Loading...
HomeMy WebLinkAboutC-4134 - Eastbluff Park and Bonita Creek Park Recycled Water Retrofitt �1 A Y 0 r Z4 OFFICE OF THE CITY CLERK Leilani I. Brown, MMC January 11, 2012 Mr. Don Henderson Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 Subject: Eastbfuff Park & Bonita Creek Recycled Water Retrofits (C -4134) Dear Mr. Henderson: On Janaury 11, 2011, 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 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 4, 2011. Reference No. 2011000224481. The Surety for the contract is the Indemruty Company of California and the bond number is SB 015 000 011. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, Califomia 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CO TI�RACT_NO.4134 BOND NO. sly 0 1 s 000 O i l FAITHFUL PERFORMANCE BOND The premium charges on this Bond Is $ 9,407.00 being at the rate of $ 20.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Green Giant Landscape, Inc., hereinafter designated as the "Principal ", a contract for construction of EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, Contract No. 4134 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4134 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Ultico Casualty Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the Sum of Four Hundred Seventy Thousand, Three Hundred Twenty-Eight and 001100 Dollars ($470,328.00) 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. 33 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above na ed, on the loth day of November , 2008. Gre Giant a dscape, Inc. (Principal) Authori d &gnaturerfltle Ullico Casualty Company Name of Surety 2600 west Olive Avc., 51h Floor, Burbank, CA 91505 Address of Surety 818- 333 -5195 Telephone .� �,sl r Matthew J. Coats, Attorney In Pact Print Name and Title NOTARY ACKNOWLEDGMENTS OF ICONTRAC;T ®R AND aSURETY MUST BE ATTACHED 34 t State of California County of Orange On November 20, 2009 MGM, MAWAII before me Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats 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 heishehhey executed die same in hisrttcdtheir authorized capacity(ies), and that by hisfher reir signatures) on the instrument the personH, or the entity upon behalf of which the person(,0 acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ADELAIDE C. HUNTER Commission # 1808793 . -m Notery Public - California Signature ' • Orange County My Comm. Expires Aug 8, 2012 ULLICO Casualty Company 1625 Eye Street, N.W. Washington D. C. 20006 A!I C0 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats, Douglas A. Rapp, & Timothy D. Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attomey (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney shall expire without further action on December 31, 2009. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duty called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to my bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, ULLICO CASUA TY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized once this�dayof o C 20-01_. GgS talrj ice, O: LapPO.gq�, Cp m EN �Al ir79 � Si T AWN, :x'�t -�`J` Daniel Aronowitz '�jz /OI *tntts' President ULLICO Casualty Company, a Delaware Corporation. On this day of tJO tie ,twber 20 0'1 before me came the individual who executed the preceding instrument, to me personally known. and being by me duly sworn said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are we and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this 16'" day of July 2009. cis- y�y Teresa E. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of VV-0 0 d & On I� L/ 11 U before me, (Here insist more and title of the officer) personally appeared Dm l 1� via k° 'sin 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) 6n 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 m r a offs seal. i P9otary Pu____ 16 ,t blic Orange i e o No Public county (Notary Seal) �MEp ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (rifle) ❑ Partner(s) ❑ Attomey -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800 -873 -9865 www.NotaryClasses.mm INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowiedgment form must be properly completed and adached to that document The only exception is if a document is to be recorded outside of California In such instances, any alternative ackrmwledgment verbiage ar may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in Calffomia (Le. cemfyrng the mahonxed capacity of the signer). Please check the document 'carefullyfor proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment Is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) who personally appear at the time of nomrzahon • Indicate the correct singular or plural fortes by crossing off incorrect forms (i.e. Adsba/d y- is /ere) or circling the correct forms. Failum to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and phomgmphically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk t• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a dinemnt document. Indicate tide or type of attached document, number of pages and date. } Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document OF'F'ICE OF THE CITY CLERK Leilani 1. Brown, MMC June 7, 2011 Mr. Don Henderson Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 Subject: Eastbluff Park and Bonita Creek Park Recycled Water Retrofits (C -4134) Dear Mr. Henderson: On January 11, 2011, 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 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on . May 4, 2011, Reference No. 2011000224481. The Surety for the bond is Ulico Casualty Company and the bond number is SB 015 000 011. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard - Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 413 BOND NO. SB 01 s 000 01 1 Premium: Included LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Green Giant Landscape, Inc., hereinafter designated as the "Principal," a contract for construction of EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, Contract No. 4134 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4134 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, Ullico Casualty Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Seventy Thousand, Three Hundred Twenty -Eight and 001100 Dollars ($470,328.00) 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 tabor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 29 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond. as required by and in accordance with the provisions of Sections 3247 et. seq, of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall In any wise affect its obligations on this Bond, and it does hereby walve 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 al and Surety, on t 20th day of November 2009. Green 61anOCandsWe, Inc. (Principal) Authori d Slgnature/Title Ullico Casualty Company Name of Surety 2600 West Olive Ave., 5th Floor, Burbank, CA 91505 Address of Surety 818 -333 -5195 Telephone Authorized Age gnature Matthew J. Coats, Attorney In Fact _ Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Kel lAii I ? �` ►. � i1 State of California County of Orange On November 20, 2009 before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats who proved to me on the basis of satisfactory evidence to be die person(s) whose names) is /are subscribed to the within instrument and acknowledged to me that hefshrfdhey executed the same in his4rc,' l eir authorized capacity6co, and that by h.isrncn4-tacirsignature6i 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 Q ADELAIDE C. HUNTER Commission # 1808793 °ara 6 Notary Public - California g Orange County My Comm. Expires Aug 8, 2012 j ULLICO Casualty Company ib I CIO 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats, Douglas A. Rapp, & Timothy D. Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney shall expire without further action on December 31, 2009. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. M TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument . to be signed and its corporate seal to be affixed by its authurizcd -odic: tiisel0y dayof AIe Veit ber 2004 . 1 SIDENT Daniel Aronowitz President ULLICO Casualty Company_ a Delaware Corporation. On thiso206 day of PoileA 7ef 20 COR before me came the individual who executed the preceding instrument, tome personally known, and being by me duly swom said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution, of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 161h day of July 2009. Teresa E. Valentine. Senior Vice President, General Counsel & Secretary ULLICO Casualty Company =-1 CERTIFICATE OF ACKNOWLEDGMENT State of California County of orayloe, On I I a Ltl(Q before me, i' (Here Insert name and Due of are onicer) 1 personally appeared LL Y� FiC 1(m 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 t(Iat 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. =r e 1 �Vhmm of Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ' ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800 - 873 -9865 wwwNotaryClasses.com i INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the nary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California In such insfances, any alternative acknowledgment verbiage as may be primed on such a document so long as the verbiage does not require the wavy to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carsfsdlyfor proper notarial wording and attach this form ifrequbed • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your tide (notary public). • Print the mine(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Wshehheyr is /are) or circling the correct fortrs. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression most not cover text or lines. If seal Impression smudges, reseal if sufficient area permits, otherwise complete a different acknowledgment form. • Signal= of the notary public must match the signature on file with the ofnco of the county clerk. L Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate title or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT M 1 1 21111 Agenda Item No. - lj January 11, 2011 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Iris Lee, Senior Civil Engineer 949 - 644 -3323 or ilee @newportbeachca.gov SUBJECT: EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 4134 ISSUE Staff requests approval to accept the Eastbluff Park and Bonita Creek Park Recycled Water Retrofits, Contract No. 4134, as complete. RECOMMENDATIONS 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after this Council acceptance. DISCUSSION Summary of Completed Construction Contract Awarded Final Cost at Benchmark Actual Contract Time Contract Amount Completion Target Contract Time Under ( -) or (days) Over ( +) $470,328.00 $483,603.12 Contract +2.6% 140 +16 Plus 10% On November 24, 2009, City Council authorized the award of the Eastbluff Park and Bonita Creek Park Recycled Water Retrofits contract to Green Giant Landscape, Inc. for a total contract cost of $470,328.00 plus a $50,000 allowance for contingencies. The project entailed the construction of a recycled water irrigation systems to replace the Eastbluff Park and Bo ... ra Creek Park Recycled Water Retrofits Completion and Acceptance of Contract No. 4134 January 11, 2010 Page 2 domestic - water irrigation systems at Eastbluff Park, Bonita Creek Park, and Vista del Sol med ! 