, and install of Grading, geotextile fabric, drainage, base ph: 310-324-6675 synthetic turf and synthetic track Nov -2007 Artesia High School Synthetic material, final preparetion, and install of Track Artesia High School ph: synthetic track Aug -2008 $531,531.00 fax Grading, geotextile fabric, drainage, base Damien High School material, final preparetion, and install of Synthetic Turf Field &Track Damien Nigh School Tom Carroll ph: 909-596-1946 synthetic turf and synthetic track Aug -2008 $1,537,461.00 Carroll@damien-hs.edu fax: 909-596-6112 Grading, geotextile fabric, drainage, base Ontario Sports Park/Soccer material, final preparetion, and install of Complex City of Ontario Dan Jacobson ph: 760-340-0194 synthetic turf Oct -2008 $533,179.00 fax 760-340-1574 Steele Canyon High School Grossmont Union High Form and pour Discuss Pad, install sleeves for Discuss Throw School District Bob Keisling ph: 619-644-8176 discuss cage. Aug -2008 $3,200.00 bkeisling@guhsd.net fax 619-460-0963 Grading, geotextile fabric, drainage, base material, final preparetion, and install of Crespi Carmelite High School JeffThannum ph: 818-345-1672 synthetic turf Aug -2008 $1,476,13100 phonon@crespi.org fax 818-705-0209 Whittier College Synthetic Grading, geotextile fabric, drainage, base Turf Football Field and material, final preparetion, and install of Whittier College Track Robert Coleman ph: 562-907-4268 synthetic turf and synthetic track Aug -2008 $1,286,702.00 rcoleman@whittieredu fax: Grading, geotextile fabric, drainage, base Rolling Hills Country Day material, final preparetion, and install of School Athletic Field and Rolling dills Country Day synthetic turf Sower and Basketball area Sport Court Improvements School .loan Behrens ph: 310-3774848 improvements Sep -2008 $486,245,00 fax 310-377-9651 Grading, geotextile fabric, drainage, base Antelope Valley Community Antelope Valley Community material, final preparetion, and install of College College District Klassen Corporation ph: 661-324-3000 synthetic turf and synthetic track Sep -2008 $1,027,000.00 fax 661-324-3900 Grading, geotextile fabric, drainage, base Los Angeles Community Gary Nedum material, final preparetion, and install of LA Southwest College College District Harper Construction ph: 619-233-7900 I'll 610 "I r 440 synthetic turf and synthetic track Aug 2008 $1,469208.00 Santa Maria Joint Union material, final preparetion, and Install of Santa Maria High School High School District Gary Wuitschick ph', 805-922-4573 Ext. 4805 synthetic turf May -2008 $3,106,391.00 gwuitschick@smluhusd.org fax: 805-348-9601 Removing the existing shot put area and cover Harvard Westlake School Jim De Matte ph: 818-512-4256 with synthetic turf for a shot put Nov -2007 $33,429.00 fax Grading, geotextile fabric, drainage, base material, final preparetion, and install of Junipeto Serra High School Archdiocese of Los Angeles Mike Wagner ph: 310-324-6675 synthetic turf and synthetic track Nov -2007 $105,590.00 Corona Del Mar Soccer Field Demo, grading, geotextile fabric, drainage, base Steve Gabriel Residence ph: 310-638-0321 materials, final preparation and install of turf Apr -2007 $133,440.00 San Gorgonio ]sigh School San Manuel Band of San Manuel Band of Mission Complex, Ph I & 11 Mission Indians Indians ph: 909-863-5899 Constructing stadium which includes grading, underground, 5,000 seat bleacher system, stadium lighting, concession building, two (2) restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base materials, final preparation and install of synthetic turf and synthetic track Sep -2007 $9,077,683.00 Grading, geotextile fabric, drainage, base South Pasadena Unified material, final preparation, and install of South Pasadena High School School Norman Raymundo ph: 661-257-1805 synthetic turf and synthetic track Oct -2007 $2,180,646.00 fax 661-257-1806 Grading, geotextile fabric, drainage, base Poway Unified School material, final preparetion, and install of Del Norte High School District Mike Tarantino ph: 858-748-0010 synthetic turf and synthetic track Aug -2008 $1,590,000,00 mtarantino@pcwayusd.com fax 858-4864197 Demo, grading, getotextile fabric, drainage, base Cathedral high School of Los material, final preparation and install of synthetic Angeles, Inc Martin Farfan ph: 323-441-3118 turf and synthetic track Aug -2008 $3,700,000-00 mfarfan@eathedralhlghschool.org fax: 323-222-7223 Demo, grading, geotexhle fabric, drainage, base Grossmont Unified School material, final preparation and install of synthetic Steele Canyon High School District Bob Keisling ph; 619-644-8176 turf and synthetic track Aug -2014 $1,171,382.00 bkies6ng@guhsd.nat fax 619-460-0963 Demo, grading, geotextile fabric, drainage, base material, final preparation and install of synthetic Santana High School Grossmont School District Bob Keisling ph: 619-644-8176 turf Aug -2007 $1,117,587.00 bkemrug@guhsdaet fax 619-460-0963 Demo, grading geotextile fabric, drainage, base Fallbrook High School material, final preparation and install of synthetic Fallbrook High School District Jeff Dixon ph: 949-496-6191 turf and synthetic track Feb -2008 $2,474,427.00 fax 949-496-0261 Demo, grading, geotextile fabric, drainage, base Imperial Valley College materials, final preparation and install of Imperial Valley College District Jimmy Sanders ph 760-844-2810 synthetic turf and synthetic track Feb -2008 $389,638.00 not Ed Hawkins Demo, grading, geotexrile fabric, drainage, base Smdium(Rubidoux High materials, final preparation and install of and School) Jurupa School District Ron Fielch ph: 909-947-3768 synthetic track Feb -2008 $1,557,242.00 fax 909-947-3823 Demo, grading, geotextile fabric, drainage, base Yucaipa Unified School materials, final preparation and install of Yucaipa High School District Dave Steveson ph: 909-797-0174 Bxt. 2007 synthetic turf and synthetic track Sep -2007 $717,072.00 fax 909-709-9262 Demo, grading, geotextile fabric, drainage, base Notre Dame Unified School materials, final preparation and install of Notre Dame High School District MaryOyler ph: 818-933-3607 synthetic mrt Aug -2007 $1,218,000.00 fax: Corona Del Mar Soccer Field Demo, grading, geotextile fabric, drainage, base Steve Gabriel Residence ph: 310-638-0321 materials, final preparation and install of turf Apr -2007 $133,440.00 San Gorgonio ]sigh School San Manuel Band of San Manuel Band of Mission Complex, Ph I & 11 Mission Indians Indians ph: 909-863-5899 Constructing stadium which includes grading, underground, 5,000 seat bleacher system, stadium lighting, concession building, two (2) restroom buildings, elevator to press box, asphalt paving, site concrete. Demo, geotextile fabric, drainage, base materials, final preparation and install of synthetic turf and synthetic track Sep -2007 $9,077,683.00 Laguna Hills High School Demo, grading, geotextile fabric, drainage, base West Covina High School West Covina Unified School Grace Garner materials, final preparation and install of Track & Field Refurbishment District West Covina IJSD ph: 626-939-4600 synthetic turf and synthetic track Jul -2007 $1,171,763.00 fax 626-939-072 Warren Walker Athletic Field Demo, grading, geotextile fabric, drainage, base Atheltic Field @ Valhalla Grossmont Union High Janea Quirk materials, final preparation and install of High School School District Grossmont School District ph: 619-644-8000 synthetic turf and synthetic track Jul -2007 $1,622,750.00 fax: 619-460-0963 Coronado High School Demo, grading, geotextile fabric, drainage, base Sierra Vista High School Baldwin Park Unified Ralph Guglielmo materials, final preparation and install of Stadium Improvements School District Osborn Construction Mgmt ph: 626-856-4701 synthetic turf and synthetic track Jun -2007 $2,465,695.00 fax 626-8564715 Chino Hills Community Park Demo, grading, geotextile fabric, drainage, base Baldwin Park High School Baldwin Park Unified Ralph Guglielmo materials, final preparation and install of Stadium Improvements School District Osborn Construction Mgmt ph: 626-856-4701 synthetic turf and synthetic track Jun -2007 $2,572,449.00 fax 626-856-4715 Demo, grading, geotextile fabric, drainage, base Crenshaw High School Field Los Angeles Unified School materials, final preparation and install of &Track District Gary Bolin ph 323-421-2907 synthetic turf and synthetic track Sep -2007 $1,950,856.00 fax Demo, grading, geotextile fabric, drainage, base St Genevieve High School materials, final preparation and install of Synthetic Turf Field Thomas Sartain ph: 818-894-6417 synthetic turf Feb -2007 $420,575.00 fax 818-892-9853 Demo, grading, geotextile fabric, drainage, base Eddie West Field/Santa Ana materials, final preparation and install of Stadium City of Santa Ana Edward'forres ph: 714-647-5018 synthetic turf and synthetic track May -2007 $1,497,089.00 fax 714-647-5058 Arnold O. Beckman High Tustin Unified School Demo, grading, base material, base materials, School Synthetic Track District Bob Nelson ph: 760-510-7900 final preparation and synthetic track Jun -2007 $697,795.00 Laguna Hills High School Demo, grading, geotextile fabric, drainage, base Stadium Project Synthetic Saddleback Valley Unified materials, final preparation and install of Turf Football Field and Track School District Randy Huttenberger ph: 949-580-3250 synthetic turf and synthetic track Jun -2007 $6,388,000.00 fax 949-581-2813 Warren Walker Athletic Field Synthetic Turf Football Field Mark Olson and Track Green Valley Schools, LIC Ste Construction ph: 702-877-6111 Finish grading and base materials Sun -2007 $149,549.00 fax 702-258-6326 Coronado High School Demo, grading, geotextile fabric, drainage, base Synthetic Turf Football Field materials, final preparation and install of and Track City of Coronado Michele Guidry ph: 619-522-8900 synthetic turf and synthetic track Feb -2007 $2,261,320.00 fax 619435-4672 Chino Hills Community Park Demo, grading, geotextile fabric, drainage, base New Community Park Charles Brown materials, final preparation and install of Synthetic Turf Field City of Chino Hills Douglas B Barnhart ph: 951-781-9058 synthetic turf Feb -2007 $4,021,835.00 fax:951-781-6314 LLV- St, My's And All Angels St. Mary's And All Angels materials, final preparation and install of atSchool Synthetic Turf Field School DJ Burke ph_ 949-448-9027 synthetic turf Sep -2006 $602,472,00 - fax 949-448-9065 Demo, grading, geotextile fabric, drainage, base Loyola High School Synthetic materials, final preparation and install of Turf and Track Loyola High School Mike McDermott ph, 213-381-5121 Ext. 222 synthetic turf and synthetic track Sep -2006 $1,298,489,00 fax 213-365-9653 EI Toro High School & Demo, grading, geotextile fabric, drainage, base Mission Viejo High School Saddleback Valley Unified materials, final preparation and install of Synthetic Turf and Track School District Jim Martin ph: 949-598-3898 synthetic turf and synthetic track Sep -2006 $4,274,781.00 fax Demo, grading, geotextile fabric, drainage, base Lincoln High School Synthetic San Diego Unified School materials, final preparation and install of Turf Field and Synthetic Track District Kim Abrams ph'. 858-627-7106 synthetic turf and synthetic track Feb -2007 $1,455,639.00 fax 619-496-1776 Demo, grading, geotextile fabric, drainage, base Scripps Ranch High School San Diego Unified School materials, final preparation and install of Synthetic Turf and Field District Jon Antelline ph: 858-6375266 synthetic turf and synthetic track Feb -2007 $1,077,151.00 fax 619-496-1776 Demo, grading, geotextile fabric, drainage, base Vista Townsite Park Synthetic materials, final preparation and install of 'Turf Field City of Vista Bill Fornmeller ph: 760-726-3140 Ext 1148 synthetic turf Jun -2006 $774,881.00 fax 760-639-6152 Synthetic Turf Soccer Field © Demo, grading geotextile fabric, drainage, base Glassell Park and Lafayette materials, final preparation and install of Park City of Los Angeles ph: synthetic turf Jun -2006 $317,232.00 fax: Demo, grading, geotextile fabric, drainage, base Chino High School Track materials, final preparation and install of Upgrade City of Chino Tina Stay ph'. 909-590-5522 synthetic turf Jun -2006 $797,084.00 fax 909-464-0799 Artificial Turf &All Weather Track Project ® Crescenta Demo, grading, geotextile fabric, drainage, base Valley & Glendale High Glendale Unified School materials, final preparation and install of Schools District Dwight Carcich ph: 818-242-0003 synthetic turf Jun -2006 $2,361,288.00 fax 818-246-1054 Grading, geotex8ile fabric, drainage, base Sweetwater high School 913 Sweetwater Union High materials, final preparation and install of Synthetic Turf Football Field School District Rudolph and Sletten ph: 858-2595262 synthetic turf Nov -2006 $730,221.00 Ins: 858-259-8282 Demo, grading, geotextile fabric, drainage, base Ernest Righetti H.S. Synthetic Santa Maria Joint Union Larry Mitchell materials. final preparation and install of 'Track & Field System High School District Westbery&White Architects ph: 805-346-2991 synthetic turf and synthetic track Mar -2006 $1,068,435,00 fax 805-346-8790 Field Flourse-Stadium Track & I'raetiee Field #18V-8 2- Grading, geotextile fabric, drainage, base 7835.02 Los Angeles Valley Los Angeles Community materials, final preparation and install of College College District Chuck Fierm ph: 818-947-2508 synthetic turf and synthetic track Feb -2007 $4,033,000.00 fax:818-947-2896 Demo, grading, geotextile fabric, drainage, base Trabuco Hills A.S. Synthetic Saddleback Valley Unified materials, final preparation and install of Turf&Track System School District Fay Gonzalez ph: 949-580-3357 synthetic turf and synthetic track Sep -2005 $1,053,595.00 Citrus College Stadium .,,,, ,,, '--5' 5' sem............ .... .' ,..»...„e., .,..,.., Upgrades Phase 11, Athletic Demo, grading, geotextile fabric, drainage, base Poway Unified School Field Renovation, Proj# 06- materials, final preparation and install of materials, final preparation and install of 0405 Robert Bradshaw ph: 626-8574113 synthetic turf and synthetic track Dec -2005 $2,502,077,00 Aug -2005 $1,456,948.00 fax 626457-9427 fax Demo, grading, geotextile fabric, drainage, base Francis Parker School materials, final preparation and install of Grading, geotextile fabric, drainage, base Synthetic Turf�a Lower Field Grant Lichtman pb:858-569-7900 synthetic turf and synthetic track Sep -2005 $114,68000 fax 858-569-0621 Occidental College Patterson District ABACUS Put. Mgmt Demo, grading, geotextile fabric, drainage, base 949-851-1015 synthetic turfand synthetic track Field Synthetic Turf $656,154.00 materials, final preparation and install of Football/Soccer Field Richard DeMeyerc ph: 323-259.4978 synthetic turf and synthetic track Sep -2005 $916,473.00 fax Grading, geotextile fabric, drainage, base Bishop Mora Salesian High Demo, grading, geotextile fabric, drainage, base Corona -Norco Unified Bob Cambridge School Synthetic Turf Football material, final preparetion, and install of materials, final preparation and install of Field Manuel Villarreal ph: 323-261-7124 synthetic turf and synthetic track Sep -2005 $733,178.00 Jan -2007 $2,695,000.00 fax 323-261-7600 Temecula Sports Complex Demo, grading, geotextile fabric, drainage, base Synthetic Turf Soccer Fields, materials, final preparation and install of Demo, grading, geotextile fabric, drainage, base Proj#PWOl-17CSD City of Temecula Jon Salazar ph: 213-381-3747 synthetic turf Oct -2005 $2,327,045.00 fax 213-381-3747 Los Angeles Salvation Army Jim Steeg Demo, grading, geotextile fabric, drainage, base synthetic turf Synthetic Turf @ Red Shield $239,549.00 materials, final preparation and install of Turf Soccer Field Irene De Anda Lewis ph: 213-381-3747 synthetic turf Jun 2005 $235,577.00 Lake Elsinore Unified fax 213-381-3747 Grading, geotextile fabric, drainage, base Demo, grading, geotextile fabric, drainage, base School District c/o Edge Concorida University material, final preparetion, and install of materials, final preparation and install of Synthetic Turf Soccer Field Concordia University RobertBames ph: 949-786-7467 synthetic turf Sep -2005 $1,461,485.00 Jul -2005 $633,446.00 f.- 040_79194A.7 xancuo bemaza 111 .,,,, ,,, '--5' 5' sem............ .... .' ,..»...„e., .,..,.., Synthetic Field & All Weather Poway Unified School materials, final preparation and install of Track District Mike Tarantino ph: 858-774-6701 synthetic turf and synthetic track Aug -2005 $1,456,948.00 fax Grading, geotextile fabric, drainage, base Chf rielino H - Field & Track San Gabriel Unified School Richard Jonovich material, final preparetion, and install of Improvements District ABACUS Put. Mgmt ph. 949-851-1015 synthetic turfand synthetic track Aug -2005 $656,154.00 fax Grading, geotextile fabric, drainage, base Eleanor Roosevelt H.S. Corona -Norco Unified Bob Cambridge material, final preparetion, and install of Stadium Track/Field/Sitework School District Neff Construction ph. 951-817-0877 synthetic turf and synthetic track Jan -2007 $2,695,000.00 fax Demo, grading, geotextile fabric, drainage, base San Diego Chargers Training materials, final preparation and install of Facility/Practice Field Jim Steeg ph: synthetic turf May -2005 $239,549.00 fax Lake Elsinore Unified Grading, geotextile fabric, drainage, base Synthetic Turf Football Field School District c/o Edge material, final preparetion, and install of a, Lakeside High School Development Edge Development ph'. 951-296-0776 synthetic turf and synthetic track Jul -2005 $633,446.00 fax: 951-296-0775 Fred Relly Stadium Field & Demo, grading, geotextile fabric, drainage, base Track Renovation @ EI Orange Unified School materials, final preparation and install of Modena High School District Tom Filleck ph: 714-6284503 synthetic turf Jun -2005 $1,357,834.00 Mt. Carmel H.S. Synthetic Poway Unified School Demo, grading, geotextile fabric, drainage, base Ramona Unified School Andrew Vallas Poway Unified School materials, final preparation and install of Ramona ITS Track & Field District Douglas E. Barnhart ph. 858-385-8200 synthetic turf Apr -2005 $1,215,486.00 District Mike Tarantino ph 858-774-6701 fax 858-385-8201 Mar -2005 Artificial Turf Soccer Field, Francis Parker School Concrete curbing, grading, geotextile fabric, Home Depot Center, Carson, Anschutz Son Calif Sports Central Union High School drainage, base material, and final preparation for CA Complex, LLC Lee Ziedman ph: 213-742-7255 laying of Fieldturf May -2005 $789,619.00 Distric All Weather Track Sedona Pacific Sterna Pacific fax 213-742-7282 Demo, grading curbs, final preparation for Cromwell Field, Synthetic $1,698,320.00 Renovation Demo, grading, geotextile fabric, drainage, base Turf Field, Field & Track University of Southern Feb -2005 $474,903.00 materials, final preparation and install of Improvement California Wayne Buck ph: 858-450-0996 synthetic turf Mar -2005 $888,129.00 Mt. Carmel H.S. Synthetic Poway Unified School Demo, grading, geotextile fabric, drainage, base 'Turf Football Field„ All Poway Unified School Mike Tarantino ph: 858-748-0010 materials, final preparation and install of Aug -2004 $967,102.00 Weather Track &Field Events District Mike Tarantino ph 858-774-6701 synthetic turf Mar -2005 $1,413,995-00 Francis Parker School fax: 858-486-4197 Demo, grading, geotextile fabric, drainage, base Central Union High School Francis Parker School c/o Greg Shannon materials, final preparation and install of Distric All Weather Track Sedona Pacific Sterna Pacific pb: 858-720-9988 Demo, grading curbs, final preparation for Sep -2004 $1,698,320.00 Renovation Jimmy Sanders ph: 760-344-2310 Synthetic track material Feb -2005 $474,903.00 Installation of Synthetic Turf fart: 760-353-5442 Demo, grading, gemexthe fabric, drainage, base St. Jeanne de Lestonnac Irvine unified School materials, final preparation and install of School Synthetic Turf District Joe Hoffman ph: 949-936-5303 Demo, grading, geotextile fabric, drainage, base Sep -2004 $939,925.00 Multipurpose Fields Roy Berland Jr. ph: 714-573-1328 material, final preparation for Synthetic turf Sep -2004 $1,010,387.00 fax Demo, grading, geotextile fabric, drainage, base Stadium Renovations @ To Norwalk -La Mirada Unified materials, final preparation and install of Mirada High School School District ph: synthetic turf Jan -2005 $2,531,753.00 fax Demo, grading geotextile fabric, drainage, base Mater Dei High School, Pat Murphy materials, final preparation and install of Soccer & Baseball Field Dioceses of Orange Mater Dei H.S. pb: 714-850-9522 synthetic turf Oct -2004 $1,239,537.00 fax 714-850-9522 Demo, grading, geotextile fabric, drainage, base Orange Coast College Field Coast Community College materials, final preparation and install of Replacement District Barbara Bond ph: 714-432-5122 synthetic turf Sep -2004 $867,381,00 fax 714432-5934 Demo, grading geotextile fabric, drainage, base University of Southern materials, final preparation and install of USC Pratice Field California ph: f ... synthetic turf Jun -2004 $154,000.00 Synthetic Turf Football Field Poway Unified School materials, final preparation and install of (i), Poway High School District Mike Tarantino ph: 858-748-0010 syntheticturf Aug -2004 $967,102.00 fax 8584864197 Francis Parker School Demo, grading, geotextile fabric, drainage, base Synthetic Iurf Multipurpose Francis Parker School c/o Greg Shannon materials, final preparation and install of Field Sedona Pacific Sterna Pacific pb: 858-720-9988 synthetic turf and synthetic track Sep -2004 $1,698,320.00 fax Installation of Synthetic Turf Demo, grading, gemexthe fabric, drainage, base System @ District Stadium @ Irvine unified School materials, final preparation and install of Ervine High School District Joe Hoffman ph: 949-936-5303 synthetic turf and synthetic track Sep -2004 $939,925.00 Downey High School and San Diego City Schools Demo, grading, geotextile fabric, drainage, base Demo, grading, geotextile fabric, drainage, base Warren High School Synthetic materials, final preparation and install of Field materials, final preparation and install of Turf/Track System © Downey Unified School Jeff Craven fax: synthetic turf and synthetic track DSA File# 19 - Stadiums District McCarthy ph: 562-8614798 H8 Mar -2005 $2,444,497.00 Scott Mortensen Geotextile fabric, drainage, base materials, final fax Lusardi Construction ph: 760-744-3133 preparation and install of synthetic turf May -2004 $1,061,337,00 fax 760-744-9064 Geotextile fabric, drainage, base materials, final Great Oak High School Sports Tememcula Unified School Mike Barnum preparation and install of synthetic turf and Field District Douglas E. Barnhart ph: 858-385-8200 c.-.. v v coc eom synthetic track Aug -2004 $1,154,453.00 Linfield Christian School San Diego City Schools Demo, grading, geotextile fabric, drainage, base Synthetic Turf Football/Soccer Wrok consists to grading and site concrete materials, final preparation and install of Field Jeff Nichols ph: 909-676-8111 synthetic turf Jun -2004 $667,282.00 materials, final preparation and install of fax: Mission Hills High Santa To Christian School ph. 858-755-8900 Sehool/Lusardi Construction Scott Mortensen Geotextile fabric, drainage, base materials, final Synthetic Turf Football Field Lusardi Construction ph: 760-744-3133 preparation and install of synthetic turf May -2004 $1,061,337,00 fax 760-744-9064 Santa Fe Christian School San Diego City Schools Gary Logsdon Atlas Track & Tennis Demo, grading, geotextile fabric, drainage, base Wrok consists to grading and site concrete Feb -2004 Synthetic Turf Chuck Leslie materials, final preparation and install of fax Football/Soccer/Baseball Field Santa To Christian School ph. 858-755-8900 synthetic turf May -2004 $1,071,491.00 Work includes demolition of existing field, fax 858-755-2480 grading, concrete curbing, drainage system, Demo, grading, geotextile fabric, drainage, base Softball Field Improvements Foundation for La Jolla High Dana Shelburne Bloomington High School Colton Joint Unified School Dave Beeson materials, final preparation and install of @ La Jolla High School School 'Track & Field Renovation District Colton USD ph: 909-580-5000 synthetic turf Jun -2004 $1,148,576.00 fax: 909-430-2829 Cochella Vahy Unified School Eugene Vorwaller Work consists of grading, site concrete and Demo, grading, geotextile fabric, drainage, base District Coachella Valley USD ph: 760-398-5909 completing running track Dec 2004 $995,472.00 fax Pacific Sedona Pacific ph: 858-720-9988 Mater Dei high School Sep -2003 $1,278,082.00 Demo, grading, geotextile fabric, drainage, base Synthetic Turf Football Field Pat Murphy materials, final preparation and install of Track Diocease of Orange Mater Dei R.S. ph: 714-850-9522 synthetic turf Apr -2004 $1,075,840.00 Arroyo United Foundation, fax materials, final preparation and install of Track @ Mira Mesa High School San Diego City Schools Gary Logsdon Atlas Track & Tennis phi 503-692-0491 Wrok consists to grading and site concrete Feb -2004 $28,694.00 fax Work includes demolition of existing field, grading, concrete curbing, drainage system, Softball Field Improvements Foundation for La Jolla High Dana Shelburne permeable base, softball backstop, fencing, @ La Jolla High School School La Jolla H.S. ph: 858-454-3081 bases, pitching mound Feb -2004 $253,500.00 fax 858-459-2188 Torrey Pines H.S, Demo, grading, geotextile fabric, drainage, base Synthetic Turf & Track@ Foundation c/o Sedona Greg Shannon materials, final preparation and install of Torrey Pines High School Pacific Sedona Pacific ph: 858-720-9988 synthetic turf Sep -2003 $1,278,082.00 fax: Demo, grading, geotextile fabric, drainage, base Synthetic Turf & Track @ La Arroyo United Foundation, materials, final preparation and install of Canada High School La Canada High School Don Sheppard ph: 818-952-9663 synthetic turf Sep -2003 $1,275,148.00 r. - r field Harvard Westlake School materials, final preparation and install of Jim De Matte ph: 310-288-3259 synthetic turf & track surfacing Aug -2003 $513,888.21 Replace existing grass fax Demo of existing tootball/soccer lurid, grading, Demo, grading, geotextile fabric, drainage, base La Salle High School Football La Salle High Schoo/Lancer Los Angeles Comm College Jeff Camaeho materials, final preparation and install of Field Foundation George Scott ph 512-762-9204 synthetic turf&track surfacing Aug -2003 $470,117,00 Sergio Davies fax drainage, base material, sidewalks and Sweetwater Union High Bay/Bartel Hotels Gen. Mar School District c/o Rudolph & installation of artifical turf product May2003 $73,200.00 Gemextile fabric, drainage, base materials and Sletten Armando Sandoval ph: 619-421-8997 installation of artificial turf for football field Jun -2006 $447,684.00 fax. Track Replacement @ Demo of existing football/soccer field, grading, Weingart Stadion, East Los Los Angeles Comm. College JeffCamacho Santa Clarna Community Demo ofexisting tract, restoration to underlying Angeles Community College District Pont. Mgr ph: 323-859-2330 pavement, Placement of artificial running surface Sep -2003 $950,236.00 Replace existing grass --- - Demo of existing tootball/soccer lurid, grading, area@FJumphrey's By the Bay Weingart Stadium, East Los Los Angeles Comm College Jeff Camaeho Demo of existing grass, geotextile fabric, Amphitheater w/ Faddtuff Humphreys By the Sergio Davies Proj. Mgr drainage, base material, sidewalks and Synthetic Turf Product Bay/Bartel Hotels Gen. Mar ph: 619-224-3411 installation of artifical turf product May2003 $73,200.00 fax fax. 619-224-3478 Natural Grass to Artifical Turf Demo of existing football/soccer field, grading, Field Conversion of Football Santa Clarna Community Grading, drainage, preparation and installation drainage, curbing and final preparation and Stadium College District Jim Schrage ph: 661-362-3222 installation of artifical turf May -2003 $932,901,00 $103,243.00 fax fax Westview High School - Poway Unified School Concrete curbing, grading geotextile fabric, Artificial Turf Soccer Field for Anschutz Sou Calif Sports Taarek E1Maissi Football Field drainage, base material, and final preparation for U.S. National Soccer Team Complex, LLC PCL Construction ph: 818-246-3481 laying of Fieldturf synthetic turf Apr -2003 $283,171.00 fax fax 818-247-5775 fi f fled Synthetic Turf System Demo of existing footbatl/soeeer field, grading, for Football/Soccer Field @ Grossmont Union High RobertSmith drainage, curbing and final preparation and Grossmont High School School District (formerly Jim Langford) ph: 619-644-8167 installation of artifical turf Feb -2003 $737,994.00 fax: 619-465-7168 Artificial Turf Installation @ --- - Demo of existing tootball/soccer lurid, grading, Weingart Stadium, East Los Los Angeles Comm College Jeff Camaeho drainage, curbing and final preparation and Angeles Comm College District Proj. Mgr ph: 323-859-2330 installation of artifical turf Aug -2002 $715,000.00 fax Artificial Turf Installation for Soccer Field @ St. James Grading, drainage, preparation and installation School St. James School Juliann Rooke ph: 213-382-2315 Ext. 225 of artificial turf Aug -2002 $103,243.00 fax Westview High School - Poway Unified School Michael Bertram Installing "Field"turf' product for new football Football Field District Proj. Mgr ph: field Jun -2002 $662,263,00 fax — 1 — March 24, 2015 13220 Evening Creek Dr., South We put our team to work Suite 103 - so your team can p(ay San Diego, CA 92128 9 PH: (858) 513-7199 Byrom -Davey AX: rom- avey.c 98 � Inc.® www.byrom-davey.com Palomar College- Baseball Field Palomar College TURF & TRACK PROJECTS -Active Demo, grading, base, natural turf, fencing, concrete Estimated Completion- August 2013 Swinerton Builders- Alex Lichtig $1,988,499 UCHS-Multipurpose Field San Diego Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -Mid 2015 Loren Chico- SDUSD- (858) 573-5731 $971,020 Covina High School Covina Valley Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -May 2015 Jeff Bloedorn jbloedorn(@cvusd.kl2.ca.us 909-322-0043 $1,679,000 Nortlhview High School Covina Valley Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion June 2015 Jeff Bloedorn jbloedorn a.cvLisd.kl2.ca.us 909-322-0043 $1,685,500 South Hills High School Covina Valley Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -August 2015 Jeff Bloedorn ibloedorn@cvusd.kl2.ca.us 909-322-0043 $1,685,500 Covina District Stadium Covina Valley Unified School District Estimated Completion -Mid 2015 Jeff Bloedorn jbloedorn a,cvusd.kl2.ca.us 909-322-0043 $13,571,000 ***W*W-k*-Y•****#�Y**W#�k�k=k=k#=k#�=k#*#W*W:Y*W �k*#*�k=k��Y•****WW-�=iW**W *W**#W-k**��kW*tW*��=W �=**��Y**#*�kW-W-****�kW-�Y## Whittier Charter School San Diego Unified School District Grading, geotextile fabric, drainage, base -2— March 24, 2015 Material, final preparation and install of synthetic turf Estimated Completion-lLid 2015 Loren Chico- SDUSD- (858) 573-5731 $869,500 Alta Loma High School Chaffey Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -October 2015 Tilden Coil - Kevin Jones (909) 646-3395 kjones@tilden-coil.com Rancho Cucamonga High School Chaffey Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -October 2015 Tilden Coil - Joe Winkel (909) 330-3038 jwinkel@tilden-coil.com $1,159,200 Lynwood High School Lynwood Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -October 2015 $ Gustavo Gonzalez Director of Maintenance and Operations 310-279-7935 ggonzalez@lynwood.kl2.ca.us La Costa Valley School Site Development San Dieguito Unified School District Grading, geotextile fabric, drainage, base Building work Estimated Completion- May 2016 Dave Tomaino 760-753-6491 david.tomaino(@sduhsd.net $9,500,000 Balboa Elementary -Construction San Diego Unified School District Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf Estimated Completion -Mid 2015 Loren Chico- SDUSD- (858) 573-5731 Canyon Crest Academy High School San Dieguito Unified School District Grading, geotextile fabric, drainage, base Building work Estimated Completion- May 2015 Dave Tomaino 760-753-6491 david.tomainonsduhsd.net $13,941,000 LA Valley College -Practice Field and Jogging Track LA Valley College Grading, geotextile fabric, drainage, base Material, final preparation and install of synthetic turf and track surfacing Estimated Completion -TBD Pankow Construction- Elton Murakami- 602-595-0799 $1,119,390 Mission Bay High School- Construction -3— \larch 24, 2015 San Diego Unified School District Grading, geotextile fabric, drainage, base Material, fuial preparation and install of synthetic turf Estimated Completion-i\1id 2015 Loren Chico- SDUSD- (858) 573-5731 $757,309.00 City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) NON -COLLUSION AFFIDAVIT State of California j 'b U ss. County of v 1 cq�- —DosN bein first duly sworn, deposes and says that he ofr is �PnP.S�r�t�F1 of � ► Inc. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay,a e to any orporation, partnership, company association, organization, bid depository, or to any tuber or age thereof to effectuate a collusive or sham bid. 7 I declare under penalty of perjury of the laws of the State of California/that the forggoingisrtrue and correct. '6uofy)-ho,v .Inc.. Bid Authorized ionature/Title Subscribed and sworn to (or affirmed) before me on this � day of NY,%� 2015 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PER Y under the laws of the State of California that the foregoing paragraph is true and correct. C� [SEAL] 13 No Public My Cc mission Expires: A notary public or other office completing this certificate verifies only the identity of the individual who signed the CALIFORNIA JURAT WITH AFFIANT STATEMENT document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. GOVERNMENT CODE § 8202 ❑ See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) 3 121 Signature of Document Signer No. 1 State of California County of 6CLn �a JO ANN CASPERSEN Commission # 2073532 z;`m s Notary Public - California z z '' San Diego County n My Comm. Expires Jul 31, 2018 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this _� day of , 2015 , by Date Month Year Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Z'✓Z�Z�✓Z-•✓Z-✓'✓Z'✓Z�✓Z'✓Z�✓Z�✓,Z�✓.Z�✓•4'✓Z'✓Z`✓Z'✓Z�Z�✓Z��:Z'.�Z'✓Z-`✓Z�✓Z'✓Z" `. �. 'i�.Z Z �Z'•'�Z'� 1@04111100 Rine City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) DESIGNATION OF SURETIES Bidder's name ' M 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): D�S : I�ISI,lrG1Y1C.a° �I�tril�'1 l Mer(can Insvance. Co. Crew- iAmet►can �%uranu C� bk 3�Vd1. Lbe/r InSranw awrikrS lUin ����5 ML�Y IGiYIC� �a�ld(lc�� urti�h T►ff, ►15. Co. Gd Sys c- or 5OJIran�+e, s-} k- Ihs�rance, Co 53&0 Ja,�4So n %�. #�� OVo T- rI5ura0ce, B Street Ste- 2 No o Ooafad: Nrie GcJr; ?tet an too C14 9010I 00 ()+CLC,+ 0 p S'h e �� n U, 19 -2,31 - Iv►D 14 City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name)) am - 7"W . I nL 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 ly Zf 10 zly ` Total dollar Amount of Contracts (in 0�0 �bpDDi 31001, Dd D 1 X000 �QOO, 0,1 �3aWoo �G3oWoo Thousands of $) No. of fatalities No. of lost Workday Cases 0 U Z Q / Cl) 3 No. of lost workday cases involving permanent U 0 G �i l/ 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 M- C. Business Address: 13 �VGh L q IsPit, 1b3 ,�n I U9O, CA a21)s Business Tel. No.: �g� �,� • t3 1�1�1 State Contractor's License No. and Classification: Qjo?)441 A&, CZ ; C 12', -12 Title "P(25dCr\V The above information was compiled from the records that are available to me at this time and I declare under penalty of ' ry at the information is true and accurate within the limitations of those rec s. 11 Signature of bidder Date Title VaskAeYA Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 We put our team to work1322o Evening Creek Dr. South Suite #log so your team can pCay San Diego, Ca. 92128 Brom-Daus Inen (858)513-7199 y!Fax (858) 513-7198 www.byrom-davey.com CORPORATE RESOLUTION I, the undersigned Secretary of Byrom -Davey, Inc. (The "Corporation"), HEREBY CERTIFY that the corporation is organized and existing under and by virtue of the laws of the State of California as a corporation for profit, with its principal office at 13220 Evening Creek Drive South, Suite 103, San Diego, CA 92128, and is duly authorized to transact business in the State of California. I FURTHER CERTIFY that at a meeting of Directors of the Corporation duly called and held on August 7, 2012 at which a quorum was present and voting, the following resolutions were adopted: BE IT RESOLVED, that the following named officer of this Corporation, whose actual signature is shown below: NAMES STEVEN W. DAVEY ERIC S. JENNINGS JO ANN CASPERSEN POSITIONS PRESIDENT/SECP VICE PRESIDENT VICE PRESIDENT TREASURER acting for and on behalf of this corporation and as its act and deed be, and he hereby is authorized and empowered to negotiate, enter and sign into contract on behalf of the corporation. BE IT FURTHER RESOLVED, that any and all acts authorized pursuant to these resolutions and performed prior to the passage to these resolutions are ratified and approved, that these Resolutions shall remain in full force and effect until written notice of their revocation shall have been delivered. Any such notice shall not affect any of the Corporation's agreements or commitments in effect at the time notice if given. I FURTHER CERTIFY that the officer named above is duly elected by the Corporation, and occupy the positions set opposite his respective name; that the foregoing Resolutions now stand of record on the books of the Corporation; and that the Resolutions are in full force and effect and have not been modified or revoked in any manner whatsoever. IN TESTIMONY WHEREOF, I have hereunto set in CA Lic. #80,3447 NV Lic. #59162 UT Lic. #7299831-5.5o1 State Of California RS STATE LICENSE BOARD Q��m�,CONTRACTOACTIVE LICENSE AffaII, U.—, Nft.,803447 N CORP Business Nome BYROM - DAVEY INC Gms,ihcahunf„ A B C-8 C12 C61/D12 Emnb.h 0.1a 01/31/2016 www.csib.ca.gov vlo�1 City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) ACKNOWLEDGEMENT OF ADDENDA Bidder's name 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 liVA City of Newport Beach BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT Contract No. 5856(A) INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: ' rwaOA - -LaUPQ . In c Business Address: 13220 E�12mnq Crp_¢ I� I�Y, *1b3 San "blagd .C.M 012128 Telephone and Fax Number: t?h:P>5S 513 �IqG ! �X 658'Sr3 -7198 California State Contractor's License No. and Class: BO -SL -1 �l', a ', C� , 0-1-2 ', 1---� 12 (REQUIRED AT TIME OF AWARD) Original Date Issued: NOV. 2Q01 Expiration Date: 1104. 31 .'ZO 1 (o List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone 1322o Event nc Cree.Y- # °3 P(esiSec• San �uAa _ CA q2 X28 058.513 - -119 c) UiCP TCP -(AS ,r rer Corporation organized under the laws of the State of Cad CA 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: Q/PN- All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: tp, 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; �J/P Briefly summarize the parties' claims and defenses; SIL Have you ever had a contract terminated by the owner/agency? If so, explain. )QD Have you ever failed to complete a project? If so, explain. �-b For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes /9 If yes to any of the above, explain. (Attach additional sheets, if necessary) ILI Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. V V (Print name o ner orPr ident of Corpor on/Company -aab n -l" Inc- _ Bid r Aut Title of"►1 1 2o5 Dat On efore me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me t he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their sig ture(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed instrument. I certify under PENALTY OF PERJURY under the paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires: 20 of the State of California that the foregoing PV, (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other office completing this certificate State of California verifies only the identity of the individual who signed the document, to which this certificate is attached, and County of _,� --�� /� not the truthfulness, accuracy, or validity of that document. On AOr l , c2Dl 5 before me, X10 AnnCQSper5el'), /000 axe )0"&&_, Dal Here Insert Name and Title of the OffiOd personally appeared 'LI^e- 'ba " Name(s) of Signer(s) J0 ANN CASPERSEN Commission # 2073532 Z `p = Notary Public -California z San Diego County n My Comm. Expires Jul 31, 2018 who proved to me on the basis of satisfactory evidence to be the person(V whose name0s) ism subscribed to the within instrument and acknowledged to me that he/s4e/tiny executed the same in his/her/their authorized capacity�kw), and that by his/bw/tll;�r signature(,$) on the instrument the person(a), or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Notary Seal Above �p q Signature of Notary Public OPTOOIVAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 2012 National Notary Association • NationalNotarv.ora ® 1 -800 -US NOTARY (1-800-87(3-6827) Item #5907 CIVIL c0®E § 11199 A notary public or other office completing this certificate State of California verifies only the identity of the individual who signed pp,.�� the document, to which this certificate is attached, and County of y�k9 K✓1 not the truthfulness,accuracy, or validity of that document. On Apr l wO/ 5 before me, � �nvt�QS Shot %L�® G � , Here Insert Name antl title of the Of 1 personally appeared JO ANN CASPERSENN Commission # 2073532 Notary Public - California z z San Diego County My Comm. Ex tines Jul 31, 2018 who proved to me on the basis of satisfactory evidence to be the person(V whose names) Weis subscribed to the within instrument and acknowledged to me that he/sem/they executed the same in his/dam/fir authorized capacity(m), and that by his/taer/ it signature(,$) on the instrument the person(s), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature — Place Notary Seal Above p®✓�SignaWre of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): _ • Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 2012 National Notary Association ® NationalNotary. org ® 1 -800 -US NOTARY (1-800-876-6827) Item O The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Kev Rating Guide: Property Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT CONTRACT NO. 5856(A) THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 21st day of April, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and BYROM-DAVEY, INC., a California corporation ("Contractor'), whose address is 13220 Evening Creek Drive South, #103, San Diego, California 92128, 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/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; coordinating with FieldTurf, Inc. prior to the installation of the synthetic turf; installing irrigation and system and landscape materials; submitting as -built drawings; and all other incidental items of work as described in the contract documents (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. 5856(A), Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Nine Hundred Ninety Five Thousand Fifty Three Dollars and 00/100 ($995,053.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Marian Scholle 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. Byrom -Davey, Inc. Page 2 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Steven W. Davey, President Byrom -Davey, Inc. 13220 Evening Creek Drive South, #103 San Diego, CA 92128 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 Byrom -Davey, Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Byrom -Davey, Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the 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 Byrom -Davey, Inc. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, 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. Byrom -Davey, Inc. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Byrom -Davey, Inc. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee Byrom -Davey, Inc. Page 8 or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Byrom -Davey, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY AT"�N Y'S OFFICE Date: By: Aaron C. Harp (AM oAl ohr' City Attorney ATTEST: ��j,f n Date: " . o��• I�- By: 4� 4 - NMI-, Lei ni I. Brown City Clerk LA i.1 FO 1 CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Edward D. elich Mayor CONTRACTOR: Byrom -Davey, Inc., a California corporation Date: -74 /Z o / / By: Steven President/Secretary Date: Y/d��- J n Caspersen Treasurer [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements Byrom -Davey, Inc. Page 10 4 .:Sed LVAKd in Duplicate 3Tt:n.3rre� CITY OF NEWPORT BEACH BOND NO. 9176784 Premium: Included in Performance Bond WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom -Davey, Inc. hereinafter designated as the "Principal," a contract for the mobilization/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete fiat work; coordinating with FieidTurf, Inc. prior to the installation of the synthetic turf; installing Irrigation and system and landscape materials, submitting as -built drawings; and all other incidental items of work as described in the contract documents, 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 band will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland 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 Nine Hundred Ninety Five Thousand Fifty Three Dollars and 00(100 ($996,053.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9664 of the Civil Code of the State of California. Byrom -Davey, Inc. Page A-1 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 to give aright 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 at 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 Worst 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 21st day of April X24 Is , Byrom -Davey, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Ste. 3900 Los Angeles, CA 900147 Address of Surety 213-270-0808 Telephone APPROVED AS TO FORM: CITY ATTO KEY'S OFFICE Date: By: if Aaron C. Harp chat &%-airs City Attorney Authorii! d gent Signature Anne Wright, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Byrom -Davey, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Dieso 1 ss. On April 21 , 20 15 before me, Dana L. Michaelis Notary Public, personally appeared Anne Wright who proved to me on the basis of satisfactory evidence to be the person($) 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(les), 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 taws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official sjeafq j Signa ure 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. ,,ro �„ DANA L, r0fGHAELIS Commission # 13£30195 a� ? - P1 Notary PublicCalifornia z z ,h-P1 ��'" San Diego County ' My Oornm. Expires,lun 2'.2315 State of California County ofs YJ_�g 1 ss. On A pr Ag 20 15 before me, 'Z-- Ann �1' spers?4 Notary Public, personally appeared 5tV u�we_a VV U proved to me on the basis of satisfactory evidence to be the person¢%) whose nam isfa€e subscribed to the within instrument and acknowledged to me that he/she/thy executed the same in his/lasrlt#lelr authorized capaclty(ies), and that by hisAker/thisir signaturesN on the instrument the personlN, or the entity upon behalf of which the person(5) acted, executed the instrument. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. Wf S my hand z d official seal. 1 Signature th ANN CASPERSEN he Commission 2073532 +� Notary Public - California San Diego County My Comm. Expires Jul 3 t, 201 S IPr (seal) Byrom -Davey, Inc. Page A-3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAtN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Anne WRIGHT, Cyndi HEILMAN and Dana MICHAELIS, all of LA MESA, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of April, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND +r" � ItN w U, 1998 f• t, a t molt P i C."�' ✓ �.. Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 12th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally ]mown to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA -F 012-0113A a CITY OF NEWPORT BEACH BOND NO. 9176784 The premium charges on this Bond Is $ 11,836.00 , being at the 5100,000 x 2.2% rate of $ ** thousand of the Contract price. $400,000 x 1.320% $495,053 x .880% WHEREAS, the City of Newport Beach, State of California, has awarded to Byrom -Davey, Inc. hereinafter designated as the "Principal," a contract for the mobilization/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; coordinating with FieldTurf, Inc. prior to the installation of the synthetic turf; installing irrigation and system and landscape materials; submitting as -built drawings; and all other incidental items of work as described in the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , 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 Nine hundred Ninety Five Thousand Fifty Three Dollars and 001100 ($095,053.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, Its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable Byrom -Davey, Inc. Page B-1 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. 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 (9) 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 Auty executed by the Principal and Surety above named, on the 21st day of April ,20 15 . Byrom -Davey, Inc, Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 777 S. Figueroa Street, Suite 3900 Los Angeles, CA 90017 Address of Surety 213-270-0845 Telephone APPROVED AS TO FORM: CITYATT N 'S FFICE Date: By Aaron C. Harp gpp�v�tSa5 City Attorney Anne Wright, Attorney -in -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Byrom -Davey, Inc. Page B-2 A notary public or other office completing this certificate State of California verifies only the identity of the individual who signed ! f� the document, to which this certificate is attached, and County of �lQ,n ���qL not the truthfulness,accuracy, or validity of that document. On Apr o �t �O 15 before me, Jo {qnn DSOF e�n an��ore4er f "� , personally appeared evebdtre t� Names) of Signeas) ar.J0 ANN CASPERSEN Commission # 2073532 Z,®m Notary Public - CaliforniaZZ Z ' San Diego County My Comm. Expires Jul 31, 2018 J Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islaze subscribed to the within instrument and acknowledged to me that he/sg elfay executed the same in his/IItkteir authorized capacity(ies), and that by his/ber/their signature(g) on the instrument the person(* or the entity upon behalf of which the personM 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. Signatur;2�Sg q�p��p p of Notar Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): _ ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 2012 Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): _ ❑ Individual ❑ Partner — ❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: OR] IT, 1411 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 San Diego On April 21, 2015 before me, Dana L. Michaelis Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Anne Wright Name(s) of Signor(s)' DANA L MIaELi; # � Cammiss or # molg5 Notary PublicGall?erria � z S`� Sap Diego County I'Ay Gomm. Expires Jun 27. 'dtb? S who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the 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 offcial�Ial. / Signature C _' i !1 Place Notary Seal Above Signature of Notary Public 'Dana L. Michaelis Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):_ ❑ Partner El Limited El General 9 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: Individual ❑ Corporate Officer —Title(s): _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies'), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Anne WRIGHT, Cyndi HEILMAN and Dana MICHAELIS, all of LA MESA, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of April, AD. 2013. ATTEST: BY X� 3, i�2 u ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND E�Wry ao O[IOS �.�pN tNs4q %, ,. I� C tM ` =1:' 5 Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 12th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC A BARNES, Secretary, of the Companies, to me personally (mown to be the individuals and officer described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. c, Constance A. Dunn, Notary Public My Commission Expires: July 14,20 15 POA -F 012-0113A EXHIBIT C 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 Byrom -Davey, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Byrom -Davey, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a Byrom -Davey, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Byrom -Davey, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/1.0/15 Dept./Contact Received From: Raymund Date Completed: 4/10/15 Sent to: Raymund By: Chris/Alicia Company/Person required to have certificate: Byrom -Davey Inc. Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/31/14 to 10/31/15 A. INSURANCE COMPANY: Great American Assurance Company B. AM BEST RATING (A-: VII or greater): A+; XIII 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) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No I1, AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 10/31/14 to 10/31/15 A. INSURANCE COMPANY: Granite State Insurance Company B. AM BEST RATING (A-: VII or greater) A; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min, BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ® Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/31/14 to 10/31/15 A. INSURANCE COMPANY: National Union Fire Ins Co Pittsburgh PA 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 LIE C 0 .. C. ; • HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: aA�5 4/10/15 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No 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. PR -1 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 MIDDER'S NAME: -bw 0 (h �O -T— CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL sma��� Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 5856(A) in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 05MIRMSER "MERE EMPROM M'MR-0 vg 717LS 7$619(po- 1. Mobilization I LS $ Lmw, $ 2D. 2. Provide Temporary Construction Fence 3, Provide Construction Stakmg/Surveymg 1 LS $ [01 o00 I $10 1 otc) IBM 'agme wo- !v-3' 1. Provide Miscellaneous Demolition, Removal and Disposal 1 LS $ 7e�,qDo $10,qC)D 1 -0 N 0 -gM """A" "F LIM 1. Site Grading/Earthwork I LS $ lqibW $on, ab — 2. Regrade Existing Infield/Adjust Baseball Equipment to Grade I LS $ '�Do — $ 3. Provide Erosion Control / NPDES Compliance 1 Ll $ �q2 C) — 4. Excavation and Export Unclassified Material 100 CY $ 50�- $ Bonita Creek Park Synthetic Field Turf Replacement Project PROJECT BID SHEET G5856(A)Lm,Ig Lteek Peok Ty"metic Field Tvrf R,1la me"e Page 2of4 v z {x 1. Construct 4" PVC Storm Drain Pipe 15 LF f U 2. Construct 6" PVC Storm Drain Pipe 1,810 LF $ 30 — J $ I 3. Construct Catch Basin & Grate 22 EA $ f 251 t $ G3i E D -I 4. Connect 6" PVC to 12" PVC Storm Drain 1 EA ®o $ } 10®� " 00 $ 01�� � 6= S. Reconstruct Existing Catch Basin and Adjust to Grade 1 EA $3t'/3(.00 $33LOO a 6. Connect Storm Drain to Existing Catch Basin 1 EA $ `� Z.(}"� $ E 7. Remove Existing Catch Basin 1 EA $ (6 �,� "" $ Z c6 8. Construct Junction Structure per City Standard 312-L 1 EA $ (.Oil 2C) " $ U 1"1 2 9. Install 18" RCP Storm Drain 10 LF $ 22q °/° $'2/2,L�0'' �eH$O_ 10. Install Connection Assembly per City Standard. 312-L 1 EA $ $ 11. Connect 4" PVC to 6" PVC Storm Drain 2 EA $ 5U0ro $ t Gtl 1. Synthetic Turf Base and Drain System 1 LS $ 3 , , $� W 1 I� pmi x= :las 1 sc' -r 1. Construct Concrete Mowcurb Edge 1,630 LF $ $,y., Z. Construct Concrete Mowcurb Edge with Trench Drain 160 LF $ 6 2L" $'–f 1920" 3. Construct Concrete Mowcurb Width Transition (L=5') 35 LF $ t ( !0 4. Construct Concrete Edge Detail at Infield Arc 215 LF $ /{ (} °0 G5856(A)Lm,Ig Lteek Peok Ty"metic Field Tvrf R,1la me"e Page 2of4 Bonita Creek Park Synthetic Field Turf Replacement Project PROJECT BID SHEET r-,"a-xr . 1. Furnish and Install Soccer Goals 4 EA $t1 q °° $ 2. Furnish and Install Soccer Corner Flags (Two Sets of Four) 2 SETS $ G,r ..� °% $ I rt ® 60D 3. Furnish and Install Football Field Goal Posts with T Pads 2 EA $(oil $ �J IJ J -U,- r~ z 1. Furnish Install 10" Round Irrigation Pull Boxes 4 EA $ $ and } -tR2•m 2. Furnish and Install 1" Quick Coupling Valves 30 EA $ $ a3 ��• I 10.00 3. Furnish and Install 3" PVC CL 315 Reclaimed Irrigation Mainline 3,405 LF $ • $'�� t0c�q (PO(O. 00 4. Furnish and Install 3" Ball Valve and Appurtenances 9 EA $ $ 5. Furnish and Install 1.5" and 2" Remote Control Valves 8 EA $ � $ LAI 112. 6. Furnish and Install Valve and Common Wires 5,880 LF $ $lIC4 �'pi b � 7. Furnish and Install Irrigation Heads and Lateral Lines 43,000 SF $ $ Furnish and Install all Reclaimed Water Sleeves (6" PVC SCHAO 8. Irrigation Mainline Sleeves) 260 LF % $ �72} $ 319 , 20 1. Soil Preparation / Fine Grading 33,000 SF $ Q • $ M 2� 2. Furnish and Install Marathon 11 (Sod) 33,000 SF $0, j1=7 S 7".77M7, r, 6 o ,-• u Z f �, f r 2. 1. 