1. ian A summary of the project schedule is as follows: Estimated Completion Date per 2010 Baseline Schedule: August 27, 2010 Project Award for Construction November 24, 2009 Contract Completion Date per NTP & Approved Extensions September 16, 2010 Actual Substantial Construction Completion Date: October 8, 2010 Delays and extensions to the project schedule were due to a number of factors including: (1) adverse weather conditions; (2) requests from Eastbluff Park end users to install baseball infield fencepost sleeves and a dust - maintenance water system; and (3) installation and maintenance of additional landscaping material. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount Change Orders Credit from Eastbluff Park end -users Final contract cost: $470,328.00 $17,601.93 -$5,326.81 $483,603.12 The final overall construction cost, including four change orders, was 2.6 percent above the original bid amount. Of the $17,601.93 change order total, Newport Harbor Baseball Association and Batrays credited the City $5,326.81 for the Eastbluff Park baseball infield improvements. ENVIRONMENTAL REVIEW On November 19, 2009, a Notice of Exemption was filed pursuant to Section 15302, Class 2(c) of the CEQA 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. PUBLIC NOTICE The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, two City - prepared construction informational notices were distributed by the Contractor to residents and businesses within the work vicinity. The first notice was distributed ten days prior to the scheduled work. The second notice was distributed 48 hours before the work commenced. Eastbluff Park and Bonita Creek Park Recycled Water Retrofits Completion and Acceptance of Contract No. 4134 January 11, 2010 Page 3 FUNDING AVAILABILITY Total project expenses, including incidentals, are summarized as follow: Construction Construction Support Services Inspections — County Health Incidentals $482,603.12 $16,571.20 $1,100.00 $2,164.85 Total Project Cost $502,439.17 Funds for the construction contract were expended from the following accounts: Account Description Water Enterprise Total Construction Cost Prepared by: Senior Civil Engineer Attachment: Location Map Account Number 7511- C6002006 Amount $482,603.12 $ 482.603.12 Submitted by: adum Director OJECT CITY OF ATION IRVINE PROC A pR Ro 5 UNIVERSITY Of PQP � GP o J� � Q CITY N OF c9yF °9� y 9 vlsTa m °O e, NEWPORT CO ~ o BEACH k L� 9 w BIS N o� SST q A CREEK P ono EA3TMLFF PARK LOCATION MAP LOCATION MAP NOT TO SCALE NOT TO SCALE PROJECT LOCATION MAP EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, C -4134 CITY OF NEWPORT BEACH RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE 20110002244818:28 am 05/04/11 80 414 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 `)0 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, IT Newport Beach, California, 92663, as Owner, and Green Giant Landscape, La Habra, i California, as Contractor, entered into a Contract on November 24, 2009. Said Contract r set forth certain improvements, as follows: n I Eastbluff Park and Bonita Creek Park Recycled Water Retrofits — (C -4134) Work on said Contract was completed, and was found to be acceptable on January 11, 2011, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Ullico Casualty Company. Morks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. !�'/ Executed on I 2� �� at Newport Beach, California. c BY (A0106i City Clerl OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 26, 2011 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Amendment to Notice of Completion for the following project: ® Eastbluff Park and Bonita Creek Park Recycled Water Retrofits - C -4134. Please record the enclosed document which will amend the previous Notice of Completion recorded on January 19, 2011, Reference No. 2011000033448, and return it to the City Clerk's Office. Thank you. Sincerely, Leilani I. Brown, MIMIC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Green Giant Landscape, La Habra, California, as lContractor, entered into a Contract on November 24, 2009. Said Contract set forth certain improvements, as follows: Eastbluff Park and Bonita Creek Park Recycled Water Retrofits – (C -4134) Work on said Contract was completed, and was found to be acceptable on January 11, 2011, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Ullico Casualty Company. Yorks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 44— I �� at Newport Beach, California. c BY 41068 Q. City Clerl CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 12th day of November, 2009, at which time such bids shall be opened and read for EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS Contract No. 4134 $625,000 Engineer's Estimate �EW Pp�\ U. A iprov by I 49Stephen G. Badum Public Works Director Prospective bidders may obtain one set of bid documents for $30.