90 -Day Maintenance 1 LS $ �} f 00�6,000. ,R256o) Bonita Creak ParkSyncdetr Field Tw{Replaceinenc Page 30f4 M Bonita Creek Park Synthetic Field Turf Replacement Project PROJECT BID SHEET 'l CSR66[AlRoe,'ts CreekPark Syn rhetic Meld Trr: Reolacemeet Page 4el4 v 1. Provide As -Built Plans Allow LS $ 5,000.00 $ 5,000.00 TOTAL PRICE INWRITTEN WORDS NIP" 4ak`e CfJ 5IV(la• 1 ':) iW'T11OUS4rd Dollars and d'D Cents s q-7(2, ---- Total Price (Figures) Nr',l (1201H Saom-�v� d c• Date Bidder 5 •5t3-7lq 858 5)3 7lcje) Bidder's Telephone and Fax Numbers Bidder's Authorized Signa and Title Bidders email: (N�n(l �"dl V)� O M- dGL" • C�YY-} a I z I ' BID ADDITIVE NO. 1 1. Construct Lodge Pole Fence 180 LF $ O � $ I2, 0 nC UV/ BID ADDITIVE 1 }gNO. -,wp— usa� Nyy 1}Pi c51 h1"I-4 Dollars$ (Amounti ords) (Figures) BID ADDITIVE NO. 2 1. Construct Pipe Gate 1 LS $ $ U e I BID ADDITIVE 2co �NO. �k4)Vt1 —lu/V (S,032- �?iA UA V1Q��'t�� IQIA lilt( Dollars$ mount in words) (Figures) 'l CSR66[AlRoe,'ts CreekPark Syn rhetic Meld Trr: Reolacemeet Page 4el4 INDEX FOR SPECIAL PROVISIONS Bonita Creek Park Synthetic Field Turf Replacement Project CONTRACT NO. 5856(A) PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 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 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 6-7.2 Working Days 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENTAND FACILIITIES 7-1.2 Temporary Utility Services 7-7 COOPERATION AND COLLATERAL WORK 7-8 WORKSITE 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 7-10.5 "No Parking' Signs 7-10.6 Notices to Businesses and Residents 1 1 1 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 4 5 5 6 6 6 6 6 7 7 7 7 8 8 8 8 9 9 9 10 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. TECHNICAL SPECIFICATIONS GEOTECHNICAL REPORT WATER QUALITY PLAN 10 10 11 11 11 18 TS -1 APPENDIX A APPENDIX 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 5856(A) 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_5235_S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 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: SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this section, "if there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." Add to this section, "The work necessary for the completion of this contract consists of mobilization/demobilization; providing traffic control, temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; distributing construction notifications; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; coordinating with FieldTurf, Inc. prior to the installation of the synthetic turf; installing irrigation and system and landscape materials; submitting as -built drawings; and all other incidental items of work as described in the contract documents." SP1 of 18 F JE 11 TrUVIO[C7 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 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 Engieer 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. SP2of18 (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1.3 Inspection Requirements 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 3rd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. Add Section 5-7 ADJUSTMENT TO GRADE �15Ll1al11,&tiulgilt &Ardr7t7-11Q4 SP3of18 The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. 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.' Work related to the preparation of the synthetic field surfaces shall be complete by July 24, 2015. This work shall include, but not limited to, site demolition; grading/earthwork; constructing storm drain system, catch basins, junction structures, football goal posts, base and drain system; and all mow curbing. All other Bid Items (G -Site Furnishings, (- Landscape, J -Maintenance, and K -As -Built Drawings) and all other contract items shall be completed by August 31, 2015. To accomplish this, the following schedule shall be maintained: • Tuesday, April 14, 2015 Council will consider awarding Contract 5856(A). • The contractor who receives the award shall expedite all required contract documents, submittals, construction notifications, insurance, bonds and contracts shall be fully executed by April 23, 2015. • Tuesday, April 24, 2015, is the anticipated pre -construction meeting with City staff and contractor (project manager and superintendent), • Monday, April 27, 2015, the `Notice to Proceed' shall be issued with work pertaining to the installation of the synthetic turf competed by Friday, July 24, 2015, • Monday, July 27, 2015, all work subsequent the synthetic turf contractor shall principal contractor, • Friday, August 31, 2015, all remaining work items, not related to the installation of the synthetic field turf shall be completed. 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 I.- , .AV] 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 85 consecutive working days after the date on the Notice to Proceed. All work related to corresponding to Bid Items A -Project Start Up, B -Demolition, C -Grading, D - Storm Drain Improvements, E -Synthetic Turf Base and Drain System, F -Concrete, G.3. -Site Furnishings (Furnish and Install Football Goal Posts with 7' Pads), H -Irrigation shall be completed by July 24, 2015. 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." The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1 St (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 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:30 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. SP5of18 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. 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 $1,000.00. Revise paragraph two, sentence one, to read: Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water �d(giZ�7:7 �7_� iii C�I�T_n1Z�i7>�w �7�>�5r(i1;T Add to this section: City forces will perform all shut downs of water facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period SP6of18 allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. 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. SP7of18 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 `a11I11imo lil` �liLi_ 4 . -M 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 (W.A.T.C.H.), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3) 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. Access into and out of the park shall be maintained. 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. 4. All advanced warning sign installations shall be reflectorized and/or lighted. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718-3468 and all affected property owners. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. 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. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure 9. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for 6*iIM61 no JIM 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 Businesses and Residents Ten working days prior to starting work, the Contractor shall deliver a construction notice to businesses and 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 businesses and 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 valid "A" License. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a valid Business License issued by the City of Newport Beach. 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 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. SP 10 of 18 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 9-3.1 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. A.1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and updating construction schedules as needed, attending all construction meetings, coordinating with all applicable agencies, water districts, health departments, stakeholders and utility companies, obtaining all necessary permits and all other related work as required by the Contract Documents. This bid item 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. A.2 Provide Temporary Construction Fence: Work under this item shall include, but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals for installing, relocating, and removing the fencing and snow fencing as required on the plans to secure the work area and as indicated for each phase of the Work throughout to completion. Item No. A.3 Provide Construction Staking/Surveying: Work under this item shall include, but not be limited to, performing all engineering and construction surveying required to properly execute the Work, travel to and from the job site, supplying all materials, performing all control and construction staking, setting new monuments, and re-establishing monuments and property corners lost or obliterated during construction, providing "As -Built' record drawings, and any re -staking required. The Contractor, at a minimum, must provide the following: 1) Control points 0 2) Clearing and grubbing limits 3) Cut and fill stakes and grade certifications 4) Staking of new construction 5) Location and/or grade stakes for new and relocated work such as: waterline, and appurtenances, drainage pipes and structures, fencing, synthetic field locations, electrical conduits and boxes, irrigation mainlines, etc. 6) Top of curb stakes 7) Location and measurement of any and all site structures 8) Location and measurement of any and all site improvements, including but not limited to walkways, walls, fencing, light fixtures, drainage inlets, site furnishings, etc. Construction vertical and horizontal control points shall be sufficient to provide for smoothly radiused curvilinear site features with evenly smoothed transitioned joints to tangent construction. 9) Boundary lines and filing a Record of Survey or Corner Records for monuments set or reset. The Contractor must provide the Engineer copies of all staking notes and/or cut sheets utilized in constructing the various items of work prior to their intended use. The Contractor's surveyor shall provide all certifications, including a final grading certification letter to the City with associated field notes for submittal to the Engineer for review and approval, prior to a City submittal. Item No. B.1 Miscellaneous Demolition, Removal and Disposal: Work under this item shall include, but not limited to, all labor, materials, tools, equipment, and incidentals required for demolition, removal, and disposal work related to project demolition including existing unclassified material as directed by the Engineer, turf grass, irrigation, sub grade drainage system including pipe, rock and filter fabric, plant materials, tree removal, tree trunks and roots, debris, goal posts, appurtenant items and all other work items as required to complete the work in place as shown on the Contract Documents. Item No. C.1 Site Grading/Earthwork: Work under this item shall include, but not be limited to, the cost of all labor, materials, tools, equipment, and incidentals required for complete grading; cross -ripping the project site to a depth of 8 -inches or as directed by the Engineer per the Geotechnical Report (dated March 4, 2015); placing and compacting of fill and base material shall be performed in accordance with local grading ordinances under the observation and testing of the geotechnical consultant; and all other work items as required to complete the work in place of the site in accordance with the Contract Documents. The Contractor shall provide a laser grading for the infield and synthetic turf area including aggregate base, concrete curb, bottom/top of rock and fine grading, including surveyor's certification of each work item. Item No. C.2 Regrade Existing Infield/Adjust Baseball Equipment to Grade: Work under this item shall include, but not limited to, full compensation for furnishing all labor, materials, equipment, tools and incidentals and for completing all work required including meeting with the supplier on site, supplying infield mix, blending with existing, re -grading and disposal of excess, removing and salvaging the existing bases, home plate and pitching SP 12 of 18 rubber and cover for reuse, re -constructing the existing support structures, and reinstalling salvaged equipment to final grade after precise grading and all other work items as required to complete the work in place as required and as specified in the specifications and as indicated on the drawings. Item No. C.3 Provide Erosion Control/NPDES Compliance: Work under this item shall include, but not be limited to, the cost of all labor, materials, tools, equipment, and incidentals required to implement erosion and sediment controls as indicated in the plans, specifications, and approved Stormwater Pollution Prevention Plan (SWPPP) including procuring and installing erosion/sediment control measures; maintaining and replacing erosion control measures, and removing of erosion/sediment controlling measures when appropriate, including those measures installed as part of the rough grading and in place at the start of precise grading construction. SWPPP Implementation shall include but not be limited to: ensuring compliance with the California General Construction Permit Order No. 2009-0009-DWQ (or latest approved permit); providing a Qualified SWPPP Practitioner (QSP), performing weather monitoring, performing Best Management Practices (BMP) inspections, performing stormwater monitoring/reporting, coordination with the Qualified SWPPP Developer (QSD), completion of SWPPP annual reports, and filing of the Notice of Termination (NOT). Item No. CA Excavation and Export Unclassified (unclassified material): Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for excavating, removing and disposing of unclassified material, as directed by the Engineer, to accommodate Contract -specified improvements that are not covered under other Contract payment items, coordinating with other agencies and stakeholders for material removals, and all other work items as required to complete the work in place. This item may be removed or reduced in the contract at the City's discretion and no compensation shall be made for bid items removed or reduced. Item No. D.1 and D.2 Construct PVC Storm Drain Pipe: Work under this item shall include, but not be limited to, the cost of all labor, materials, tools, equipment, and incidentals required for procuring and installing PVC storm drain pipe and fittings for each size of PVC pipe as indicated on the plans including: vertical PVC inlet risers, horizontal PVC storm piping, trenching, pipe bedding, pipe fittings and gaskets, backfill, compaction, and testing (excluding geotechnical testing) as required by the specifications or as directed by the Engineer. PVC pipe shall be constructed per the line and grade shown as part of the Contract Documents. Item No. D.3 Construct Catch Basin & Grate: Work under this item shall include, but not be limited to, the cost of all labor, equipment and material for procuring and installing of storm drain inlets and for each type of drain inlet as indicated on the drawings and described in the specifications. Storm drain inlets shall be constructed at the locations and grades shown on the utility drawings included as part of the Precise Grading Plan. Item No. DA Connect 6" PVC to 12" PVC Storm Drain: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials, including tees and reducers, trenching, pipe bedding, pipe fittings and gaskets, backfill, compaction, and testing SP 13 of 18 (excluding geotechnical testing) as required by the specifications or as directed by the Engineer and all other work items as required to complete the work in place. Item No. D.5 Reconstruct Existing Catch Basin and Adjust to Grade: Work under this item shall include, but not be limited to, the cost of all labor, equipment, and materials for include removing and salvaging the existing frame and cover for reuse, subgrade compaction and re -constructing the existing box, reinstalling the salvaged frame and cover, installing the storm drain stub out (where applicable), reconnecting to the existing storm drain, provide and install additional matching basin section, as required, and all other work items as required to complete the work in place. Item No. D.6 Connect Storm Drain to Existing Catch Basin: Work under this item shall include but not be limited to the cost of all labor, equipment, and materials for removing and salvaging the existing frame and cover for reuse, compacting subgrade and re -constructing the existing box, if necessary, reinstalling the salvaged frame and cover, install and grout the storm drain stub out, reconnection to the existing storm drain, and all other work items as required to complete the work in place. Item No. D.7 Remove Existing Catch Basin: Work under this item shall include but not be limited to, the cost of all labor, equipment, and materials for removing and salvaging the existing frame, cover and box for reuse in the reconstructed basin, compacting subgrade under the existing box as necessary, backfill, compaction, and testing (excluding geotechnical testing) as required by the specifications or as directed by the Engineer and all other work items as required to complete the work in place. Item No. D.8 Construct Junction Structure per City Standard 312-L: Work under this item shall include, but not be limited to, the cost of all labor, equipment, and materials for the grading, backfill, compaction, and testing (excluding geotechnical testing) as required by the specifications or as directed by the Engineer to accommodate new improvement and connecting the 18 -inch RCP and 12 -inch PVC storm drain lateral to the existing 24 -inch RCP storm drain line with a Junction Structure per City Standard 312-L, and all other work items as required to complete the work in place. Item No. D.9 Install 18" RCP Storm Drain: Work under this item shall include, but not be limited to, the cost of all labor, materials, tools, equipment, and incidentals required for procuring and installing the 18" RCP (2000 D) storm drain pipe as indicated including providing vertical inlet risers, horizontal storm piping, trenching, pipe bedding, pipe fittings and gaskets, backfill; compacting subbase, as required by the specifications or as directed by the Engineer. RCP pipes shall be constructed to the lines and grades shown on the Precise Grading Plan. Item No. D.10 Install Connection Assembly per City Standard 312-L: Work under this item shall include, but not be limited to, the cost of all labor, equipment, and materials for the grading, backfill, compaction, and testing (excluding geotechnical testing) as required by the specifications or as directed by the Engineer to accommodate new improvement and connecting storm drain lines per City Standard 312-L, and all other work items as required to complete the work in place. SP 14 of 18 Item No. D.11 Connect 4" PVC to 6" PVC Storm Drain: Work under this item shall include, but not be limited to, the cost of all labor, equipment, and materials, including tees and reducers, trenching, pipe bedding, pipe fittings and gaskets, backfill, compaction, and testing (excluding geotechnical testing) as required by the specifications or as directed by the Engineer and all other work items as required to complete the work in place. Item No. E.1 Synthetic Turf Base and Drain System: Work under this item shall include, but not be limited to, the cost of all labor materials, tools, equipment and incidentals required for preparing the subbase subdrain system, including but not limited to, excavating, preparing sub -grade, compacting per Geotechnical Report, backfilling, subdrain and subdrain collection pipe system including HDPE pipe, granular material, connection to storm drain, woven geotextile fabric, nyloplast basins, in-line basins, concrete, 4 -inch deep crushed aggregate structural base stone, the composite landscape board nailer and other appurtenant items, and for providing all work required, complete in place, ready for the installation of the final synthetic turf carpet as shown on the plans, as specified in these special provisions and as directed by the Engineer, which shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. Item No. F.1 Construct Concrete Mowcurb Edge: Work under this item shall include, but not be limited to, the cost of all labor materials, tools, equipment, and incidentals, including but not limited to, excavating, preparing subgrade, compacting per Geotechnical Report, formwork, reinforcement, installing joints, joint sealants, poured -in-place concrete, backfilling and for providing all work required, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer, for the 12" curb, which shall be constructed to the lines and grades shown on the plans and details, and conforming with the specifications. Item No. F.2 Construct Concrete Mowcurb Edge with Trench Drain: Work under this item shall include, but not be limited to, the cost of all labor materials, tools, equipment, and incidentals, including but not limited to, excavating, preparing sub -grade, compacting per Geotechnical Report, formwork, reinforcement, joint installation, joint sealants, poured -in-place concrete, curing compound, backfilling and for providing all work required, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer, for the 16" Curb, which shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. Item No. F.3 Construct Concrete Mowcurb Width Transition (L=5'): Work under this item shall include, but not be limited to, the cost of all labor materials, tools, equipment, and incidentals, including but not limited to, excavating, preparing sub -grade, compacting per Geotechnical Report, formwork, reinforcement, installing joints, joint sealants, poured -in-place concrete, curing compound, backfilling and for doing all work required, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer, for the 5' long curb width transition from 12" to 16", which shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. Item No. F.4 Concrete Edge Detail at Infield Arc: Work under this item shall include, but not be limited to, the cost of all labor materials, tools, equipment, and incidentals for excavating, preparing sub -grade, compacting per Geotechnical Report, formwork, installing joints, joint sealants, poured -in-place concrete, curing compound, backfilling and for providing all work required, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer, for the 8"x8" Curb, which shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. Item No. G.1 Furnish and Install Soccer Goals: Work under this item shall include, but not be limited to, purchase, delivery, and installation of equipment, it shall be installed as shown on the plans and details, and in conformance with specifications. Item No. G.2 Furnish and Install Soccer Corner Flags: Work under this item shall include, but not be limited to, purchase, delivery, and installation of equipment, it shall be installed to lines and grades shown on the plans and details, and in conformance with specifications. Item No. G.3 Furnish and Install Football Field Goal Posts with 7' Pads: Work under this item shall include, but not be limited to, all labor materials, tools, equipment, and incidentals, including excavating post walls, removing spoils, grading and compacting soil, placing form work, concrete footing, posts, and for providing all work required, complete in place to the lines and grades shown on the plans and details, and in conformance with the specifications, as specified in these special provisions and as directed by the Engineer. Item No. H.1 Furnish and Install 10" Round Irrigation Pull Boxes: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing new 10" round pull boxes, electrical connections, recycled water identifications, backfilling, compacting, and all other work items as required to complete the work in place. Item No. H.2 Furnish and Install 1" Quick Coupling Valves: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing new 1" quick coupling valves, pipe material, valve boxes, recycled water identification, and appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. Item No. H.3 Furnish and Install Reclaimed 3" PVC CL 315 Irrigation Mainline: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 3" PVC CL 315 irrigation mainline, pipe material, reclaimed water identification signs and marking tape on 3" line only, appurtenances required to make connections such as tees, laterals, elbows, connections to water mainline, thrust blocks, pulling pipe through all sleeves as required, and all other items as required to complete the work in place. Item No. HA Furnish and Install 3" Ball Valve and Appurtenances: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing new ball valves, pipe material, valve boxes, recycled water identification, and appurtenances to make connection to irrigation water system, and all other items as required to complete the work in place. 1-4' . • ME3 Item No. H.5 Furnish and Install 1.5" and 2" Remote Control Valves: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1.5" and 2" remote control valves, electrical connections, pipe material, valve boxes, recycled water identification, and appurtenances to make connection to irrigation water system and all other items as required to complete the work in place. Item No. H.6 Furnish and Install Valve and Common Wires: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing new valve and common wiring in trenches and sleeves per Contract drawings, and as directed by the Engineer, and all other work items as required to complete the work in place. Item No. H.7 Furnish and Install Irrigation Heads and Lateral Lines: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new irrigation heads and lateral lines, pipe material, recycled water identification, and appurtenance and all other items as required to complete the work in place. Item No. H.8 Furnish and Install all Reclaimed Water Sleeves (6" PVC SCH. 40 Irrigation Mainline Sleeves): Work under this item shall include, but not be limited to, the cost of sleeves, and identification marking tape, labor, equipment and materials for reclaimed water sleeves to ensure proper domestic water protection, per all applicable codes. Item No. 1.1 Soil Preparation/Fine Grading: Work under this item shall include, but not be limited to, the cost of providing soil preparation/fine grading including all labor, materials, tools, equipment, agronomic soil testing, and incidentals, for providing all the work required, complete in place and constructed to the lines and grades shown on the plans and in conformance with the project details and specifications, and as directed by the Engineer. Item No. 1.2 Furnish and Install Turf (Sod): Work under this item shall include, but not limited to, the cost of providing turf (sod) installed to the lines and grades shown on the plans and in conformance with the project specifications. Furnishing and Installing Turf (Sod) shall include full compensation for furnishing of all labor, materials, tools, equipment, and incidentals, to include but not limited to, plant pit excavation, removal of plant pit spoils, amended backfill, ripping soil or cross -ripping soil, mulching, and for providing all the work required, complete in place as shown on the plans, as specified in these special provisions, and as directed by the Engineer. Item No. J.1 90 -Day Maintenance: Work under this item shall include, but not be limited to, the cost of providing 90 -Day maintenance and establishment plant establishment, including furnishing all labor, materials, tool, equipment, water usage, all watering, irrigation repair and adjustments, weeding, mowing, edging, cultivating, mulching, spraying, and pruning to keep the plant material in a healthy growing condition, as indicated on the drawings and described in the specifications. Item No. K.1 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as - built drawings. These drawings must be kept up to date and submitted to the Engineer for SP 17 of 18 review prior to request for payment. An amount of $5,000.00 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. Additive Bid Item No. 1 Construct 3 -Rail Lodge Pole Fencing: Work under this item shall include, but not be limited to all labor materials, tools, equipment, and incidentals, including, post excavation, removal of spoils, grading, compacting, form work, concrete footing, posts, rails, and all work required, complete in place to the lines and grades shown on the plans and details, and in conformance with the specifications, as specified in these special provisions and as directed by the Engineer. Additive Bid Item No. 2 Construct Pipe Gate: Work under this item shall include, but not be limited to all labor materials, tools, equipment, and incidentals, including, post wall excavation, removal of spoils, grading, compacting, form work, concrete footing, posts, rails, and all work required, complete in place to the lines and grades shown on the plans and details, and in conformance with the specifications, as specified in these special provisions and as directed by the Engineer. 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. SP 18 of 18 TECHNICAL SPECIFICATIONS Bonita Creek Park Synthetic Field Turf Replacement Project City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 1 CITY OF NEWPORT BEACH INDEX TO GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT PROJECT These Technical Specifications shall apply to site construction only. See Part II of Special Provisions — Technical Specifications / C.S.I. Format for Landscape Irrigation and Synthetic Turf Subbase. CONSTRUCTION MATERIALS SECTION 200 ROCK MATERIALS SECTION 201 CONCRETE MORTAR AND RELATED MATERIALS SECTION 202 MASONRY MATERIALS (NO CHANGE) SECTION 203 BITUMINOUS MATERIALS (NO CHANGE) SECTION 204 LUMBER AND TREATMENT WITH PRESERVATIVES (NO CHANGE) METAL FABRICATION AND CONSTRUCTION FOR SECTION 205 PILES (NO CHANGE) SECTION 206 MISCELLANEOUS METAL ITEMS (NO CHANGE) SECTION 207 PIPE SECTION 208 PIPE JOINT TYPES AND MATERIALS (NO CHANGE) SECTION 209 ELECTRICAL COMPONENTS (NO CHANGE) SECTION 210 PAINT AND PROTECTIVE COATINGS (NO CHANGE) SECTION 211 SOIL AND AGGREGATE TESTS (NO CHANGE) SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS (NO CHANGE) SECTION 213 ENGINEERING FABRICS (NO CHANGE) SECTION 214 PAVEMENT MARKERS (NO CHANGE) CONSTRUCTION METHODS SECTION 300 EARTHWORK (NO CHANGE) SECTION 301 TREATED SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS SECTION 302 ASPHALT SURFACING (NO CHANGE) SECTION 303 CONCRETE AND MASONRY CONSTRUCTION SECTION 304 METAL FABRICATION AND CONSTRUCTION FOR ORNAMENTAL METAL FENCING, GUARDRAILS, POLES, HANDRAILS, AND TRASH ENCLOSURE GATES SECTION 305 PILE DRIVING AND TIMBER CONSTRUCTION (NO CHANGE) SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS (NO CHANGE) SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION SECTION 309 MONUMENTS (NO CHANGE) SECTION 310 PAINTING (NO CHANGE) City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 2 SECTION 311 SPECIAL PROTECTIVE MATERIALS (NO CHANGE) SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL (NO CHANGE) SECTION 313 PLAYGROUND EQUIPMENT INSTALLATION (NO CHANGE) SECTION 400 ROCK PRODUCTS (NO CHANGE) SECTION 500 SYSTEM REHABILITATION (NO CHANGE) SECTION 600 MODIFIED ASPHALTS (NO CHANGE) City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 3 MdtylM1019 rel J,149:1 N r1I &I 201-1.2 Crushed Rock and Rock Dust 1. General [Add the following]: Infield Mix material shall be ProGold as provided by Gail Materials or approved equal. Contractor to contact David. Dzwilewski at (951) 741-7625 to arrange for pre - construction site visit and overview of Pro Gold installation and integration with existing infield mix. Provide 72 -hour notice. Submit ''Y2 cu. ft. sample for City review and approval prior to acquisition. SECTION 201 - CONCRETE MORTAR AND RELATED MATERIALS f�Iry6�1�1;Y��1►1�Z«I�tr�l�►�itZ�7�[�37�ifd 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 epoxy Grade 60 steel conforming to ASTM A775 with 3 -inch minimum cover unless shown otherwise on the plans. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 4 SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE (RCP) 207-2.1 General These specifications apply to reinforced concrete pipe intended to be used for the construction of storm drains, and related structures. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil [No change to "Greenbook"] 212-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.3 Commercial Fertilizer [Add the following paragraphs]: Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing weight and analysis attached to each sack. The following commercial fertilizer and soil preparation shall be for bid purposes only. Exact quantities and recommendations may be determined by the Contractor provided soil fertility and agricultural suitability test to be prepared by Soil and Plant Laboratory, Inc. (714) 282-8777 or approved equal testing facility. Tests shall be provided by the Contractor at no additional cost to the City and shall be included in the base bid. Test shall be performed after final grading has been completed and approved by the City. All areas to be landscaped with a slope of 3:1 or less shall be cross -ripped or otherwise tilled to a depth of 18 to 24 inches. Uniformly spread and cultivate amendments thoroughly by means of mechanical tiller into top 6" of soil in all planting areas. Application rate per 1,000 square feet: Commercial Fertilizer 6-20-20 25 pounds Soil Sulphur 20 pounds Granular Gypsum 100 pounds Nitrogen stabilized sawdust ("Greenbook" — Type I Organic Amendment) 6 cubic yards Planting Tablets: Provide slow-release type with potential acidity of not more than 5 percent by weight containing the following percents by weight of nutrients listed; 20 - nitrogen, 10 -phosphoric acid, 5 -potash, 2.6 combined calcium, 1.6 -combined sulphur 0.35 -iron (elemental) from ferrous sulfate. Provide in 21 gram tablets manufactured by Agriform, or other approved. Landscape areas with gradients greater than 3:1 shall receive a uniformity broadcast application of the following: City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 5 300 lbs/Acre Nitroform (38-0-0, WIN 27%) 600 lbs/Acre 6-20-20 212-1.2.4 Organic Soil Amendment. Paragraph 1 shall be deleted and replaced with the following: Organic Soil amendment material shall conform to Type 1 unless otherwise designated. Delete paragraph references to Type 2 and Type 3 soil amendments. The following subsection shall be added: 212-1.2.6 Soil Herbicide to be applied to any turf areas noted to be killed/removed on demolition plans. Landscape areas: A commercially manufactured non-selective herbicide ("Round -up" or approved equal) for total control of vegetation products shall meet all federal and state regulations pertaining to the use of such substances. Application and rate of application shall follow manufacturer's recommendation. Application shall not be made until obtaining written approval from the City. Add the following subsection: A. Root Growth Stimulant: Stimulant shall be Vitamin B -I as manufactured by Cal - Liquid, Cooke, Chican, Ortho, or other approved equal. A. Fertilizer will not be used at time of planting. After four months, use a light application of 20:10:5 approximately 1/2 Ib. nitrogen per tree cultivated into soil. 212-1.4.5 Sod Sod shall be Marathon II (42" rolls) as provided by Southland Sod Farms or approved equal. Contact: (800) 532-3489. City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 6 SECTION 300 — EARTHWORK 300-1.1 General 1. All clearing and grubbing, grading and earthwork shall be performed per plans, technical specifications and in accordance with the Geotechnical Report. 2. Following City approval of Contractor herbicide (Roundup or approved equal), and prior to the pulverization process (see Section 301) Contractor shall apply herbicide to all existing turf areas designated for removal within all proposed synthetic turf areas and not within 5' of the dripline of the adjacent existing trees. Any and all turf within 5' of existing trees shall be manually surface -scalped down to the beginning of the root zone and removed. Contractor shall have a Licensed Pest Control Advisor submit to the City a Pest Control Recommendation for the application of any pesticide/herbicide on City property. It must be applied by a Qualified Applicator. Both of these licensees are regulated by the California State Department of Pesticide Regulation. The turf kill process shall last for a period of not less than 15 days to kill all living plant material (except existing trees). During the turf kill process, the area shall be allowed to dry out. Following complete turf kill (to be approved by Engineer) scalp turf areas down to the beginning of root zone. Any and all turf within 5' of drip line of trees shall be manually scalped down to the beginning of the root zone. Remove all scalped turf from the project site per Section 300-1.3. Following turf kill and removal, process exposed subgrade per Section 301. Any and all earthwork/demolition within 5' of dripline of existing trees shall be conducted with the oversight/supervision of the City Arborist to verify no damage shall be imparted to existing trees. Perform grading within contract limits, grading around trees, including adjacent transition areas to new elevations, levels, profiles, and contours indicated. Grading and earthwork for the renovated infield shall include integration, mixing and compaction of new 'Pro Gold' infield mix with existing to achieve homogenous blend. Contractor to contact supplier noted below and meet on site City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 7 to obtain an overview of methodology regarding integration of new infield mix with existing. Compaction and final grading shall be to the satisfaction of the City and per recommendations of Gail Materials Representative, Dave D. (951) 741- 7625. 6. Any existing tree roots encountered which are 2" or greater in dimension shall be hand dug/excavated. Cutting of any roots 2" or larger in dimension will be performed under the supervision and approval of the City Arborist. No ripping of existing roots 2" or larger in dimension shall be permitted. 7. Removal of existing trees as noted on demolition plan shall include stump grinding of existing roots to a depth of 24". Contractor shall provide City approved backfill of stump ground holes. Resultant grade shall be compacted to 85% unless otherwise noted on plans or Geotech Report. Finish grade shall be smoothly feathered and transitioned to adjacent grade. 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://newportbeachGa.gov/index.aspx?page=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. 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 clean 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. City of Newport Beach Provisions &Technical Specifications Bonita Creek Parrs Synthetic Field Turf Replacement Project TS 8 SECTION 301 — TREATED SOIL SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 Subgrade Preparation 301-1.2 Preparation of Subgrade Add to this section: 1. All subgrade preparation shall be performed in accordance with the Geotechnical Report, See Appendix A. The upper 8 inches of the exposed subgrade should be pulverized, moisture conditioned, and recompacted to a minimum 95 percent relative compaction, in accordance with ASTM D 698. Subgrade pulverization should be performed utilizing a pulverization machine (such as a Caterpillar RR -250 Road Reclaimer, or equivalent) that is capable of thoroughly pulverizing the subgrade to the satisfaction of the project geotechnical engineer. Equipment available from Arrow Asphalt 1620 W. Pellisier Road Colton. CA 4. Project Geotechnical Engineer shall review and approve pulverized soil to verify existing organics have been sufficiently pulverized prior to grading. Contractor shall be responsible for continued pulverization to the satisfaction of the project geotechnical engineer prior to commencing with grading operations. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General The following paragraphs shall be added at the end of the subsection: Inspection will be required for the following parts of the work: At completion of rough grade prior to incorporation of soil amendments. Mainline pressure test. C. Irrigation coverage test and verification of irrigation system in its entirety prior to initiating planting/soil preparation operations. d. At completion of incorporation of soil amendments and fine grading. e. Prior to digging plant pits for trees and shrubs. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 9 f. During backfilling of plant pits with amended backfill. g. Maintenance period shall not begin until final installation inspection is made, and establishment of new sod has been verified. City inspector shall approve commencement date of maintenance prior to the commencement of said maintenance. h. Final review and acceptance at the end of the maintenance period. 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.1 General. The following paragraph shall be added at the end of the subsection: The Contractor shall apply water as necessary to provide ideal moisture content for tilling and for planting as, herein specified. 308-2.2 Trench Excavation and Backfill. The second and last paragraph shall be deleted and the following added: The depth of cover over pipelines and conduits shall be per Drawings. The trenches shall not be backfilled until all required tests are performed. A fine granular material used for bedding and backfill will be placed on all lines. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stones. The finished surface shall be restored to the grade established prior to excavation. All mounding and divots shall be graded smooth to the satisfaction of the Engineer. If settlement occurs, and subsequent adjustments in pipe, valves, valve/utility boxes, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments. 308-2.2.1 Trenching and Backfilling Under Paving. The following subsection shall be added: Where irrigation lines are called for on the plans to be placed within a sleeve the PVC sleeve to be provided for such work shall be Schedule 40 PVC sleeve, unless otherwise noted. 308-2.2.2 Trenching/grading Adjacent to Existing Trees. The following subsection shall be added: City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 10 Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and selectively removing tree roots that interfere with the work. The Contractor shall submit recommendations by its sub -contracting arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644-3083) at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed 1700T13=2 41r$ on T111 Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Where it is necessary to excavate/grade adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 11 two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Trenches adjacent to trees should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. Any and all grading within 5' of dripline of existing trees shall be performed under the supervision of the City. 308-2.3 Topsoil Preparation and Conditioning 308-2.3.2 Fertilizing and Conditioning Procedures. The first paragraph of the subsection shall be deleted and replaced with the following: The planting areas shall be brought to rough grade whereupon Fertilizer and Soil Conditioning required for the native soils for the intended landscape planting shall be added based upon the recommendations of Soils Fertility and Agricultural Suitability Report. (See Section 212) The Contractor, at no additional cost to the City, shall make two additional soils tests for agricultural fertility and suitability and fertilizer and amendment recommendations of all planting areas upon completion of excavation, topsoil backfilling, and grading. The Contractor shall amend it as necessary to comply with the soils test report at no additional cost to the City. 308-2.3.3 Weed Control. The following subsection shall be added Contractor shall manually remove all weed growth from landscape areas to receive new turf sod prior to finish grading and soil preparation. 308-2.4 Finish Grading. The following shall be added to the last sentence of the second paragraph. ...except where water is designed to flow over the same. The following paragraphs shall be added following paragraph two: Finish grades shall be those indicated on the drawings or as may be controlled by existing installations. Grades not otherwise indicated shall be uniform, and straight graded between points where elevations are noted. Minor modeling of the ground surface may be required. Landscape areas to receive turf shall be rolled with a water drum in a north/south and then east/west direction. Low spots and high spots in the terrain shall be backfilled and tamped or bladed and spread. The resultant grade shall be smoothly, evenly contoured and transitioned with existing grade to the satisfaction of the Engineer. Compaction of grade to receive new sod shall be 85% unless otherwise noted. The gradient shall be as noted on plans. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 12 Grading shall provide for the natural run-off of water without low spots or pockets. Flow lines shall be set by instrument and shall be the maximum gradient possible. 308-3 HEADER INSTALLATION The following subsection shall be added: 308-3.1 Concrete Headers. Concrete headers shall be constructed where shown on the plans and specifications. All concrete work shall conform to the requirements of subsections 201-1 and 301-1 and per Project Plans. [ci�%3l���IIiP►[e3 308-4.3 Layout and Plant Location. The following paragraph will be added at the end of the subsection: Quantities for turf grass shown on the legend are for estimate purposes only. Final quantities for plant materials installed shall be governed by the project areas scalped or damaged as a result of project implementation. Quantities shall be verified in bid documents and discrepancies between the planting plans and the bid schedule shall be noted on bid schedule by Contractor at the time of bid submittal. 308-4.8.3 Sod. 1. Following incorporation of amendments, grade shall be drum rolled in both directions to achieve smooth, even of surface area to receive sod. Compaction shall be 85%. 2. Sod shall be provided in 42" widths and laid with longer seams perpendicular to slope. 3. Seams shall be laid in a staggered pattern to minimize erosion. 4. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, wet below the root system of grass and plants. Generally, water once each day for 7 days in cool seasons, for 14 days in hot weather. Base material below synthetic turf per C.S.I. Section for synthetic turf base preparation. See Part II of Technical Specifications. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 13 PART II C.S.I. SPECIFICATIONS FOR: • Section 08210 Landscape Irrigation • Synthetic Turf Sub -base City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 14 SECTION 02810 A. Scope of Work r 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. Related work in other sections: Landscape Planting Landscape Maintenance B. Regulatory Agencies Comply with all applicable state and local codes, ordinances and regulations. Obtain and pay for all permits and inspections required. Erect and maintain barricades, warning signs, lights and guards as necessary to protect all persons on the site as set forth by the City. Coordinate with City Water for hot tap and inspections. Coordination with Orange County Health department for all regulations. C. Quality Assurance and Qualifications 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. 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. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 15 D. Contractor Responsibilities 1. A qualified superintendent shall be present on the site at all times during the progress of the work. The superintendent shall be fluent in English. 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 improvements and shall restore damaged improvements to the original condition to the satisfaction of the Engineer. 5. The Contractor shall handle plastic pipe and fittings carefully and store undercover to avoid UV or other damage. Beds on which materials are stored must be full length of pipe. Pipe that has been damaged or dented shall not be used in work. 6. Immediately notify the Engineer 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 Engineer's satisfaction. 8. All irrigation shall be by performed using reclaimed water from Orange County Water District. Contractor shall adhere to all codes and ordinances including cross -connection and signage for this site. E. Site Safetv Erect and maintain any barricades, warning signs, lights and/or guards in addition to those stated on the approved traffic control plans as necessary or required to protect all persons on the site as directed by the City. F. Explanation of Drawings 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 City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 16 be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system 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 Engineer. In the event this notification is not performed, the Contractor shall assume full responsibility for any revisions necessary to correct these discrepancies. G. Submittals Material List: 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 by the Engineer. Review of any items, alternatives or substitutes indicates only that products apparently meet the requirements of drawings and specifications on the basis of information of the samples submitted. Submittals shall be provided within ten (10) working days from the award of the Contract. The complete material list shall be submitted prior to the starting of any work. Catalog data and full descriptive literature shall be submitted. Although equipment on the plans may be different from the examples below, the following is a guide for proper submittal format: Item No Description Manufacturer Model Size(s) 1. Backflow Preventer Febco 825Y 2" 2. Pop-up Spray Head Toro 5702 NA Material list must include all irrigation materials utilized on the project including fittings, glue, primer, etc. Work schedule including coordination of electrical and water connections and the placement of material and equipment. Equipment or materials installed without the prior review of Engineer will be rejected; such materials shall be removed from the site. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 17 H. Substitutions The Contractor may submit proposed substitutions for equipment and materials listed on the irrigation plans in the following manner. The Contractor shall submit to the Engineer for approval on a separate sheet of Contractor's letterhead paper the following: A statement indicating the reason for making each individual proposed substitution(s). Provide descriptive catalog literature, performance charts and flow charts as required for each item the Contractor proposes to substitute, including the sales/manufacturer's regional telephone numbers. Provide the amount of cost savings or overage if the proposed substitute item is approved. Substituted equipment or materials installed or furnished without prior approval of the Engineer may be rejected and the Contractor required to remove such materials from the site at his own expense. The Engineer shall have the sole discretion in accepting or rejecting any proposed substitution. 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. 1. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. 2. Manufacturer's warranty is required on any product offered. 3. If, in the opinion of the Engineer, 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. I. Record Drawings (As-Builts) The Contractor shall provide and keep up to date a complete "record" set of bond prints which shall be corrected daily and show every change from the Contract drawings and specifications and the exact locations, sizes and kinds of equipment. These drawings may also serve as work progress sheets and may be the basis for measurement and payment for work completed as deemed by the Engineer. This set of drawings shall be kept on the site and shall be used only as a record set. City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 18 The Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed to the Engineer's satisfaction. These drawings shall be available at all times for inspection and shall be kept in a location approved by the Engineer. The Contractor shall dimension from two (2) points of reference the location of the following items. The depth of each item shall also be indicated if required by the Engineer. The minimum height of dimension lines and/or notes shall be .10" unless otherwise directed by the Engineer. Provide a "bar scale" on the plan. 1. Water point of connection 2. Site irrigation supply lines 3. Electrical point of connection 5. Flow sensor 6. Ball valves 7. Quick coupling valves 8. Remote control valves 9. Routing of pressure main line piping, (dimension max.100' along routing) 10. Routing of control and common wire 11. Pull Boxes 12. Electrical wiring and equipment 13. Controllers 14. Other related equipment On or before the date of the final inspection at the end of the Construction Phase, the Contractor shall deliver the corrected and completed record drawings to the Engineer. Delivery of the drawings will not relieve the Contractor of the responsibility of furnishing required information that might have been omitted from the prints compiled at the site. The Contractor shall be fully responsible for correct record drawings. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 19 J. Controller Charts Record drawings (as-builts) shall be evaluated by the Engineer before controller charts are prepared. Provide three (3) controller charts and electronic files for each controller, unless otherwise directed by the Engineer. Provide `Bar" scale on original plan prior to reducing the size. The chart shall show the area controlled by each automatic controller and shall be sized %2" smaller than the controller door on all sides. The chart is to be a reduced drafted copy of the final record drawings. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be revised and made readable prior to when the final controller chart is completed. The chart shall be at least a 30# presentation bond copy. A differing color shall be used to indicate each valve and the same color used to identify the area of coverage for that valve. 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. The charts shall be mounted using Velcro tape. Controller charts shall be completed and approved by Engineer prior to final inspection of the irrigation system. K. Operation and Maintenance Manuals Prepare and deliver to the Engineer within ten calendar days prior to completion of construction, hard -covered three rings binders containing the following information 1. Index sheet stating Contractor's name, address and telephone number, list of equipment with name and addresses of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this Contract. 3. Guarantee statement 4. Complete operating and maintenance instructions on all major pieces of City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 20 equipment in sufficient detail to permit operating personnel to operate and maintain the equipment. Equipment list providing the following for each item 1. Index sheet stating Contractor's name, address, telephone number and name of contact person. 2. Manufacturer's name 3. Make and model number 4. Name and address of local manufacturer's representatives 5. Spare parts list in detail 6. Detailed operating and maintenance instructions for major equipment. Provide two (2) manuals, unless otherwise directed by the Engineer. L. Equipment to be furnished Supply as a part of this Contract the following tools and equipment: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve installed under this Contract. 2. Two (2) quick coupling valve keys. 3. Sprinklers: Spray/rotor head bodies — (5) of each type Nozzles — (5) of each type The above-mentioned equipment shall be turned over to the Engineer at the end of the Maintenance Phase. M. Central Control Not applicable. N. Product Delivery, Storage and Handling 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 City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 21 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. O. Guarantee 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 Engineer or his representative prior to acceptance of the irrigation system. A copy of the guarantee form shall be included in the Operations and Maintenance Manual. The beginning date of the one year guarantee shall be from the written final acceptance date established by the Engineer at the end of the Maintenance Phase. 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 and/or modified 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 and/or workmanship which may develop during the period of one year from the date of completion. We also guarantee to repair or replace any damage resulting from the defects, or the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs, replacements and/or modifications within a reasonable time as determined by the Engineer after receipt of written notice from the Engineer. All repair work shall completed to the satisfaction of the Engineer. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer 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. ..* LOCATION: SIGNED: ACCEPTANCE: SIGNED: PHONE: City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications [OuvrMIX PART 2 — MATERIALS A. General Use only new materials of brands and types noted on the drawings, specified herein, or approved equivalents. B. Pressure Supply Pipe Pressure supply line from point of connection through backflow preventer shall be brass or as per local cross -connection codes. Purple PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping shall be purple PVC Class 315 for all purple pipe 2" and larger, and Schedule 40 for all purple pipes 1-1/2" and smaller with solvent welded joints. 2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification D 1784 or D 2241. All pipe must meet requirements as set forth in Federal Specification PS -21-70 (Solvent -Weld Pipe) and meet requirements of Cell Classification 124548. This compound shall have a 2,000 -PSI hydrostatic design stress rating. 3. PVC solvent -weld fittings shall be Schedule 80, 1-2, 11-1 NSF approved conforming to ASTM test procedure D 2466. 4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of the type and installation methods prescribed by the manufacturer. 5. All purple PVC pipe must bear the following markings: Manufacturer's name Nominal pipe size Schedule or Class Pressure rating in PS NSF (National Sanitation Foundation) approval Date of extrusion City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 23 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 80, injection molded of PVC fitting compound which meets current ASTM D 1784-69 and requirements described in Cell Classification 13454B. Threads required in plastic fittings shall be injection molded. Tees and ells shall be side gated. Use Rockwell Metal Repair Clamp for all mainline repairs. C. PVC Non -Pressure Lateral Line Pipe Non -pressure buried lateral line pipe shall be purple PVC Schedule 40 with solvent -weld joints. 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. 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. 1. Use PVC Slip Fix for lateral line repairs only. D. Threaded Nipples Threaded nipples shall be standard weight, schedule 80, and purple, with molded threads. Assemble threaded fittings using Teflon tape applied to male threads only. E. Joint Primer Type as recommended by manufacturer of pipe. F. Joint Cement Solvent type as recommended by manufacturer. G. Brass Pipe and Fittings Not applicable. H. Ball Valves All ball valves on reclaimed irrigation system shall be as specified on plan and installed per installation detail on plans; Matco 754 Series Full Port Ball Valve. All ball valves on potable irrigation system shall be as specified on plan and City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 24 installed per installation detail on plans; Lasco V20101N-SC 2" SLO-CLOSE Sch. 80 PVC Ball Valve. Flow Sensors Not applicable. J. Quick Coupling Valves Quick coupling valves shall have a brass body designed for working pressure of 150 PSI operable with quick coupler key. Key size and type shall be as shown on plans. Use quick coupling valves with acme threads as indicated below. Hinge cover shall be of heavy duty brass construction with a durable high quality locking purple thermoplastic rubber cover bonded to it in such a manner that it becomes a permanent -type cover. Locate valves within 12 inches of hardscape edge unless otherwise noted on plans. Nelson 42 with 40K key. Refer to plans for part number. K. Normally -Closed Master Valves L. Electric Remote Control Valves Electric remote control valves shall be of the size and type shown on the drawings. Unless otherwise noted on plan or construction details, all electric control valves shall have a manual flow adjustment. Provide and install one control valve box for each electric control valve. Provide and install Christy tags with valve sequence for each valve. Install Griswold DWS -R Series valve. M. Valve Boxes Gate Valves: Use 10" diameter x 10-1/4" round boxes, Carson industries #910- 10-4 with purple bolt down cover or approved equal. Extension sleeve shall be PVC -6" minimum size. Electric Control Valves: Use 12"x18"x12" deep rectangular boxes, Carson City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 25 Industries #1419-12-4 with purple bolt down cover or approved equivalent. Pull Boxes: Pull boxes shall be 10" top diameter, 13" bottom diameter and 10- 1/4" deep round box with lock bolt cover. Box and box lids shall be purple in color. Identification numbers shall be branded onto the box lids in 2 inch high letters and numbers as approved by the Engineer. Vehicle traffic area boxes shall be concrete with cast-iron lid designed for vehicle traffic use. Valve boxes in artificial turf shall be stainless steel manufactured by V.I.T. strongbox. Refer to legend and details for model numbers and ordering information. N. Check Valves Anti -drain valves set in sprinkler risers or pop-up swing joints shall be of heavy- duty virgin UV resistant brown -tone PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel with Buna-N seals. Valve shall be preset at 12 feet of head, (5 PSI) and be adjustable up to 32 feet of head, (14 PSI). Anti -drain valve shall be King Bros. Industries, (KBI), "CV" series or approved equivalent. Check valves are to be installed to prevent low head drainage and are not used in lieu of a backflow prevention device. O. High Voltage Wiring Not applicable. P. Irrigation Control Wiring Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -UF 600 volt with PVC Insulation. Pilot wires shall be red in color. Common wire shall be white in color. Wires for future use to pull boxes shall be striped, red and white, and bundled together in the controller cabinet with plastic zip tie. Install wire in accordance with valve manufacturer's specifications. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible 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. A minimum 36" expansion curl shall be provided within three (3) feet of each wire City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 26 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. All splices shall be made with Spears #DS -100 Dri-Splice Connectors with crimp sleeves and Spears #DS -300 Dri-Splice Sealant. Field splices between the automatic controller and electric control valves will not be permitted without prior approval of the Engineer. 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, refer to plans for number of wires to be pulled to each location. S. Sensor Cable Not applicable. manufacturer's specifications. T. Automatic Controller Not applicable. U. Sprinkler Heads and Bubblers All sprinkler heads shall be of the size, type and deliver the same rate of precipitation with the diameter (or radius) of spray, pressure and discharge in GPM as shown on the drawings. All spray type sprinklers and bubblers shall have a screw adjustment. Riser/swing joint assemblies shall be fabricated in accordance with the irrigation construction details shown on the drawings. Riser nipples for all sprinkler heads shall be the same size as the base opening in the sprinkler body. V. Location Tape Submit a plastic warning/location tape to be used over all mainline, wires, communication cable, conduit, sleeves etc. Do not provide location tape over lateral non -pressure lines. WKWWWWRTYROM, City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 27 A. Site Conditions All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions. 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. 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. 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. 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. Grades shall be within a tolerance of +/- 0.10 foot prior to installing irrigation systems. B. Physical Layout The irrigation lines as indicated on the drawings are diagrammatic. All piping and equipment shall be installed within the project boundaries, even if shown outside the boundaries on the drawings. Equipment or piping shown outside the boundaries on the drawings is for design clarity only. Install all piping and equipment within planting areas. 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 Engineer immediately if obstructions prevent routing as denoted on plans. Lay out irrigation emitters/heads and make any minor adjustments required due to differences between actual site conditions and the drawings. Adjustments shall be maintained within the original design intent and only after receiving approval from the Engineer. Do not exceed the maximum or minimum spacing indicated by the manufacturer. C. Water Supply City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 28 Sprinkler irrigation system shall be connected to water supply points of connection as shown on drawings. Connections shall be made at approximate locations as shown on the drawings. Contractor is responsible for minor changes caused by actual site conditions. Connect to source line per O.C.W.D. (reclaimed water) and City (domestic water) specifications. D. Electrical Supply Not applicable. E. 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. 1. Provide for a minimum of eighteen- (18) inches cover for all pressure supply lines 2-1/2" and smaller. Provide 24" cover for pressure supply lines 3" and larger. 2. Provide for a minimum of twelve- (12) inches cover for all non- pressure lateral lines. 3. Provide for a minimum of eighteen- (18) inches cover for all control wiring, and telemetry cable for flow sensors. 4. Provide for a minimum of twenty-four (24) inches for all sleeving from finish grades under paving and base. F. Backfilling 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 per City Standards. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 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. 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. City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 29 G. Trenching and Backfill Under Paving Install all trenching under paving by jacking and boring methods as approved by the Engineer. H. Assemblies 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. Install no multiple assemblies on plastic lines. Provide each assembly with its own outlet. 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 per 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. 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. Open pipe or tubing ends shall be taped closed during installation to prevent any foreign matter from entering the system. Line Clearance All lines shall have a minimum clearance of six (6) inches from each other and 12" from lines of other trades unless superseded by City of Newport Beach cross -connection details and codes. Parallel lines shall not be installed directly over one another. Reclaimed water lines shall be located a minimum of ten feet (10') horizontal distance from potable water pipes unless the reclaimed mainline is sleeved per Detail I on sheet 16. Place location tape 12" above all mainline piping, low voltage and high voltage wiring. J. Automatic Controller Not applicable. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 30 K. High voltage wiring for Automatic Controller Not applicable. L. Remote Control Valves 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. M. Flushing of System After all new sprinkler pipe lines and risers are in place and connected, and all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened and a full head of water used to flush out the system. Sprinkler heads shall be installed only after flushing of the system has been accomplished. N. Sprinkler Heads and Bubblers Install the sprinkler heads and bubblers as designated on the drawings. Sprinkler heads and/or emitters to be installed in this work shall be equivalent in all respects to those itemized on the drawings. Spacing of sprinkler heads and/or bubblers shall not exceed the maximum as indicated on the drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. All heads shall have purple covers to identify them as recycled water heads. O. Temporary Repairs 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. P. Field Quality Control The Contractor shall flush clean and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways and buildings as much as possible. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 31 If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting at the Contractor's cost. Adjustments may also include changes in nozzle sizes and degrees of arch as required. Lowering or raising of sprinkler heads by the Contractor shall be accomplished within five (5) days after notification by the Engineer. All sprinkler heads shall be set perpendicular to finished grade unless otherwise designated on the plan. Q. Testing of Irrigation System The Contractor shall request the presence of the Engineer at the intervals listed below in advance of any testing. The Contractor shall provide "walkie-talkies" for communication from the review area to the controller location. The Contractor shall provide current record drawings at each review. Before testing mainlines, fill the lines with water for a period of at least 24 hours. All hydrostatic mainline testing shall be completed prior to the installation of remote control valves, quick couplers, or other valve assemblies. 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. All piping under paved areas shall be tested under hydrostatic pressure of 150 PSI and proved water tight, prior to paving. 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. All hydrostatic tests shall be made in the presence of the Engineer. 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 by the Engineer. The Contractor shall furnish the force pump and all other test equipment necessary for the testing of the irrigation system. The Contractor shall make all necessary provisions for thoroughly bleeding the line of air and debris. City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 32 When the sprinkler irrigation system is completed, perform a coverage test in the presence of the Engineer, 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 pass test shall be accomplished before any turf grass material is planted. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements to the satisfaction of the Engineer. R. Maintenance The entire sprinkler irrigation system shall be under full automatic operation prior to any planting. The Contractor shall keep the irrigation system completely operational for the entire length of the Construction and Landscape Establishment and Maintenance Phases of work. S. Clean-up Clean up shall be made on a daily basis. 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. T. Final Observation Prior to Acceptance The Contractor shall operate each system in its entirety for the Engineer at the time of final observation at the end of the Maintenance Phase. Any items deemed not acceptable by the Engineer shall be reworked to the complete satisfaction of the Engineer. The Contractor shall show evidence to the Engineer that the City has received all accessories, charts, record drawings and equipment as required before the final observation can occur. U. Observation Schedule The Contractor shall be responsible for notifying the Engineer in advance for the following observations, according to the following time schedule. The Contractor shall be familiar with the number and type of irrigation observations necessary prior to work. Typical observations may consist of, but not be limited to the following: 1. Pre -job conference 7 days City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 33 2. Pressure supply line installation and testing 48 hours 3. Automatic controller installation 48 hours 4. Control wire installation 48 hours 5. Lateral line and sprinkler installation 48 hours 6. Coverage test 48 hours 7. Observation to begin Plant Establishment Phase 7 days 8. Observation at end of Plant Establishment Phase 7 days 9. Final observation at the end of the Maintenance Phase 7 days In the event the Contractor calls for an observation without record drawings, without completing previously noted corrections, or without preparing the system for proper observation to the satisfaction of the Engineer, the observation may be postponed. END OF SECTION City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 34 71A&1111114:14N:4 1 1111 1.1 SUMMARY A. Work Included: Synthetic turf drain bed, perforated pipe sub -drains, and synthetic turf system edge anchorage. B. Related work specified elsewhere: 1. Excavation & Sub grade preparation. 2. Storm Utility Drainage Piping. 3. Concrete headers, Division 3. �91�-TWO 12t CaP [OT&TI L01 *014 A. The general contractor shall provide the synthetic turf aggregate base system and related appurtenances, including but not limited to sub -drains, concrete headers & edge anchorage details, ready to receive the synthetic turf fabric. It is the intent of this paragraph that all work necessary to provide synthetic sports turf, complete and ready for play, shall be included in the scope of the General Contract. 1.3 QUALITY ASSURANCE A. Contractor qualifications: 1. Installers of the synthetic turf base system shall: a. Possess a Class A California Engineering Contractor's License. b. Have prior direct experience in preparing a drainage base for synthetic turf sports fields and must have installed a minimum of 5 such base systems for Soccer or Football in California during the past 3 years, with a minimum size of 60,000 SF per field. 2. Submit evidence of installing contractor qualifications prior to award of bid. B. Changes & Substitutions: 1. The contractor shall strictly adhere to the procedures outlined under this Section. Any variance from these requirements will only be accepted by the Owner upon acceptance in writing by the synthetic turf contractor onsite representative, verifying that the changes do not in any way affect the synthetic turf warranty. C. Synthetic Turf Warranty Requirements: 1. Completed Work of this section shall comply with the following: a. Compaction of sub -grade: minimum 95% Standard Proctor density. b. Planarity of sub -grade: tolerance of one quarter inch (1/4") in ten feet (10'). c. Compaction of aggregate base: Shall be compacted to a minimum of 95%, and no more than 97%, Standard Proctor density. City of Newport Beach Bonita Creek Pani Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 35 d. Surface tolerance of aggregate base: not to exceed 1/4 inch over 10 feet and %2" from design grade. D. Coordination: 1. Coordinate locations of connections to storm drainage system. 2. Coordinate work with installation of underground piping beneath synthetic turf and with installation of field appurtenances located within the Synthetic Turf limits and other items required by Contract Documents. 1.4 FIELD QUALITY CONTROL & ACCEPTANCE OF WORK A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. 1. Tests shall include compaction and proof roll testing of sub -grade, finish grade and each lift of synthetic turf base, measured at a minimum of 12 locations randomly spaced across the surface of each field. 2. The independent testing agency shall also test aggregate base material upon delivery to the job site to verify that material meets the specified gradation & permeability requirements. Testing shall be provided for every 500 Tons of material delivered to the site. 3. Testing agency will test compaction of soils & base materials in place according to ASTM D698, ASTM D 2922, as applicable. 4. Contractor's surveyor will verify proper elevation of header board around entire perimeter of field, and submit to the Engineer for approval. B. Independent testing agency results verifying compliance with compaction & permeability requirements shall be supplied to the synthetic turf contractor prior to the commencement of synthetic turf installation. 1. The synthetic turf contractor will not proceed with the installation of the synthetic turf surfacing system until acceptable compaction and permeability test results have been achieved. C. Synthetic turf contractor will provide acceptance of the surface planarity synthetic turf base to Owner prior to start of their work. 1. General Contractor's responsibility shall include correction of any defects in synthetic turf base and edge anchorage details identified by the synthetic turf contractor. D. Materials and Work not conforming to specified requirements shall be promptly removed, replaced and reinstalled as part of the work of this section at no cost to the Owner. A. General: Submit in accordance with General Provisions. B. Contractor Qualifications. C. Product Data: Submittals required: 1. Aggregate base material including sieve size analysis & source 2. Woven Geotextile 3. Perforated Pipe Sub -drainage pipe & fittings 4. Certification that the submitted products are in compliance with the specifications City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 36 D. Samples: Submittals required: 1. Woven Geotextile .•r 2.1 WOVEN GEOTEXTILE LINER A. The prepared soil subsurface is to be isolated from the installed field and drainage system above it with a fabric membrane placed across the entire surface of the field. This insures no mixing of the soil sub surface with the aggregate drainage system. B. The Woven Geotextile shall be: 1. Mirafi 500x or approved equal. C. The Woven Geotextile Liner is to be additionally draped and formed into the perimeter drainage trenches to insure separation of surrounding soil and drainage stone. A. All specific pipes are noted on the Contract Drawings B. 4" through 10" solid wall and perforated drainpipe shall be smooth interior wall conforming to AASHTO M252. C. 12" through 36" solid wall and perforated drainpipe shall be smooth interior wall conforming to AASHTO M294 Type S. D. Fittings and couplers shall be split couplings or snap couplings manufactured by the same manufacturer as the corrugated polyethylene pipe. 2.3 CRUSHED AGGREGATE STRUCTURAL BASE A. Material to be open graded, fractured friction course that provides adequate mechanical stability and compaction for athletic field applications. B. Installed drainage properties to exceed 28 inches per hour. Testing Methods: For lab samples, ASTM D2434-68 (2006) "Standard Test Method for Permeability of Granular Soils (Constant Head) For field tests, ASTM D3385-09 "Standard Test Method for Infiltration Rate of Soils Using Double Ring Infiltrometer or BSI 7044 "Artificial Sports Surfaces — Test Method 4" C. Material to be clean with minimal fines as described in gradation table below. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 37 D. Material to be minimum 100% fractured with at least one mechanical fracture per particle greater than 1/4" sieve size. E. Comply with the gradation criteria for the California Department of Transportation 3/4" Permeable Class II (Section 68): Mesh Size % Passing 1" 100 3/4" 80-100 3/8" 30-50 #4 25-40 #8 10-30 #30 7-25 #40 5-17 #50 0-7 #200 0-3 1. Acceptable local sources: a. Vulcan Materials Company, Western Division, Carroll Canyon: "Turf Perm 40% 3/4"CR, 20% 1/2"CR, 20% 3/8"CR, 20% FS -30" b. FST Sand & Gravel, Corona, California tel. (951) 277-8440 "Class II Permeable Base" c. Other sources complying with specified requirements. 2. Soft lime stones and shale materials are not acceptable. 3. Questionable materials shall be tested at the Contractor's expense using a sulfate soundness test (ASTM C-88) and LA Abrasion Test (ASTM C-131). Test Method Criteria Sulfate Soundness (ASTM Not to exceed 12% Loss C-88) Not to exceed 40 LA Abrasion (ASTM C-131) F. Aggregate material for backfill around the Perforated Collector pipe system shall be ASTM #57 Crushed Stone. 2.4 PERIMETER CURBING AND TURF FABRIC ATTACHMENT A. Formed in place concrete curb wall. 1. Concrete curb shall be, trowel finished where exposed. 2. Concrete as specified in Division 3, requirements for footings. B. Synthetic Turf nailer board. 1. Recycled plastic polymer landscape board, 2 x 4 nominal, TREX or approved equal. C. Fence footings where required. PART 3 -EXECUTION 3.1 PREPARATORY WORK City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 38 A. Examination of Site: 1. Examine site for conditions that will adversely affect execution, permanence, and quality of work. 2. Verify that underground utility & irrigation piping below sub -grade of synthetic turf base has been completed and the work of this section can properly proceed. 3. The Contractor shall be responsible to close and cover, in a manner acceptable to the Owner, any existing basins, which the Owner determines to be detrimental to the function of the new artificial turf field. 3.2 EXCAVATION & SUB -GRADE PREPARATION A. Methods as specified in Part I for specifications and project geotechnical report (see Appendix A). B. Sub -grade of base material shall be sloped of at a minimum grade of 0.5% towards perforated pipe sub -drains as shown on the drawings. C. Trench sub -grade locally as required to achieve design slopes on sub -drain collector pipes. D. Compaction: 1. After sub -grade has been properly graded, contoured and sloped as required, compact soil materials to not less than the following percentages of maximum dry unit weight according to Standard Proctor procedure, ASTM D 698. a. Under synthetic turf, pulverize, moisture condition, and recompact top 8 inches of existing subgrade to a minimum 95 percent, in accordance with ASTM D 698. E. Tolerances: 1. Compacted sub -grade shall conform to required elevations within a tolerance of one quarter inch (1/4") in ten feet (10'). 3.3 WOVEN GEOTEXTILE LINER A. The prepared soil subsurface is to be isolated from the installed field and drainage system above it with a Woven Geotextile Liner placed across the entire surface of the field. This ensures no mixing of the soil sub surface with the aggregate drainage system. B. The liner shall be placed and overlapped in accordance with the Manufacturer's written recommendations. A. Examine the areas and conditions under which the subsurface drainage system work is to be installed. Correct any and all conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until satisfactory conditions have been corrected. B. EXCAVATION FOR PIPE City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 39 Excavation shall consist of the removal of all material of every description to the depths and grades designated on the plans and specified herein. If the material at or below the designated grade for which the pipe is to be laid is unsuitable for pipe foundation, then the material shall be removed to such depths and widths as required and replaced with approved foundation material. Excavation for installation of pipes shall be in trenches to the lines, grades and widths as per the Contract Drawings and in accordance with Safety and Health Regulations (OSHA). In all cases trenches shall be excavated in a manner to ensure the proper and timely completion of the work. C. INSTALLATION Once said trench has been excavated to the proper lines, grades and widths, the geotextile fabric shall be installed as per Manufacturer's Specification. Underdrain pipe shall be installed according to ASTM F-499, recommended installation practices and as recommended by the pipe manufacturer. Pipe laying work shall commence at the main collector line and shall proceed upgrade. Pipe shall be laid true to line and grade in such a manner as to assure a close concentric joint with the adjoining pipe. Trenches shall be kept free of water and debris. Pipe shall not be laid when the condition of the trench or weather is unsuitable for such work. At the completion of each underdrain line installation, place a cap or plug in the up- stream end as to prevent unwanted material and debris from entering the pipe. D. INSPECTION After installation of pipe, inspect to determine whether line displacement or other damage has occurred. Make inspections after lines have been installed prior to backfilling, during the backfilling process, and again at the completion of backfilling. Backfill material shall conform to the material as specified in this section, "Crushed Aggregate Structural Base." If inspection indicated poor alignment, debris, displaced pipe, infiltration or other defects, take whatever steps are necessary to correct such defects at no additional cost the Owner. 3.5 PERIMETER CURBING AND TURF FABRIC ANCHORAGE A. A continuous perimeter concrete header, either exposed or concealed as shown on plans, is required around the entire perimeter of all synthetic turf areas. See plans, details and related specifications. B. Install formed in place concrete curbs in accordance with the requirements of Division 3 and as detailed. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 40 C. Attach 2 x 4 TREX composite nailer boards to concrete with Spike MH fasteners size to be 3.5" long by Y4" manufactured by Powers Fasteners or equal every 2 feet on center per manufactures instructions. 1. TREX composite 2x4 nailer boards will serve as the attachment surface for the synthetic turf fabric. 2. Nailer boards shall be continuous around entire perimeter of all synthetic turf areas. 3. Top of 2x4 nailer boards shall be 1-518" inches from top of edge attachment. 3.6 INSTALLATION OF BASE A. Place structural base materials in layers not more than 4 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 1. Minimum nominal compacted thickness of base layer, 4 inches. B. Place materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact structural base materials to the following percentages of maximum dry unit weight according to ASTM D 698: 1. Shall be compacted to a minimum of 95%, and shall not exceed 97% Standard Proctor density. 2. Stone base material shall be placed with adequate moisture content to prevent segregation of the particles during grading. D. The finished grade of the aggregate base shall not vary more than a quarter of an inch ('Y4") in ten feet (10') and 'Y? from design grade. Laser _grading equipment, with fully functioning machine control systems shall be used throughout the placement of the base and fine grade operations. E. Prior to acceptance of the base, a survey of the finished spot grades is to be developed by a State Licensed Surveyor over the entire surface in a 25 foot grid. The survey shall be certified (signed) and submitted to the Engineer, its representatives, and the synthetic turf contractor for approval prior to installing the synthetic turf. 3.7 FIELD BOXES A. Install field boxes as required for all field appurtenances such as irrigation cool - down heads, quick coupler valves, electric outlets, etc. as specified elsewhere and as detailed. B. Backfill around field boxes with structural base material and compact backfill using methods approved by the Geotechnical Engineer. 1. Required compaction percentages around field boxes shall match requirements for structural base. 3.8 FIELD QUALITY CONTROL A. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent work only after test results for previously completed work comply with requirements. City of Newport Beach Provisions &Technical Specifications Bonita Creek Park Synthetic Field Turf Replacement Project TS 41 B. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace materials to depth required; re -compact and retest until specified compaction is obtained. C. Areas that exhibit segregation of the base material shall be removed and replaced with properly moisture conditioned base material, compacted, and graded to the tolerances noted in this specification. 3.9 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, contaminated, or where they lose compaction due to subsequent construction operations or weather conditions. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off the City's property. AN*X16J;&d* 1141Z City of Newport Beach Bonita Creek Park Synthetic Field Turf Replacement Project Provisions &Technical Specifications TS 42 By GMU Geotechnical, F]Gmu GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 100 Civic Center Drive, Newport Beach, CA 92660 ATTENTION: Mr. Peter Tauscher 23241 Arroyo Vista Rancho Santa Margarita CA 92688 voice: 949.888.6513 fax: 949,888.1380 web: www,gmugeo.com DATE: March 4, 2015 GMU PROJECT: 14-125-00 SUBJECT: Geotechnical Investigation for Proposed Artificial Turf Fields Project — Bonita Creek Park, City of Newport Beach, California WE ARE SENDING THE FOLLOWING: One (1) electronic copy of our "Geotechnical Investigation for Proposed Artificial Turf Fields Project — Bonita Creek Park, City of Newport Beach, California," dated March 4, 2015. OW, GEOTECHNICAL, INC. 23241 Arroyo Vista Rancho Santa Margarita CA 92688 voice: 949.888.6513 fax: 949.888.1380 web: www.gmugeo.com Geotechnical Investigation for Proposed Artificial Turf Fields Project, Bonita Creek Park, City of Newport Beach, California Prepared for City of Newport Beach March 4, 2015 GMU Project No. 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California TABLE OF CONTENTS Description Page INTRODUCTION...........................................................................................................................1 PURPOSE....... ........ __ ... .................... _ ......... .......... ...... ....... - .......................... ......... _J SCOPE.. ......... .................... ................................ _ ................. ........ ........... .................. I SITE LOCATION AND DESCRIPTION.......................................................................................2 PLANNED IlVIPROVEMENTS.........................................................................................:............2 SITE RESEARCH AND BACKGROUND GEOLOGY................................................................2 SUBSURFACE EXPLORATION......... ...... _ .... ............. __ .... .................. ___ .... ... ...... ........... _3 LABORATORYTESTING.............................................................................................................3 INFILTRATION TESTING............................................................................................................3 GEOLOGICFINDINGS.................................................................................................................3 REGIONAL GEOLOGIC SETTING..................................................................................3 LOCAL GEOLOGY AND SUBSURFACE SOIL CONDITIONS....................................4 Topsoil....................................................................................................................4 Alluvial/Fill Deposits(Qal/Af).................................... GROUNDWATER.............................................................................................................4 FAULTING AND SEISMICITY........................................................................................4 SEISMIC HAZARD ZONES .................... ....................................... ...:............................ ...5 GEOTECHNICAL ENGINEERING FINDINGS..........................................................................5 SOILEXPANSION.............................................................................................................5 SOIL CORROSION.............................................................................................................5 SOIL INFILTRATION RESULTS......................................................................................5 EXCAVATION CHARACTERISTICS...............................................................:..............6 Rippability................................................................................ ..................... .. ..... ...6 Trenching.................................................................................................................6 VolumeChange.......................................................................................................6 CONCLUSIONS AND RECOMMENDATIONS....._...................................................................6 DEVELOPMENT FEASIBILITY.......................................................................................6 SITE PREPARATION AND GRADING........................................................................................7 General.....................................................................................................................7 Demolition and Clearing..........................................................................................7 CorrectiveGrading..................................................................................................8 FILL MATERIAL AND PLACEMENT.. ................................................ .......................... 8 Suitability of On -Site Soils..... ...................................... .......... _ ............. ........... ImportSoils..............................................................................................................8 Compaction Standard and Methodology.................................................................9 MaterialBlending....................................................................................................9 Useof Rock..............................................................................................................9 March 6, 2015 i GMU Project 14125-00 TABLE OF CONTENTS (continued) Description Page TEMPORARY EXCAVATION STABILITY....................................................................9 UTILITY TRENCH BACKFILL CONSIDERATIONS...................................................10 General. ........ -- .... .............. ....................................... ............................. I ..... ---10 PipeBedding..........................................................................................................1.0 TrenchBackfill ......................................................................................................10 DRAINAGE SYSTEM RECOMMENDATIONS............................................................11 FOUNDATION DESIGN RECOMMENDATIONS........................................................12 Structure Seismic Design.......................................................................................12 Pier Foundations for Goal Posts and Light Poles......:...........................................13 CONCRETE......................................................................................................................13 CORROSION PROTECTION OF METAL STRUCTURES...........................................14 FUTURE PLAN REVIEW.........:..................................................................................................14 GEOTECHNICAL OBSERVATION AND TESTING..... .................. .......... ........... -- ........... 15 LIMITATIONS..............................................................................................................................15 SUPPORTINGDATA...................................................................................................................16 REFERENCES..............................................................................................................................17 PLATES Plate 1 Location Map Plate 2 Geotechnical Map APPENDIX A: Exploration Procedures and Drill Hole Logs APPENDIX B: Geotechnical Laboratory Procedures and Test Results March 04, 2015 i GIv1U Project 14-125-00 INTRODUCTION This report presents the results of our geotechnical investigation for the Artificial Turf Fields proposed within the Bonita Creek Park which is located within the City of Newport Beach, California (see Plate 1—Location Map). The purpose of this report is to provide: 1) a review of the preliminary site plans; 2) a summary of our geotechnical investigation, data, and conclusions; and 3) geotechnical recommendations pertaining to site grading and for the design and construction of the proposed Artificial Turf Fields. The following scope of work was performed as part of the preparation of this investigation report: SCOPE 1. Reviewed background information pertaining to the site, including published regional geologic maps and literature. 2. Performed an initial site reconnaissance to assess current surface conditions and mark the site for underground DigAlert as required by law. 3. Conducted a subsurface exploration program that consisted of drilling five hollow -stem auger drill holes to obtain bulk and drive samples for geotechnical testing. The borings were logged by our staff engineer and samples were collected for laboratory testing. Additionally three infiltration tests were performed utilizing the shallow percolation test procedure. 4. Performed laboratory testing on bulk and undisturbed samples that were collected during our subsurface exploration. 5. Interpreted and evaluated field conditions and laboratory data. 6. Performed geotechnical engineering analyses using the field and laboratory data in conjunction with the conceptual site plan. The analysis addressed site seismicity, foundation design, groundwater, and site grading. Prepared this report which summarizes'the results of our research, subsurface exploration, laboratory and field testing, analyses, conclusions, and recommendations relative to the subject pole foundation design and general adjacent site developments of the subject project. Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California SITE LOCATION AND DESCRIPTION The subject site is located south of University Drive, east of La Vida and north of La Salud within the City of Newport Beach. The general location of the site with respect to nearby roadways is shown on the attached Site Location Map - Plate 1. The site is currently occupied by two sports fields (softball and football/soccer), restrooms and concession stands, dugouts and bleachers, a playground, a basketball court, and an asphalt public parking lot. The football/soccer field has goal posts and high mast sports lighting. The asphalt - covered parking lot runs along the east side of the site. The two existing sports fields are surrounded by natural grass and trees to the east, south, and west and by the playground, bathrooms and dugouts to the north. The site drains predominantly towards the east. PLANNED IMPROVEMENTS Based on the reference (1) preliminary study plans by CMX Sports Engineers, it is our understanding that the proposed improvements will include removing the existing natural grass of the softball outfield and soccer/football fields and replacing them with approximately 160,000 square feet of artificial turf. The existing football goal posts will be removed and replaced with new goal posts. These goal posts will be designed using pier footings as their foundations. New lights may also be constructed that will require pier foundations. It is expected that proposed grades will remain essentially the same as existing grades; therefore, only minor cuts and fills will be required to reach design grades for the planned improvements. SITE RESEARCH AND BACKGROUND GEOLOGY As part of the preparation of this report, we reviewed documents for the site including geology maps and previously published geologic reports in order to review site history and identify geologic conditions. These included: Geology and Engineering Geologic Aspects of the South Half Tustin Quadrangle, Orange County, California, Special Report 126 (California Division of Mines and Geology, Miller and Tan, 1976). Seismic Hazard Zone Report for the Tustin 7.5 -Minute Quadrangle, Orange County, California, Seismic Hazard Zone Report 012 (California Division of Mines and Geology, 2001). March 04, 2015 2 GM[J Project 14-125-00 iv1r. Peter Tauseher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Nenport Beach, California SUBSURFACE EXPLORATION Our subsurface investigation consisted of drilling five hollow -stem auger drill holes (DH -1 through DH -5) to depths of 5 to 10 feet to obtain bulls and drive samples for geotechnical testing. The drill holes were logged by our staff engineer and samples were collected for laboratory testing. The locations of the drill holes are shown on Plate 2 — Geotechnical Map, and the logs of the drill holes are included in Appendix A. LABORATORY TESTING Laboratory testing for the subject investigation was performed to determine soil engineering classifications and properties. Laboratory testing included the following: in-place moisture and dry density, maximum density, gradation, Atterberg limits, expansion potential, shear strength characteristics, and chemical corrosion suite. Laboratory procedures and test results are presented in our Appendix B-1 — GMU Geotechnical Laboratory Procedures and Test Results. Pertinent laboratory test data is also shown on our drill hole logs. INFILTRATION TESTING Infiltration testing was performed in general accordance with the Santa Ana Regional Water Quality Control Board Technical Guidance Document (TGD) Appendices dated March 2011, utilizing the shallow percolation test procedure contained in Section VII.3.8.2 To comply with the requirements of the TGD, three (3) 8 -inch -diameter test holes (DH -1, DH -3 and DH -5) were drilled within the site. The infiltration test drill-hole locations are shown for ease of reference on the attached Plate 2 — Geotechnical Map. The logs for the three drill-holes are contained within Appendix A-1, and indicate that the infiltration area is underlain by sandy clays and silty clay materials. The holes were drilled to a depth of 5 feet. The infiltration was monitored for an infiltration zone located at approximate depths of 1 to 5 feet below grade. GEOLOGIC FINDINGS REGIONAL GEOLOGIC SETTING The site is located within the Bonita Creek floodplain within the Tustin plain at the southeastern edge of the Los Angeles Basin. The surficial deposits are composed primarily of Quaternary alluvial deposits but these surficial materials have likely been altered by previous grading activities to create the park. Although not encountered, the bedrock materials underlying the site are most likely sandstones and siltstones of the Niguel Formation. The Iocal geologic structure March 04, 2015 3 GMU Project 14-125-00 Mr. Peter Tauscher, CYCV OF NEWPORT BEACH Geotechnicallnvestigation for Proposed Artificial nrf Fields - Bonita Creek Park, City of Newport Beach, California generally consists of faulting and gently to moderately northerly dipping beds that have been locally folded. Review of the Tustin Quadrangle map indicates the site is not within an Alquist- Priolo Earthquake fault zone. Review of the CGS Seismic Hazard Report for this quadrangle indicates that the site is within an area mapped as being susceptible to seismic induced liquefaction. LOCAL GEOLOGY AND SUBSURFACE SOIL CONDITIONS The subject site is characterized by relatively flat topography and is underlain by younger Quaternary alluvial deposits that appear to have been altered by previous grading activities to create Bonita Park. These materials are locally covered by 4 to 6 inches of topsoil and by grass. Topsoil The topsoil materials consisted of 6 to & inches of medium dense, porous, fine grained sandy clays and sandy silts with abundant roots and organics. These materials are not considered suitable for support of new improvements. AlluvialMll Deposits (QallAf) The alluviunVfill materials were encountered immediately below the topsoil at all the drill hole locations. These materials extended to depths greater than 10.5 feet below the site and consist of moist to very moist, stiff to very stiff, fine grained sandy silts, sandy clays, and silts. The very moist materials are generally present directly beneath the ground surface. These materials are considered suitable for support of new improvements provided that corrective grading is performed as described in a subsequent section of this report. GROUNDWATER Groundwater was not encountered within our borings to the maximum depth explored (10.5 feet), however the depth of historically high groundwater provided in the Seismic Hazard Zone report for the Tustin Quadrangle (CGS, 2001), is 10 feet bgs. Based on the depths of anticipated design and corrective grading within the site, groundwater is not expected to adversely impact the proposed grading or construction. FAULTING AND SEISMICITY The site is not located within an Official Alquist-Priolo Earthquake Fault Zone and no known active faults are shown on current geologic maps for the site. The nearest known active fault is the San March 04, 2015 4 GMU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical lnvestigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California foaquin Hills (blind thrust) fault, which is located approximately 5 kilometers no rthe as t of the site and is capable of generating a maximum earthquake magnitude (Mw) of 7.1. The site is also located near the Newport -Inglewood (offshore) fault, which is located approximately 7 kilometers southwest of the site and is capable of generating a maximum earthquake magnitude (lifw) of 7.5. Given the proximity of the site to these and numerous other active and potentially active faults, the site will likely be subject to earthquake ground motions in the future. SEISMIC HAZARD ZONES Review of the Tustin Quadrangle Hazard Zone map indicates the site is not located within an area designated as being susceptible to earthquake induced landslides; however, it is within an area mapped as being susceptible to seismic induced liquefaction. GEOTECHNICAL ENGINEERING FINDINGS SOIL EXPANSION The on-site soils can be classified as having a medium expansion potential based on our assessment of the soil classifications provided on the logs in Appendix A and the results of an expansion index test contained in Appendix B. A medium expansion potential should therefore be assumed for planning purposes. SOIL CORROSION To evaluate the corrosion potential of the on-site soils to both ferrous metals and concrete, representative samples were tested for pH, minimum resistivity, soluble chlorides, and soluble sulfates. The results of chemical testing contained in Appendix B indicate that the ou-site soils contain very high levels of chlorides, possess a severe sulfate exposure to concrete, and should be considered severely corrosive to ferrous metals. SOIL INFILTRATION RESULTS As described previously, infiltration testing was performed at the site in general accordance with the Santa Ana Regional Water Quality Control Board Technical Guidance Document (TGD) Appendices dated March 2011, utilizing shallow percolation test procedure contained in Section V1I.18.2. March 04, 2015 5 GMU'Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California The measured infiltration rate was found to be 0.00 inch/hour at DH -1, 0.05 inch/hour at DH -3, and 0.03 inch/hour at DH -5. These infiltration rates are well below the required 0.3 inchlhour minimum rate accepted by the TGD. Therefore, the site is not considered acceptable for infiltration of surface water due to the fine grained and low permeability characteristics of the onsite soils. EXCAVATION CHARACTERISTICS Rippability The soil materials underlying the site can be easily excavated with conventional grading equipment such as dozers, loaders, excavators, and backhoes. Trenching We expect that excavation of new utility trenches can be accomplished utilizing conventional trenching machines and backhoes. Trench support requirements will be limited to those required by safety laws or other locations where trench slopes will need to be flattened or supported by shoring designed to suit the specific conditions exposed. Volume Change In order to aid planning for the anticipated grading, we estimate that the change in volume of on-site disturbed surficial falls that are excavated and placed as new compacted fill at un average relative compaction of 92% will result in an average of about 5% loss in volume. It should be noted that the aforementioned value is approximate and is for rough planning purposes only. CONCLUSIONS AND RECOMMENDATIONS DEVELOPMENT FEASIBILITY Based on the geologic and geotechnical findings, it is our opinion that proposed grading and construction is feasible and practical from a geotechnical standpoint if accomplished in accordance with the City of Newport Beach grading and building requirements and the recommendations presented herein. It is also the opinion of GMU Geotechnical that proposed grading and construction will not adversely affect the geologic stability of adjoining properties provided grading and construction are performed in accordance with the recommendations provided in this report. March Oa, 2015 6 GMU Proiect 14125-00 Mr. Peter Tauscher, CITY OF NEWPORT BE, Geotechnical Investigation for Proposed Artificial Turf Fields -Bonita Creek Park, City of Newport Beach, California SITE PREPARATION AND GRADING General The subject site should be precise graded in accordance with the City of Newport Beach grading code requirements (and all other applicable codes and ordinances) and the recommendations as outlined in the following sections of this report. The geotechnical aspects of future grading plans and improvement plans should be reviewed by GMU Geotechnical prior to grading and construction. Particular care should be taken to confirm that all project plans conform to the recommendations provided in this report. All planned and corrective grading should also be monitored by GMU Geotechnical to verify general compliance with the recommendations outlined in this report. Demolition and Clearing Prior to the start of the planned improvements, it is our understanding that some of the existing improvements will need to be demolished (i.e old goal posts). All demolished improvements will need to be removed and disposed of off-site. The old goal post footings should be removed to a depth of at least 2 feet below proposed grade, or to a depth of at least 1 foot below the bottom of the proposed new improvements or grading, whichever is greater. Cavities and excavations created upon removal of subsurface obsttvctions, such as existing buried utilities and subdrains or the upper portions of the old goal post footings, should be cleared of loose soil, shaped to provide access for backfilling and compaction equipment, and then backfilled with properly compacted fill. Within all synthetic turf areas, apply herbicide (Roundup or equivalent) per the manufacturers specifications to all existing natural turf areas designated for removal with the exception of turf areas within 5' of the drip line of adjacent existing trees. The naturel turf kill process shall last for a period of not less than 15 days to kill all living plant material. During the natural turf kill process, the turf shall be allowed to dry out. Following complete natural turf kill (to be approved by landscape architect), scalp the turf areas down to the beginning of the root zone. All scalped turf should be removed from the synthetic turf areas. Any and all turf within 5' of the drip line of trees shall be manually scalped down to the beginning of the root zone. All scalped turf shall be removed from the synthetic turf areas. Within the new synthetic turf field area, a turf killer should be applied to the existing natural grass field. After the natural grass had died and allowed to dry out, the grass should be scalped down to the beginning of the root zone. The project geotechnical consultant should provide periodic observation and testing services during demolition operations to document compliance with the above recommendations. In addition, should unusual or adverse soil conditions or buried structures be encountered during grading that are not March 04, 2015 7 GMU Proiect 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Dirf Fields - Bonita Creek Part , City of Newport Beach, California described herein, these conditions should be brought to the immediate attention of the project geotechnical consultant for corrective recommendations. Corrective Grading As described previously, the surficial topsoil materials to depths of 6 to 8 inches have become dry and desiccated as a result of weathering and root growth. Therefore, after turf kill and removal, the upper 8 inches of the exposed subgrade should be pulverized, moisture conditioned, and recompacted to a minimum 95 percent relative compaction, in accordance with ASTM D 698. During the pulverization process, all significant organics (i.e concentrated root masses, tree roots, wood debris, etc.) should be grubbed out and removed from the area of grading. The corrective grading should be conducted to the satisfaction of the soils technician to ensure that the subgrade soils are thoroughly mixed and that all significant organics (roots, wood debris, etc.) that could decompose with time and cause settlement are removed. Subgrade pulverization should be performed utilizing apulverization machine (such as a Caterpillar RR -250 Road Reclaimer, or equivalent) that is capable of thoroughly pulverizing the subgrade. to the satisfaction of the project geotechnical consultant. Pulverization should be performed across the entire synthetic turf held area. It is proposed to construct the new football goal posts on pier footings that will extend through any unsuitable surfrcial soils. As a result, remedial grading will not be required for the new football goal post areas. FILL MATERIAL AND PLACEMENT Suitability of On -Site Soils Although new fill is not expected to be. required, all on-site soils are considered suitable for use as compacted fill from a geotechnical perspective if care is taken to remove all significant organics (roots) and other decomposable debris, and separate and stockpile rock or broken concrete materials Iarger than 6 inches in maximum diameter. Import Soils Although not expected to be required, import soils should be predominately granular soil material, such as silty sand or, clayey sand and have an expansion index (E.I.) of less than 35. Prior to Much 04, 2015 8 GMU Project 14-1.25-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beacly Califonda allowing soil materials to be imported to the site, a field representative of our firm should sample and test the source of the planned import and provide our approval of the soil materials. Compaction Standard and Methodology All soil material used as compacted fill, or material processed in-place or used to backfill trenches, should be moistened, dried, or blended as necessary and densified to at least 95% relative compaction. It is recommended that fills be placed a minimum of 3% above optimum moisture content. Material Blending The existing artificial fill and native alluvium deposits are expected to be generally above optimum moisture content but may have variable moisture content depending on the season in which work is performed. The majority of the materials to be handled during grading will require some blending and addition of water to meet acceptable moisture ranges for sufficient compaction (i.e., minimrun 3% above optimum moisture content). Use of Rock Significant rock materials greater than 6 inches in diameter are not anticipated during the subject grading. Due to the limited amount of grading and fill placement that will occur, any oversize rock materials that are generated during grading should be collected and hauled off-site. TEMPORARY EXCAVATION STABILITY During site grading, trench excavations may be required for new utility lines, if any. The sidewalls of these temporary excavations are expected to expose topsoil and then alluvium. Based on the anticipated engineering characteristics of these materials, temporary excavations for utility trench walls to a depth of 4 feet maybe made vertically without shoring subject to verification of safety by the contractor. Deeper excavations should be braced, shored, or those portions of the sidewalls above a height of 4 feet, be sloped back no steeper than l:1 (horizontal to vertical). In addition, no surcharge loads should be allowed within 10 feet from the top of cuts. We anticipate the construction excavation walls to be. temporarily stable, provided the above recommendations are followed. However, modifications to these recommendations may be required based on our observations of the actual conditions exposed in the field. Our temporary excavation recommendations are provided only as general guidelines and all work associated with temporary excavations should meet the minimal requirements as set forth by CAL -OSHA. Temporary slope and trench excavation construction, maintenance, and safety are the responsibility of the contractor. March 04, 2015 9 GMU Project 14-125-00 Mr. Peter Tauscher, CITY Or NEWPORT BEACH Geotechnical lovestigation for Proposed Artificial Tuff Fields -Bonita Creek Park, City of Newport Beach, California UTILITY TRENCH BACKFILL CONSIDERATIONS General New utility line pipelines should be backfilled with both select bedding materials beneath and around the pipes and compacted soil above the pipe bedding. Recommendations for the types of the materials to be used and the proper placeLnent of these materials are provided in the following sections. Pipe Bedding The pipe bedding materials should extend from at least 6 inches below the pipes to at least 12 inches above the crown of the pipes. Pipe bedding should consist of either clean sand with a sand equivalent (SE) of at least 30 or crushed rock. If crushed rock is used, it should consist of 3/4 -inch crushed rock that conforms to Table 200-1.2 of the 2012 "Greenbook." Pipe bedding should also meet the minimum requirements of the County of Orange. If the requirements of the County are more stringent, they should take precedence over the geotechnical recommendations. Sufficient laboratory testing should be performed to verify the bedding meets the minimum requirements of the Greenbook. Based on our subsurface exploration and knowledge of the onsite soils, the material that will be excavated from the pipeline trenches will not meet the recommendations for pipe bedding materials; therefore, imported materials will be required for pipe bedding. Granular pipe bedding material having a sand equivalent of 30 or greater should be properly placed in thicknesses not exceeding 3 feet, and thoroughly flooded or jetted in place. Crushed rock, if used, should be wrapped in filter fabric to prevent the migration of fines into the rock. The filter fabric should satisfy the requirements for a Type 180N, nonwoven geotexfile per Table 213-2.2, Section 213-2 of the 2012 "Greenbook." Trench Backfill All existing soil material are considered suitable for use as trench backfill above the pipe bedding zone if care is taken to remove all significant organic and other decomposable debris, moisture condition the soil materials as necessary, and separate and selectively place and/or stockpile any inert materials larger than 6 inches in maximum diameter. Imported soils are not anticipated for backfill since the on-site soils are suitable. However, if imported soils are used, the soils should consist of clean, granular materials with physical and March 04, 2015 10 GMU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWTORT BEACH Geotechnical investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California chemical characteristics similar to those described herein for on-site soils. Any imported soils to be used as backfill should be evaluated and approved by GMU prior to placement. Soils to be used as trench backfill should be moistened, dried, or blended as necessary to achieve a minimum of 3% over optimum moisture content for compaction, placed in loose lifts no greater than 8 inches thick, and mechanically compacted/densified to at least 90% relative compaction as determined by ASTM Test Method D 1557. DRAINAGE SYSTEM RECOMMENDATIONS The installation of a proper drainage system is critical to the long-term performance of the synthetic turf fields. Since the onsite soils are not suitable for infiltration of surface water, a closed drainage system should be used that will collect and deliver all surface water to an existing storm drain system rather than allow the water to infiltrate into the onsite soils. Therefore, a geotextile approved by both the synthetic turf manufacturer and the geotechnical engineer should be placed across the entire bottom surface of the drainage system. A network of drains that consist of either flat drains or perforated pipes should be installed below the synthetic turf fields within trenches that are sloped to the edges of the field where the water can be delivered into deeper perimeter collector drains. The collector drains, in turn, should be connected to a suitable discharge point such as an existing storm drain or catch basin. The drain pipes and collector drains should be surrounded by a base layer of drain rock that can be compacted to a relative compaction between 92 and 95 percent and remain permeable and provide adequate temporary water storage water. The base rock should be capped by at least 2 inches of finish stone consisting of a smaller open graded stone that is also compacted to a relative compaction between 92 and 95 percent. The base and finish stone materials should be placed in thin lifts that are properly compacted before placing the next overlying layer. A woven geotextile such as Mirafr 500x, or equivalent, should be placed between the base rock and finish stone to prevent migration of fines into the base rock zone. The type of materials used, the thicknesses of the base and finish stone layers, the dimensions and spacing of the drain pipes and collector pipes, and the gradients of the drain trenches and turf field stone surface should be in accordance with the synthetic turf manufacture's requirements and with approval by the geotechnical engineer. Drainage and surface gradients should be verified by the project civil engineer.. It is recommended that percolation tests be performed on the base materials prior to the installation of the synthetic turf surface. The base should demonstrate percolation rates that conform to required standards of approximately 10 to 15 mcbes1hour. The turf surface product should be porous and allow infiltration of surface water into the drainage system March 04, 2015 11 GMU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnicallnvestigation,for Proposed Artificial Turf Fields - Bonita Creek Park; City of Newport Beach, California FOUNDATION DESIGN RECOMMENDATIONS Structure Seismic Design The average shear wave velocity for the upper 100 feet of subsurface soils (Vsso) was estimated to be 900 feet per second based on the soil type and data taken during our subsurface exploration. Based on this average shear wave velocity, Table 1.613.5.2 of the 2013 CBC indicates that the site has a stiff soil profile which corresponds to Site Class D. The seismic design coefficients based on ASCE 7-10 and 2013 CBC are listed in the following table. 2013 CBC Site Categorization and Site Coefficients Categorization/Coefficient Design Value Site Class Per Soil Profile Type (ASCE 7, Table 20.3-1) D Short Period Spectral Acceleration Ss` 1.607 1 -sec. Period Spectral Acceleration Sl" 0.587 Site Coefficient Fa Table 11.4-1)" 1.0 Site Coefficient F, (Table 11.4-2)"" 1.5 Short Period MCE'Spectral Acceleration Snr "p 1.607 I -sec. Period MCE Spectral Acceleration SMr " 0.880 Short Period Design Sectral Acceleration SDs=" 1.072 1 -sec. Period Design Sectral Acceleration SWt 0.587 MCE Peak Ground Acceleration (PGA) 0.635 Site Coefficient FPQA (Table 11.8-1)" 1.000 MCE Peak Ground Acceleration (PGAM) 0.635 Modal Contributing Mattaitude to MCE Event 6.96 MCE: Maximum Considered Earthquake Values Obtained from USGS Earthquake Hazards Program website are based on the ASCE7-10 and 2013 CBC and site coordinates of N33.6466' and W117.8631'. The Maximum Considered Earthquake (MCE) Peak Ground Acceleration (PGA) is 0.585g as determined in accordance with the 2013 CBC. This PHGA is primarily dominated by earthquakes with a modal magnitude of 6.96 at a modal distance of 4.7 kilometers from the site using the USGS 2008 Interactive De -aggregation website. It should be recognized that much of southern California is subject to some level of damaging ground shaking as a result of movement along the major active (and potentially active) fault zones that characterize this region. Design utilizing the 2013 CBC is not meant to completely protect against damage or loss of function. Therefore, the preceding parameters should be considered as minimum design criteria. March. 04, 2015 12 GYN Project 14-125-00 Mi. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fietds - Bonita Creek Park, City of Newport Beach, California Pier Foundations It is our understanding that new football goal posts, gate posts and fence posts will be constructed within the site. These features should be supported on pier foundations designed in accordance with the following recommendations: Bearing Materials: The pier foundations should bear into competent soils approved by a representative from GMU. The bottom of all drilled piers should be clean and free of loose soils. Pier Depths: Due to the possible presence of shallow groundwater at depths of 10 feet below the existing ground surface, the piers should have a maximum depth of 7.5 feet. Bearing Capacity Values: End -bearing capacity and skin friction may be combined to determine the allowable bearing capacities of the pier foundations. An allowable bearing pressure of 2000 pounds per square foot (psf) may be used for pier foundations at least 24 inches in diameter and embedded a minimum of 2 feet below the lowest adjacent grade. A value of 225 pounds per square foot may be used to determine the skin friction between the concrete and surrounding soil. Lateral Load Design: Lateral loads may be resisted by friction at the base of the foundations and by passive resistance within the adjacent earth materials. A coefficient of friction of 0.30 may be used between the foundations and the recommended bearing material. For passive resistance, an allowable passive earth pressure of 250 pounds per foot of pile diameter per foot of depth into competent bearing material may be used; however, passive resistance should be ignored within the upper foot due to possible disturbance during drilling. The passive resistance may be assumed to be acting over an area equivalent to two pile diameters. Based on our laboratory testing, the onsite soils have a severe sulfate exposureper Section 1904.3 of the 2013 CBC and high levels of chlorides. Therefore, we recommend the use of Type V cement along with a maximum water/cement ratio of 0.45 for all structural concrete (i.e. pier foundations) in contact with the onsite soils. We also recommend a minimum cover of at least 3 inches of concrete over any reinforcing steel. This recommendation will serve to minimize the potential of water and/or vapor transmission through the concrete and minimize the potential for physical attack to concrete from non -sulfate based salts. In addition, wet curing of the concrete as described in ACI Publication 308 should be considered. March 04, 2015 13 GMU Project 14125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical lnvestigation for: ProposedArti(Icial Turf Fields - Bonita Creek Park, City of Newport Beach, California The aforementioned recommendations in regards to concrete are made from a soils perspective only. Final concrete mix design as well as any concrete testing is outside our purview. All applicable codes, ordinances, regulations, and guidelines should be followed in regard to designing a durable concrete with .respect to the potential for detrimental exposure from the on-site soils and/or changes in the environment. CORROSION PROTECTION OF METAL STRUCTURES The results of the laboratory chemical tests performed on soil samples collected within and adjacent to the subject area indicate that the on-site soils are severely corrosive to ferrous metals. Consequently, metal structures which will be in direct contact with the soil (i.e., underground metal conduits, pipelines, metal sign posts, metal door frames, etc.) and/or in close proximity to the soil (wrought iron fencing, etc.) may be subject to corrosion. The use of special coatings or cathodic protection around buried metal structures has been shown to be beneficial in reducing corrosion potential. The potential for corrosion of ferrous metal reinforcing elements embedded in structural concrete will be reduced by the application of the recommended maximum water/cement ratio for concrete. The laboratory testing program performed for this project does not address the potential for corrosion to copper piping. In flus regard, a corrosion engineer should be consulted to perform more detailed testing and develop appropriate mitigation measures (if necessary). Otherwise, the on-site soils should be considered corrosive to copper. The above discussion is provided for general guidance in regards to the corrosiveness of the on-site soils to typical metal structures used for construction. Detailed corrosion testing and reconunendations for protecting buried ferrous metal and/or copper elements is beyond our purview. FUTURE PLAN REVIEW GMU should review fixture project plans to check for conformance to the recommendations provided herein, and to provide additional recommendations as needed. Specifically, GMU should review the final grading, foundation, and landscape plans. March 04, 2015 14 GXfU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf Fields - Bonita Creek Park, City of Newport Beach, California GEOTECHNICAL OBSERVATION AND TESTING It is recommended that geotechnical observation and testing be performed by this firm during the following stages of grading and construction: ® During site clearing and grubbing. e During all phases of grading including excavation, correctivegrading, and subgrade moisture conditioning. During construction of the drainage system including membrane installation, placement of drainage pipes and geotextile, and placement and compaction of base and finish stone materials. • When any unusual conditions are encountered. LIMITATIONS All parties reviewing or utilizing this report should recognize that the findings, conclusions, and recommendations presented represent the results of our professional geological and geotechnical engineering efforts and judgments. Due to the inexact nature of the state of the art of these professions and the possible occurrence of undetected variables in subsurface conditions, we cannot guarantee that the conditions actually encountered during grading and site construction will be identical to those observed, sampled, and interpreted during our study, or that there are no unknown subsurface conditions which could have an adverse effect on the use of the property. We have exercised a degree of care comparable to the standard of practice presently maintained by other professionals in the fields of geotechnical engineering and engineering geology, and believe that our findings present a reasonably representative description of geotechnical conditions and their probable influence on the, grading and use of the property. Our conclusions and recommendations are based on the assumption that our firm will act as the geotechnical engineer of record during construction and grading of the project to observe the actual conditions exposed, to verify our design concepts and the grading contractor's general compliance with the project geotechnical specifications, and to provide our revised conclusions and recommendations should subsurface conditions differ significantly from those used as the basis for our conclusions and recommendations presented in this report. March 04, 2015 15 GMU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artl cial Turf Fields - Bonita Creek Park, City of Newport Beach, California Since our conclusions and recommendations are based on a limited amount of current and previous geotechnical exploration and analysis, all parties shouldrecognize the need for possible revisions to our conclusions and recommendations during grading of the project. It should be further noted that the recommendations presented herein are intended solely to minimize the effects of post -construction soil movements. Consequently, minor cracking and/or distortion of all on-site improvements should be anticipated. This report has not been prepared for the use by other parties or projects other than those named or described herein. This report may not contain sufficient information for other parties or other purposes. SUPPORTING DATA The following Plates and Appendices which complete this report are listed in the Table of Contents. rld(14-125-00R(03-04-15) Respectfully submitted, GMU GEOTECHNICAL, INC. X�z I z t zg Ryan L. Douglas, M.Sc. Staff Engineer d Hansen, M. c., PE, GE Senior Engineer March 04, 2015 16 GMU Project 14-125-00 Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Arli, f ficial Turf Fields - Bonita Creek Park City of Newport Beach, California REFERENCES SITE-SPECIFIC REFERENCES Engineering Preliminary Study Plans for Bonita Creek Park, developed for the City of Newport Beach, prepared by CMY Sports Engineers, dated August 2009. TECHNICAL California Division of Mines and Geology, 2001, Seismic Hazard Zone Report for the Tustin 7.5 -Minute Quadrangle, Orange County, California, Seismic Hazard Zone Report 012. California Division of Mines and Geology, 2001, Seismic Hazard Zone Map, far the Tustin 7.5 - Minute Quadrangle, Orange County, California, released on January 17, 2001. California Geologic Survey, 2008, Guidelines for Evaluating and Mitigating Seismic Hazards in California: California Department of Conservation, Division of Mines and Geology, Special Publication 117A, 98 p. Miller, R.V., and Tan, S.S., 1976, Geology and Engineering Geologic Aspects of the South Half Tustin Quadrangle, Orange County, California, Special Report 126 (California Division of Mines and Geology). U.S. Geological Survey, 2013a; 2008 Interactive Deaggragations Program; web site address: - - htt r:�//geohazards.usgs.aov/deageint/2008/. - U.S. Geological Survey, 2013b, U.S. Seismic Design Maps, web site address: http:/Iearthouake uses eov/hazards/desigmnal)s/usdesi.m.php. March 04, 2015 17 GMU Project 14-125-00 e 9�A r G� Gs rope' 0,9 v n p� y 9 4� d UNIVERSI-TY DR P O K r m p n G_ A � N �♦ a t" TI E 0 8/S0Nq �F 0 N S O O N Location Map SITE0PROJECT Date: Mareh4,2015 z Plate N.T.S. a "'. ¢urtao-� twc P aj.,No.: 14.125.00 1 ti � 4 r 1115 O S 3 Ms c 3 T 1 Geotechnical ExplorationProcedures • Drill Hole• g GEOTECHNICAL, INC. Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artificial Turf fields - Bonita Creek Park, City of Newport Beach, California APPENDIX A GMU GEOTECHNICAL EXPLORATION AND DRILL HOLE LOGS Our exploration at the subject site consisted of five (5) hollow -stem auger drill holes within the site to a maximum depth of 10 feet. The approximate locations of the drill holes are shown on Plate 2. Our drill holes were logged by a staff engineer, and drive and bulk samples of the excavated soils were collected. The logs of each drill hole are contained in this Appendix A, and the Legend to Logs is presented as Plates A-1 and A-2. The geologic and engineering field descriptions and classifications that appear on these logs are prepared according to Corps of Engineers and Bureau of Reclamation standards. Major soil classifications are prepared according to the Unified Soil Classification System as modified by ASTM Standard No. 2487. Since the descriptions and classifications that appear on the Drill Hole Logs are intended to be that which most accurately describe a given interval of a drill hole (frequently an interval of several feet), discrepancies do occur in the Unified Soil Classification System nomenclature between that interval and a particular sample in that interval. For example, an 8 -foot -thick interval in a log may identified as silty sand (SM) while one sample taken within the interval may have individually been identified as sandy silt (ML). This discrepancy is frequently allowed to remain to emphasize the occurrence of local textural variations in the interval. March 4, 2015 A-1 GMU Project 14-125-00 The descriptive terminology of the logs is modified from current ASTM Standards to suit the purposes of this study ADDITIONALTESTS DS = Direct Shear HY = Hydrometer Test TO = Tdaxlal Compression Test UC = Unconfined Compression ON = Consolidation Test M =. Time Rate E% = Expansion Test CP = Compaction Test PS = Particle Size Distribution El= Expansion Index SE = Sand Equivalent Test AL= Atterberg Limits FC = Chemical Tests RV= Resistance Value SG = Specific Gravity SU = Sulfates CH = Chlorides MR = Minimum Resislivity pH (N) = Natural Undisturbed Sample (R) = Remolded Sample CS = Collapse Test/Sweil-Settlem QW GEOTECHNICAL, INC: P8,1111 612012 GEOLOGIC B = Bedding C = Contact J = Joint F= Fracture Fit=Fault S=Sher RS= Rupture Surface W = Seepag -Y- = Groundwater SAMPLESYMBOLS G Undisturbed Sample (California Sample) Undisturbed Sample � �I (SheibyTube) t P�q Bulk Sample Unsuccessful 7 Sampling Attempt t 9 1 SPT Sample 10: 10�Blowa for 12-I hes Penetration 614: 6 HIM. Per4-1nches Penetration P: Push {13): Unco 0000 Slow Counts t"N"Values) for 12 -Inches Penetration- Standard Panetracon'test(SPT) (D(0(0 1% 3% 5% e o e° a°0ear a ar av a e e e °+pore° m o + aae Y e 1046 t6% LEGENDTOLOGS ASTM Designation: D 2487 (Based on Unified Soil Classification System) Plate M m MAJOR DIVISIONS J g TYPICAL NAMES o U` N GW Well Graded Gravels and Gravel -Sand Mixtures, Clean Little or No Fines. GRAVELS Gravels .� Poorly Graded Gravels and Gravel -Sand Matures 50% or More of GP " Little or No Fines. COARSE-GRAINW SOILS Coarse Fraction - More Than 50%Retained Retained on Gravels GM Silty Gravels, Gravel -Sand -Silt Matures. On No.200 Sieve No.4 Sieve With Fines GC Clayey Gravels, Gravel -Sand -Clay Mixtures - Based on The Material Passing The 3 -Inch Q5mm) Sieve. Clean SW ? ? Well Graded Sands and Gravelly Sands, Little or No Fines. SANDS Sands _ Reference: More Than 50% SP ': -'. Poorly Graded Sands and Gravelly Sands, Little or No Fines. ASTM Standard D2487 of Coarse Fraction Passes Sands No.4 Sieve SIM •; Silty Sands, Sand -Silt Mixtures. With Fines SC '- Clayey Sands, Sand -Clay Mixtures. ML inorganic Silts, Very Flue Sands, Rock Flour, Silty or Clayey Fine Sands or Clayey Silts with Slight Plasticity. FINE-GRAINEDSOILS SILTSAND CLAYS Inorganic Clays of Low To Medium Plasticity, 50% or More Passe Liquid Limit Less CL Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays. - The No.200 Sieve Than 5095 OL ...___._...._____........._ Organic Silts and Organic Silly Clays of Low Plasticity Based on The Material MH Inorganic Silts, Micaceous or Diatomaceous Fine Sandy Passing Thea -Inch 175mm)Sieve. ! or Silty Soils, Elastic Silts. SILTS AND CLAYS Reference: Liquid Limir50% CH Inorganic Clays of High Plasticity, Fat Clays. ASTM Standard D2487 or Greater OH Organic Clays of Medium To High Plasticity, Organic Sifts. HIGHLY ORGANIC SOILS PT -- Peat and Other Highly Organic Soils. The descriptive terminology of the logs is modified from current ASTM Standards to suit the purposes of this study ADDITIONALTESTS DS = Direct Shear HY = Hydrometer Test TO = Tdaxlal Compression Test UC = Unconfined Compression ON = Consolidation Test M =. Time Rate E% = Expansion Test CP = Compaction Test PS = Particle Size Distribution El= Expansion Index SE = Sand Equivalent Test AL= Atterberg Limits FC = Chemical Tests RV= Resistance Value SG = Specific Gravity SU = Sulfates CH = Chlorides MR = Minimum Resislivity pH (N) = Natural Undisturbed Sample (R) = Remolded Sample CS = Collapse Test/Sweil-Settlem QW GEOTECHNICAL, INC: P8,1111 612012 GEOLOGIC B = Bedding C = Contact J = Joint F= Fracture Fit=Fault S=Sher RS= Rupture Surface W = Seepag -Y- = Groundwater SAMPLESYMBOLS G Undisturbed Sample (California Sample) Undisturbed Sample � �I (SheibyTube) t P�q Bulk Sample Unsuccessful 7 Sampling Attempt t 9 1 SPT Sample 10: 10�Blowa for 12-I hes Penetration 614: 6 HIM. Per4-1nches Penetration P: Push {13): Unco 0000 Slow Counts t"N"Values) for 12 -Inches Penetration- Standard Panetracon'test(SPT) (D(0(0 1% 3% 5% e o e° a°0ear a ar av a e e e °+pore° m o + aae Y e 1046 t6% LEGENDTOLOGS ASTM Designation: D 2487 (Based on Unified Soil Classification System) Plate M P&11/iW2012 Project: Bonita Creek Park Artificial Turf Fields Log of Drill Hale DH -1 Project Location: Newport Beach Project Number: 14-125-00 Sheet 1 of 1 ""() 9/4/2014 Lo ged �p By Method Hollow Stem Auger _ Drilling Geoboden Contractor Total Depth of Drill Hole 5.5 teat Drill Rig CME 75 Type Diameter(s)$ of Hole, inches Appprox Surface Elevation, it MSL Groundwater Depth N/ASampling Open drive sampler with 6 -inch Drill Holo (Elevation], feet Methods sleeve Cutfin sMative Backfill g _ Remarks infiltration Test Hole Driving Method 140 ib donut hammer and Drop SAMPLE DATA TESTDATA m z GEOLOGICAL ENGINEERING a ° =' CLASSIFICATION AND ORIENTATION CLASSIFICATION AND �3 s ir�'L n, z F a DESCRIPTION DATA DESCRIPTION a WO ° Z� Z z� °` W O U' Oz vQi zo O Zi �Q OR Q!w- TOPSOIL Topsoil ALLUVIAL DEPOSITS/ARTIFICIAL FILL SANDY CLAY (CL); brown to dark brown, t(1al Afl moist, stiff, lovplasticity 4 140 20 107 8 14 5 140 22 105 7 5 11 Ing MU Drill Hole DH -1 Project: Bonita Creek Park Artificial Turf Fields Log Of Drill Hole DH -2 Project Location: Newport Beach SAMPLE DATA Project Number: 14-125-00 Sheet 1 of 1 z Drilled) 9/4/2014 Logged Y RLD Checked Y Drilling Hollow Stem Auger Method Drilling Contractor Geoboden Total Depth 10.5 feet oofo�DrilI Hole Type Ig CME 75 Hole Inches 6 oSurface ft MSL T2id-00-11-- of Elevat Groundwater Depth N/A Sampling Open drive sampler with 6 -inch Drill Hole Cuttings/Native (Elevation), feet Method(s) sleeve Backfill Remarks DrivinDg Method 140 Ib donut hammer and rap GWTKHNICAL INC. SAMPLE DATA TEST DATA z m a GEOLOGICAL ENGINEERING 2 g CLASSIFICATION AND ORIENTATION CLASSIFICATION AND T2id-00-11-- a ao a DATA DESCRIPTION °DESCRIPTION �wr oaz TOPSOIL Topsoil SANDY SILT (ML); light brown, moist, stiff, low plasticity ALLUVIAL DEPOSITS/ARTIFICIAL FILL OI a)M 2 140 21 102 5 9 becomes very moist 3 140 26 92 4 5 9 SILTY CLAY (CL): dark brown, very moist, 4 146 25 96 firm, low plastiity 5 70 6 — Drill Hale DH -2 GWTKHNICAL INC. Project: Bonita Creek Park Artificial Turf Fields Log of Drill Hole DH -3 Project Location: Newport Beach Project Number: 14-125-00 Sheet 1 of 1 Driled) 9/4/2014 gy99ed RLD Chocked By Drilling Hollow Stem Auger Method 9 Drilling Geoboden Contractor Total Depth 5.5 feet of Drill Hole Drill Rig CME 75 Diameters) S Appprox Surface Type of Hole, Inches FJevahon, If MSL Groundwater Depth N/ASampling Open drive sampler with 6 -Inch Drill Hole Cu&in [Elevation), feet Method(s) sleeve Backfill 9 slNative Remarks infiltration Test Hole Driving Method and Drop 149 Ib donut hammer a.v=.a.v-a �w�cvn,�vf4,rvi.. SAMPLE DATA TEST DATA m z o GEOLOGICAL ENGINEERING F % u CLASSIFICATION AND ORIENTATION CLASSIFICATION AND z w DESCRIPTION DATA DESCRIPTION a mm E, Q OZ YLu ON 05 m zo p S �0 < TOPSOIL Topsoil ALLUVIAL DEPOSITSfARTIFlCIAL FILL SILTY CLAY (CL); brown to dark broom, 1DaBAfl very moist, stiff, low plasticity 16 PS, AL, El, CP, FC 4 140 23 105 7 9 CLAY (CL); dark brown, moist, stiff, low 6 140 21 106 DS plasticity 9 5 11 GW Drill Hole DH -3 a.v=.a.v-a �w�cvn,�vf4,rvi.. Project: Bonita Creek Park Artificial Turf Fields Log of Drill Hole DH -4 Project Location: Newport Beach Project Number: 14-125-00 Sheet 1 of 1 Dates) g/4/2014 DrilEed Logged By RLO Checked By D°il1°g Hollow Stem Auger Method I Drilling Contractor Geoboden Total Depth 10.5 feet of Drill Hole Drill Rig CME 75 Diameter(sj $ Approx. Surface Type of Hole, inches Elevation, ft MSL Groundwater Depth N/ASampling ENGINEERING Open drive sampler with 6 -inch Drill Hole Cuttings/Native /Native [Elevation), feet Method(s) sleeve Backfill g"' Remarks a Ddving Method and D 140 Ib donut hammer rop SAMPLE DATA TEST DATA z z a GEOLOGICAL ENGINEERING 3 CLASSIFICATION AND ORIENTATION CLASSIFICATION ANDzi- a z w ¢ DESCRIPTION DATA DESCRIPTION o- MIS >M o 0p 0< w W zo 03 �� TOPSOIL Topsoil ALLUVIAL DEPOSITSIARTIFICIAL FILL SILTY CLAY (CL); dark brown to brown, Qail/Af)moist, stiff, low plasticity 4 140 18 111 6 18 SANDY CLAY (CL); dark brown, moist, 6 140 18 110 stiff, low plasticity 9 5 12 5 140 18 112 9 0 14 a 'a to 3 m it d w x 6 Drill Hole DH -4 n o= c;KrrrraMrN INC Project: Bonita Creek Park Artificial Turf Fields Log of Drill Hole DH -5 Project Location: Newport Beach Project Number: 14-125-00 Sheet 1 of 1 DnOed) 9/4/2014 Logged RLD Checked DnlLng Hollow Stem Au er Method g Drilling Geoboden Contractor Total Depth of Drill Hole 5.5 feet Drill Rig CME 75 Diameter(s) SApproxi Surface Type of Hole, Inches Elevation, it MSL Groundwater Depth N/A Sampling Open drive sampler with 6 -inch Drill Hole Cuftin [Elevation], feet Methods) Sleeve Backfill f ative Remarks infiltration Test Hole Onving Method and Drop 7401b donut hammer z: GEOTECNNICAL,ING. SAMPLE DATA TEST DATA e V v z s 0 GEOLOGICAL ENGINEERING g �ik v CLASSIFICATION AND ORIENTATION CLASSIFICATION AND " a r_ z w aDESCRIPTION DATA DESCRIPTION m >� Nz ic0—^ am o co 7i �iw 'zo oR g� o� ¢ GRASS !k TOPSOIL Topsoil SANDY CLAY (CL); brown, moist, stiff low plasticity ALLUVIAL DEPOSITS/ARTIFICIAL FILL foal/Af! 4 140 17 111 11 3 SANDY SILT (ML); light brown, very 5 140 21 103 moist, very stiff, low plasticity 10 5 17 Drill Hole DH -5 z: GEOTECNNICAL,ING. • .�• • ' • • GEOTECHNICAL, INC. Mr. Peter Tauscher, CITY OF NEWPORT BEACH Geotechnical Investigation far Proposed Artificial Turf Fiehls - Bonita Creek Park, City of Newport Beach, California GMU GEOTECHNICAL LABORATORY PROCEDURES AND TEST RESULTS Moisture and Density Field moisture content and in-place density were determined for each 6 -inch sample sleeve of undisturbed soil material obtained from the drill holes. The field moisture content was determined in general accordance with ASTM Test Method D 2216 by obtaining one-half the moisture sample from each end of the 6 -inch sleeve. The in-place dry density of the sample was determined by using the wet weight of the entire sample. At the same time the field moisture content and in-place density were determined, the soil material at each end of the sleeve was classified according to the Unified Soil Classification System. The results of the field moisture content and in-place density determinations are presented on the right-hand column of the Log of Drill Hole and are summarized on Table B-1. The results of the visual classifications were used for general reference. Particle Size Distribution As part of the engineering classification of the materials underlying the site, samples were tested to determine the distribution of particle sizes. The distribution was determined in general accordance with ASTM Test Method D 422 using U.S. Standard Sieve Openings 3", 1.5", 3/4, 3/8, and U.S. Standard Sieve Nos. 4, 10, 20, 40, 60, 100, and 200. In addition, on some samples a standard hydrometer test was performed to determine the distribution of particle sizes passing the No. 200 sieve (i.e., silt and clay -size particles). The results of the tests are contained in Appendix B. Key distribution categories (% gravel; % sand, etc.) are contained on Table B-1. Atterberg Limits As part of the engineering classification of the soil material, samples of the on-site soil material were tested to determine relative plasticity. This relative plasticity is based on the Atterberg limits determined in general accordance with ASTM Test Method D 4318. The results of these tests are contained in this Appendix B and also Table B-1. Expansion Tests To provide a standard definition of one-dimensional expansion, a test was performed on typical on- site materials in general accordance with ASTM Test Method D 4829. The result front this test procedure is reported as an "expansion index". The results of this test are contained in Appendix B and also Table B-1. March 4, 2015 B-1 GMU Proiect 14-125-00 Mr. Peter Tauseher, CITY OF NEWPORT BEACH Geotechnical Investigation for Proposed Artific ial Turf Fields - Bonita CYeek Park, City of Newport Beach, California Chemical Tests The corrosion potential of typical on-site materials under long -tern contact with both metal and concrete was determined by chemical and electrical resistance tests. The soluble sulfate test for potential concrete corrosion was performedin general accordance with California Test Method 417, the minimum resistivity tests for potential metal corrosion were performed in general accordance with California Test Method 643, and the concentration of soluble chlorides was determined in general accordance with California Test Method 422. The results of these tests are contained in this Appendix and also Table B-1. Compaction Tests Bulk samples representative of the on-site materials were tested to determine the maximum dry density and optimum moisture content of the soil. These compactive characteristics were determined in general accordance with ASTM Test Method D 1557. The results of this test are contained in this Appendix B and also Table B-1. Direct Shear Strength Tests Direct shear tests were performed on typical on-site materials. The general philosophy and procedure of the tests were in accord with ASTM Test Method D 3080 - "Direct Shear Tests for Soils Under Consolidated Drained Condi6ous". The tests are single shear tests and are performed using a sample diameter of 2.416 inches and a height of 1.00 inch. The normal load is applied by a vertical dead load system. A constant rate of strain is applied to the upper one-half of the sample until failure occurs. Shear stress is monitored by a strain gauge -type precision load cell and deflection is measured with a digital dial indicator. This data is transferred electronically to data acquisition software which plots shear strength vs. deflection. The shear strength plots are then interpreted to determine either peak or ultimate shear strengths. Residual strengths were obtained through multiple shear box reversals. A strain rate compatible with the grain size distribution of the soils was utilized. The interpreted results of these tests are shown in this Appendix B. 4, 2015 B-2 GMU Project 14-125-00 KILM 10EJ'4SNOMO BV ON Pd E)-W-SZVK V1V4 W TOS alau-nW` =- E v tt � i v v E m U " h d N . L U x co a � d 3 O C O (r0 x w U D3 p• V N Kama N N ® 1 a a v N LL m A m Q 3 No V .d. N f 4 ca r e J d a d mC 1' LL y N N O 0 N d o m w ` C v1 g o m rn m m m m m m m m rn N CL 428 N U N MO J J 9A -------------- d 7O C y� CE O ------------ y< Z < 2 < Z Z < <Q Z Z Z Z Z Z Z Z. G O d d - d c m z Q❑ O O Q Q O O O Q❑❑❑ KILM 10EJ'4SNOMO BV ON Pd E)-W-SZVK V1V4 W TOS alau-nW` GRAVEL SANG SILT I CLAY COARSE FINE GOARSE MEDIUM FINE ' SIEVE I U.S. STANDARD SIEVE NUMBERS U.S. STANDARDUFOPENING 3" 1.5' 3J4" 318" #4 #10 #20 #40 #60 #100 #200 100 T T" t 90 so I 70 IN IF Z L) lu 60 m 50 z U. z U 40 IY LU Q. 30 20 10 0 10 1 0.1 0.01 0.001 PARTICLE SIZE IN MILLIMETERS Boring Depth Geologic Symbol. LL PI Classification Number (feet) Unit DH-3 1.0 { ' 31 14 SANDY LEAN CLAY(CL) a w 0 N w N Q21 K U' U' PARTICLESIZE Project: Bonita Creek Park Artificial Turf Fields awProject No. 14-125-00 GEMKHNICA4C1N GRAVEL SANG SILT I CLAY COARSE FINE GOARSE MEDIUM FINE m II 4 N i 7 60 60 CL or OL CH or OH 50 "A" LINE 40------- 30 0 30 20 10 CL -ML ML or OL MH or OH 0 0 20 40 60 80 100 LIQUID LIMIT (LL) Boring Number Depth (feet) Geologic Unit Test Symbol insitu Water Content(%) LL PL P1 Classification DH -3 1.0 0 16 31 17 14 SANDY LEAN CLAY (CL) 1 ; a Project: Bonita Creek Park Artificial Turf Fields Project No. 14-125-00 v _c zz w 0 0 140 SG=2.60 135 SG=2.70 130--- 125 120 115' 110 105 ---- 100 95 90 85- 80- 0 5800 10 20 30 40 50 MOISTURE CONTENT (%) Bon 9 Num6or Depth (feet) Geologic Unit Symbol Maximum DryDensity, pcf Optimum Moisture Content, % Classification DH -3 1.0 i 122.5 11 SANDY LEAN CLAY (CL) Project: Bonita Creek Park Artificial Turf Fields Project No. 14-125-00 5,001 l c a 3,001 N Co W a V) V) a = 2,00( U) 1,00( l t STRENGTH TYPE COHESION (psf) FRICTION ANGLE (degrees) f 1 50.0 43.0 f i 0 1.000 2.000 3.000 4.00D 5 n NORMAL STRESS (psi) )0 SAMPLE AND TEST DESCRIPTION I Sample Location: DH -3 @ 4.0 IT Geologic Unit: Classification: SILTY CLAY (CL) Strain Rate (in/min): 0.005 Sample Preparation: Undisturbed Notes: Sample saturated prior and during shearing STRENGTH PARAMETERS STRENGTH TYPE COHESION (psf) FRICTION ANGLE (degrees) ® Peak Strength ® Ultimate Strength 186 102 50.0 43.0 pff+. !� ,* Project: Bonita Creek Park Artificial Turf Fields Project No. 14-125-00 County •' • •- Santa Ana -• • Non -Priority Project COIRTY OF ORANGE/SArITA ANA REGION NON -PRIORITY PROJECT WATER QUALITY PLAN (WQP) Version: August 16, 2011 For: Bonita Creek Park Synthetic Field Turf Replacement Project Tract 12309, Lot 1 Grading Permit No Prepared for: City of Newport Beach 100 Civic Center Dr. Newport Beach, CA 92660 Peter Tauscher, P.E. 949-644-3316 ptauscher@newportbeachca.gov Prepared by: MCE Consultants 111 Corporate Dr., #210 Ladera Ranch, CA 92694 Richard A. Moore, P.E. 949-542-7220 mail@mceconsultants.net December 1, 2014 (no previous dates) 1 Non -Priority Project Water Quality Plan (WQP) Contents Section 1: General Information ............ - ................ - ....... ..................................... 3 Section II: Project Description .................... ............... .................. ......... 5 Section III: Site Description ..... .............. __ ...... ................ ............... ___ ... ...... 6 Section IV: Best Management Practices (BMPs) ...... ___ ............................. ...... ....... 7 Section V: Inspection and Maintenance Responsibilities ......... _ ............................ 13 Section VI: BMP Exhibit (Site Plan) .............. .................................... .............. 14 References: • Model Water Quality Management Plan (Model WQMP) • Technical Guidance Document • California BMP Handbooks 2 Section 1 —General Information See Technical Guidance Document Section 2.2.1 for additional information. Project Name Bonita Creek Park Synthetic Field Turf Replacement Project Project Site Address 3010 La Vida Tract and Lot Numbers Tract 12309, Lot 1 APN 442-061-12 Planning Area (if in Planned Community) NIA Prepared For: Owner/Developer City of Newport Beach Address 100 Civic Center Dr. Newport Beach, CA 92660 Phone 949-644-3316 Fax mail mceconsultants.net Prepared by: Name MCE Consultants (Richard A. Moore, P.E.) Address 111 Corporate Dr., #210 < Ladera Ranch, CA 92694 Phone 949-542-.7220 Email mail mceconsultants.net Fax 949-542-7230 3 Owner's Certification This Non -Priority Project Water Quality Plan has been prepared for: l:M Preparer's Name MCE Consultants (Richard A. Moore, P.E.) The plan is intended to comply with the Non -Priority Project requirements of the Local Implementation Plan (LIP) §A-7.5.1 as required in the Orange County Drainage Management Plan (DAMP) § 7.6.2. The undersigned, while it owns the subject property, is responsible for the implementation of the provisions of this plan. Once the undersigned transfers its interests in the property, its successor -in -interest shall bear the aforementioned responsibility to implement the best management practices (BMP) described within this plan. A signed copy of this document shall be available on the subject property into perpetuity. Name Title Company City of Newport Beach, Address 100 Civic Center Dr. Newport Beach, CA 92660 Phone 949-644-3316 Certification 1 understand my responsibility to implement the provisions of this: WQP including the ongoing operation and maintenance of the best`- management practices"BMPs described herein. Owner Signature Date in Section H: Project Description Please provide a detailed description of the project's ownership, type of development project, amount of paved and landscaped area, and potential pollutants that may be generated by the intended development uses. See Technical Guidance Document Section 2.2 for additional information. Property Ownership City of Newport Beach 100 Civic Center Dr. Newport Beach, CA 92660 Project Description The project is to replace the existing southerly baseball field and soccer field with Synthetic turf. Minor adjacent`grading and storm drain is` proposed to accommodate this Improvement. The existing southerly baseball infield will also be re -graded. Paved Areas No paved areas are roposed nor existing. Landscaped Areas Synthetic Turf — 156;300+/- sf 3.6 ac Adjacent 'Slope Landscaping 12;650+/- sf (0.3 ac) Existing'Infield Re -grading -24,550+/-sf 0.6 ac Potential Stormwater Pollutants (see Technical Guidance Document Section 2.2.2) Suspended Solids/Sediment,; Nutrients Pathogens, Pesticides, Trash & Debris are Potential Stormwater Pollutants. Section III: Site Description See Technical Guidance Document Section 2.3 for additional information. Address 3010 La Vida Receiving Waters San Diego Creek Reach 2,,Reach1 and Upper Newport Bay Planning Area (if in tanned community) N/A Land Use Designation North Ford Zoning PC5 North Ford Project Site Acreage 142 ac total — 4.5 ac disturbed Predominant Soil Type B Drainage Conditions Please provide site drainage details, including how site drainage ties into adjacent property drainage patterns, local storm drain systems, and downstream receiving waters. The site currently sheet flows to catch basins on-site, connected to an existing RCP storm Drain line. The on-site storm drain line outlets into the existing Bonita Creek adjacent and East of the project. Bonita Creek outlets into San Diego Creek. Pre -Project Pervious Conditions Area (acres or sq ft) Percentage Pervious 4.5 ac 100 Impervious 0 ac 0 Completed Project Pervious Conditions Area (acres or sq ft) Percentage Pervious 4.5 ac (incl. 3.6 ac synthetic field) 100 Impervious 0 ac 0 Watershed Information Your local municipality stormwater program management staff may assist you with this information. Watershed Newport Ba Receiving Waters San Diego Creek Reach 2,,Reach1 and Upper Newport Bay 303(d) Impairments Metals; Fecal Coliform, Selenium„Toxaphene, Copper, DDT,,'PCBs, Sediment Toxicity and Chlordane: TMDLs Sediment, Nutrient, Toxics and Fecal Coliform Known ESAs None Known ASBSs None 0 Section IV: Best Management Practices (BMPs) Site Design BMPs Site Design BMPs reduce the volume of stormwater runoff generated on a project site as well as improve the quality of runoff that leaves the site, and are required for all proposed Non -Priority new development and significant redevelopment projects. Descriptions of the most common Site Design BMPs are provided in County's Technical Guidance Document (see Technical Guidance Document Sections 3 and 4). A list of typically employed Site Design BMPs may be found in the California BMP Handbooks (California Stormwater Quality Association). The following table provides a list of Site Design BMPs that may be applicable for Non -Priority Projects. Please identify each Site Design BMP included for the project, briefly describe within the table, and provide GIS coordinates for Low Impact Development (LID) and Treatment Control BMPs. Site Design BMPs t f-1J 1 .% 1TtS ' h�4Y•.: in --d6dju ":Jr-'(L'�PL "$C'' MT k�3Y'-�NY� A iR ^iY Y J��Y 3�i kd�.4.^� �} Ski �"•.^"-�` i '.>ri "tt' .v£..'Tn-i t "!{ $4 ; f'yC ry5 } 5"T`S f' C 3 5-"'3Y:,fA % k -T St'r SY "' C",� r�'..;,. .i^ rs #� 'i � 6'" "��� ""f > r: t ,✓n Y��'Y �,t ! as' f%" 3R ar 5T ��`+'t"J'g45+srNv , f� t _i' �» ��. � "r ^�4rii � R �.^�' yJ# 5' 'sy y F '4VJ 1 4 � � xe... J ,yr . Fy ,�,y )�� +1 j§Y+`Sv 6� W+ �b .✓p�SJ o -%dS F 5''r`,r`j Y.y !tet' .J '+s y.i L F'ii _{} N D F a ✓ i.,. Retention Grading Downspout Dispersion Downspout Infiltration Amended Soils Over Tight X The impermeable underlayment acts as amended soil Underlying Soils Street Trees, Canopy Interception Residential Rain Barrels Not Actively Managed Site Design BMPs (continued) � �s-�s"�r��L��r' s, ,,�, �y"�. �; s;�3:i��� ✓s/,% ir��,z' +�.rs�..�� � ffa..-�x.�� .csp,9 `�,�''"�t.> � ^�,�sk ^}J,�.s t�k� �' -s "5^ <.. ti.,�' "�i,?,5==�$ 'G'r :£"F'3 r"'.ki d� 1� x�h>3z'�' ht'. +�� P�rszi �r�"3 t�'�"��y,;.�'�tirr,�,�^Y<.ru'x ,,,,S'�.e `�is�s'�-,e�x >s ,� -✓Y"�" r`. Bioretention without Underdrains Rain Gardens X Landscape areas are proposed wherever possible Porous Landscaping Infiltration Planters Retention Swales Infiltration Trenches Infiltration Basins Drywells Subsurface Infiltration Galleries French Drains Permeable Asphalt X The synthetic field does not percolate but it can be classified as permeable Permeable Concrete concrete. Permeable Concrete Pavers Site Design BMPs (continued) 10=1 Fill", 9� "al v Green Roofs, Brown Roofs, Blue Roofs Above -ground Rain Barrels Above -ground Cisterns Underground Tanks X The synthetic turf with its 4 -inch underdrain system can be considered as Bioretention with Underdrains bioretention as no fertilizer or nutrients enter the soil and the peak discharge is reduced from its storage capacity. Stormwater Planter Boxes With Underdrains Rain Gardens with Underdrains Constructed Wetlands Vegetated Swales Vegetated Filter Strips Compost -Amended Road Shoulders Proprietary (Ready -To -Install) Vegetated Biotreatment Systems M SOURCE CONTROL BMPs Source Control BMPs, both non-structural and structural, are required for Non -Priority Projects where applicable to project features. Please identify each applicable Source Control BMP within the following tables. See Technical Guidance Document Section 6 for additional information. Non -Structural Source Control BMPs Identifier Name Check One Included Not Applicable N1 Education for Property Owners, Tenants and Occupants X N2 Activity Restrictions X N3 Common Area Landscape Management (CASQA BMP Handbook SC -73) X N4 BMP Maintenance X N5 Title 22 CCR Compliance (How development will comply) X N6 Local Industrial Permit Compliance X N7 Spill Contingency Plan (CASQA BMP Handbook SC -11) X N8 Underground Storage Tank Compliance rX N9 Hazardous Materials Disclosure Compliance X N10 Uniform Fire Code Implementation X N11 Common Area Litter Control (CASQA BMP Handbook SC 60) X N12 Employee Training X N13 Housekeeping of Loading Docks (BMP Handbook SD -31) x N14 Common Area Catch Basin Inspection (BMP Handbook SC- 74) X N15 Street Sweeping Private Streets and Parking Lots (CASQA BMP Handbook SC -43, SC -70) X N16 Commercial Vehicle Washing X 10 Structural Source Control BMPs Check One Identifier Name If not applicable, state brief Included Not reason Applicable St Provide storm drain system stenciling ® ❑ and signage Design and construct outdoor material ❑ ® No prop. facilities within project S2 storage areas to reduce pollution limits introduction Design and construct trash and waste ❑ ® No prop. facilities within project S3 storage areas to reduce pollution limits introduction Use efficient irrigation systems & S4 landscape design, water conservation, ® ❑ smart controllers, and source control S5 Protect slopes and channels andEl ® No channels and min. slopes provide energy dissipation within project limits Incorporate requirements applicable to individual priority project categories ❑ ® No prop. facilities w/n proj. limits (from SDRWQCB NPDES Permit) S6 Dock areas ❑ ® No prop. facilities w/n proj. limits S7 Maintenance bays ❑ ® No prop. facilities w/n proj, limits S8 Vehicle wash areas ❑ ® No prop. facilities w/n proj. limits S9 Outdoor processing areas ❑ ® No prop. facilities w/n proj. limits S10 Equipment wash areas ❑ ® No prop. facilities w/n proj. limits S11 Fueling areas ❑ ® No prop. facilities w/n proj. limits S12 Hillside landscaping ❑ ® No prop. facilities w/n proj. limits S13 Wash water control for food preparation El® No prop. facilities w!n proj. limits areas S14 Community car wash racks ❑ ® No prop. facilities w/n proj, limits Source Control BMP Implementation Please describe implementation frequency and the party responsible for implementation of each Source Control BMP. Other BMPs Other BMPs or devices incorporated to remove pollutants from runoff leaving the project site, which may or may not include Treatment Control BMPs (see Technical Guidance Document Section 4.6), are not required for Non -Priority Projects though may be appropriate under certain conditions. Please provide details on any other BMPs selected for this project. 12 Section V: Inspection and Maintenance Responsibilities BMPs implemented for Non -Priority Projects must be inspected and maintained post -construction for proper effectiveness into perpetuity. Please document BMP inspection and maintenance information within the table below. See Technical Guidance Document Section 7 for additional information. BMP Inspection I Maintenance BMP Responsible Inspection l Maintenance Minimum Frequency of Party(s) Activities Required Activities Provide all employees Tenant Education (Nl) City of Newport Beach with education Annually as new employees materials are hired Provide all employees with conditions, Activity Restrictions (N2) City of Newport Beach covenants and Annually new employees restrictions for water are hired quality protection Maintain landscape in accordance with applicable ordinances Common Area Landscaping City of Newport Beach and with Maintenance (N3) manufacturers' Ongoing guidelines for use of pesticides and fertilizers Spill Contingency Plan/or City of Newport Prepare a spill Accident Spill Plan (N7) Beach contingency plan for Ongoing use by staff City of Newport inspect for, remove, Litter Control (N11) Beach and properly dispose Ongoing of litter 13 14 City of Newport Consisting at a Employee Training (N12) Beach minimum of Annually ..distribution of education materials Drainage facilities,: Catch Basin Inspection City of Newport including existing Monthly during street', (N14) Beach catch basins must be sweeping and before and cleaned and after each storm event maintained Inspect existing storm drain stencilling and City of Newport re -apply stencilling as Storm Drain Stencilling Beach I necessary and at Annually minimum once every five years Verify that runoff minimizing landscape design continues to function by checking water sensors are i working properly, that irrigation heads Efficient Irrigation system & are adjusted properly landscape design, water City of Newport to eliminate overspray conservation, smart Beach to hardscape areas, During landscape controllers and source and that irrigation maintenance control timing and cycle lengths are adjusted in accordance with water demands, given time of year, weather and day or nighttime temperatures. 14 Section VI: BMP Exhibit (Site Plan) Include a BMP Exhibit (Site Plan), at a size no less than 24" by 36," which includes the following minimum information: • Insert in the title block (lower right hand corner) of BMP Exhibit: the WQP Number (assigned by staff) and the grading/building or Planning Application permit numbers • Project location (address, tractllot number(s), etc.) • Site boundary • Land uses and land covers, as applicable • Suitability/feasibility constraints • Structural BMP locations • Drainage delineations and flow information • Delineate the area being treated by each structural BMP • GIS coordinates for LID and Treatment Control BMPs • Drainage connections • BMP details • Preparer name and stamp Please do not include any areas outside of the project area or any information not related to drainage or water quality. The approved BMP Exhibit (Site Plan) shall be submitted as a plan sheet on all grading and building plan sets submitted for plan check review and approval. The BMP Exhibit shall be at the same size as the rest of the plan sheets in the submittal and shall have an approval stamp and signature prior to plan check submittal. Following approval of the Final WQP, three copies of the approved WQP (including BMP Exhibit, Operations and Maintenance (O&M) Plan, and Appendices) shall be submitted. In addition, these documents shall be submitted in a PDF format. Each approved WQP (including BMP Exhibit, Operations and Maintenance (O&M) Plan, and Appendices) shall be recorded in the Orange County Clerk - Recorder's Office, prior to close-out of grading and/or building permit. 15 12 is W g U Q LF U N o lu 60 LLIz , m Q w LL ~o w a w m U J Ul0. W Z p m co �gill s� Q S133HO V'1INOG a < � — a " I'i!.(�� i no ow o _ K In z WO � W K N D z �w V w J CTY OF F NEWPORT BEACH City Council Staff Report TO: FROM: PREPARED BY: PHONE: TITLE: ABSTRACT: April 14, 2015 Agenda Item No. 11 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov Peter Tauscher, Civil Engineer (949)644-3316 Bonita Creek Park Synthetic Field Turf Replacement — Award of Contract No. 5856 (A) (CAP09-0066) for Field Sub -Grade Preparation In an effort to use less water and to rehabilitate and increase reliability of Bonita Creek Park playing fields, staff requests City Council approval to award the Bonita Creek Park Synthetic Field Turf Replacement to Byrom -Davey, Inc. of San Diego, California for the reworking of the field sub -grade for the placement of the new Synthetic Turf. RECOMMENDATION: a) Approve the project plans and specifications; b) Reject the low bid received from Los Angeles Engineering, Inc. as non-responsive; c) Award Contract No. 5856(A) to Byrom -Davey, Inc. (Byrom -Davey), including additive bid items for the total bid price of $995,053.00, and authorize the Mayor and the City Clerk to execute the contract; d) Establish a contingency of $99,947.00, approximately 10 percent, to cover the cost of unforeseen work; and e) Approve Budget Amendment No. 15BA-042 recognizing $312,602.00 in rebate revenue from the Municipal Water District of Orange County (MWDOC) (250-48891) and appropriating $312,602.00 to Account No. 7251-C4002017 for the purchase of synthetic turf material. FUNDING REQUIREMENTS: Upon approval of the budget amendment, sufficient funding is available for the award of this contract. The following funds will be expended: Account Description Account Number Amount Major Facilities Financing Plan 7417-C4002017 $ 1.160,000.00 Total:$ 1,160,000.00 Proposed uses are as follows: Vendor Byrom -Davey, Inc. Byrom -Davey, Inc. TBD DISCUSSION: Purpose Construction Contract Construction Contingency Inspection/Printing/Incidentals Total: Amount $ 995,053.00 $ 99,947.00 $ 65,000.00 $ 1,160,000.00 At 10:00 a.m. on April 1, 2015, the City Clerk opened and read the following bids for the Bonita Creek Park Synthetic Field Turf Replacement: TOTAL AMOUNT WITH BIDDER TOTAL BID AMOUNT ADDITIVE BID ITEMS Low Los Angeles Engineering, Inc. $ 856,832.50* ** $ 873,502.50 2 Byrom -Davey, Inc. $ 976,161.00 $ 995,053.00 3 C.W. Crosser Construction, Inc. $ 1,015,576.00 $1,038,276.00 4 Ohno Construction Company $ 1,056,347.60 $1,072,402.60 5 Asphalt Fabric & Engineering, Inc. $ ,284,935.21*** $1,303,572.61 * Non-responsive **As read amount $873,502.50 *** As read amount $1,278,935.66 Pursuant to the contract stipulations in the bidding documents, the contractor shall have completed five comparable synthetic turf projects in the past three years. A review of the apparent low bidder, Los Angeles Engineering, Inc.'s bid package revealed they did not have any synthetic turf experience. Additional documentation to justify their technical expertise was requested, however, no information was provided. Therefore, staff recommends Los Angeles Engineering, Inc.'s bid be deemed non-responsive. The second low bidder, Byrom -Davey, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of Byrom-Davey's references indicates satisfactory completion of similar synthetic turf replacement projects for other public agencies. Byrom-Davey's total bid amount is approximately 22 percent below the Engineer's Estimate of $1,260,000.00. Staff provided a conservative estimate recognizing there were possibly few companies with the technical experience specified in the bidding documents that might bid the work which may explain the disparity between the estimate and the actual bid prices. The work necessary for the completion of this contract consists of distributing construction notifications; providing temporary construction fencing, surveying, site furnishings, and erosion control/NPDES compliance; grading and earthwork; potholing utilities; constructing storm drain improvements, synthetic turf drainage system, and concrete flat work; installing irrigation system and landscape materials; and all other incidental items of work as described in the contract documents required for general reworking and preparing the field sub -grade to ready it for the installation of the synthetic turf. As Council may recall, on March 10th, 2015 Council awarded a contract to FieldTurf, Inc. for the purchase and installation of the new synthetic turf product over this new field sub -grade that will be constructed under this contract being awarded tonight. Additionally, on March 13, 2015, staff received a letter from the Municipal Water District of Orange County (MWDOC) stating the City is eligible to receive $2.00 for every square foot of natural turf removed at Bonita Creek Park. The City will be eligible for a maximum reimbursement of $312,602.00. MWDOC will confirm the final installation quantities once the synthetic turf has been installed. This rebate grant will be applied toward the purchase of synthetic turf material from FieldTurf USA, Inc., which was approved by the City 11-2 Council at its March 10, 2015 meeting. As such, staff is recommending approval of the attached budget amendment recognizing $312,602.00 in rebate revenue from MWDOC and appropriating it for the purchase of synthetic turf material. Pursuant to the contract specifications, the contractor will have 85 consecutive working days to complete the work. =1ki\912TO N iPl�il pit/«:7��1IWITS Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map Attachment B - Budget Amendment 11-3 Cts\ 0 071 00 ATTACHMENT A BONITA CREEK PARK A A NTS w LP v\OA CONSTRUCTION LIMITS BONITA CREEK PARK CITY OF NEWPORT BEACH SYNTHETIC FIELD TURF REPLACEMENT PUBLIC WORKS DEPARTMENT LOCATION MAP IC -5856(A) I 4/14/15 11-4 ATTACHMENT B City of Newport Beach BUDGET AMENDMENT 2014-15 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations from purchase synthetic turf material for Bonita Creek Park olavino fields. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE ESTIMATES (3601) Fund/Division Account Description 250 48891 Contributions Fund - MWDOC Rebate EXPENDITURE APPROPRIATIONS (3603) Division Number 7251 Account Number C4002017 Division Number Account Number Division Number Account Number Signed: m Signed: Signed: Description Contributions Fund - Capital Projects Bonita Creek Park Turf Replacement Approval: City City Council Approval: City Clerk NO. BA- 15BA-042 AMOUNT: $312,soz.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance of Oranoe Countv to Amount Debit Credit $312,602.00 Automatic $312,602.00 Date 4W ►� Date Date