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Iris Lee, Project Manager at (949) 644 -3323 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http llwww NewportBeachCA. goV CLICK Oohne Services /Bidding & Bid Results CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... INSTRUCTIONS TO BIDDERS ....................................................... ............................... BIDDER'S BOND ............................................................................. ............................... DESIGNATION OF SUBCONTRACTOR(S) .................................... ............................... TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............. ............................... NON - COLLUSION AFFIDAVIT ....................................................... ..............................1 DESIGNATION OF SURETIES ....................................................... ..............................1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL..1 ACKNOWLEDGEMENT OF ADDENDA ......................................... ..............................1 INFORMATON REQUIRED OF BIDDER ....................................... ..............................1 NOTICE TO SUCCESSFUL BIDDER ............................................ ..............................1 CONTRACT................................................................................... ............................... LABOR AND MATERIALS BOND .................................................. ............................... FAITHFUL PERFORMANCE BOND .............................................. ............................... PROPOSAL.................... .................. ......... ....... .... _..... ......... ....................... .. ............ PR -1I SPECIALPROVISIONS .................. ............. ............................................................. SP -1I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 INSTRUCTIONS TO BIDDERS 1 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2 Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words 'Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5 The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6 Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7 The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in c substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. go11g � c- ag, Contractor's License No. & Classifi ation Green Giant Landscape, Inc. ider uthorized Si nature/Title Date 4 CITY OF NEWPORT REACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a Charter city, in the principal sum of Ten percent of the total amount of the bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, Contract No. 4134 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 10th Green Giant Landscape, Inc. Name of Contractor (Principal) Ullico Casualty Company Name of Surety Authorized Age ignature 2600 West Olive Ave., 5th Floor, Burbank, CA 91505 Matthew J. Coats, Attorney In Fact Address of Surety Print Name and Title 818-333-5195 Telephone (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Orange On NOV 10 2009 before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Matthew J. Coats who proved to me on the basis of satisfactory evidence to be the person(s) whose names} is/are subscribed to the within instrument and acknowledged to me that he/slic/they executed the same in his "nret their authorized capacity(ies), and that by his+erMicir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. A0ELAIOE C. HUM1 i LH 1 Commission # 1808793 -� �, Notary Public • California ' Orange County Signature �" My Comm. Expires Aug 8, 2012 ULLICO Casualty Company 1625 Eye Street, N.W. Washington D.C. 20006 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That ULLICO CASUALTY COMPANY (the Company), a corporation organized and existing under the laws of the State of Delaware, does hereby constitute and appoint: Linda D. Coats, Matthew J. Coats , Douglas A. Rapp , & Timothy D. Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney shall expire without further action on December 31, 2009. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of ULLICO Casualty Company at a meeting duly called the 15th day of July, 2009. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall he valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, ULLICO CASUALTY COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized office this 104� day of /Jove mkr 20 04/. ryy416tlityJI- f �• �' ._SIDENT Daniel Aronowitz ��rzi rrr� R President ULLICO Casualty Company, a Delaware Corporation. On this 10+1, day of /JOVeM 69!.r 20 -OT, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the ULLICO CASUALTY COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE 1, Teresa E. Valentine, Senior Vice President, General Counsel and Secretary of ULLICO Casualty Company, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 16th day of July 2009 are true and correct and are still in full force and effect. I do further certify that that Daniel Aronowitz, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of ULLICO Casualty Company, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this I6°i day of July 2009. Teresa E. Valentine Senior Vice President, General Counsel & Secretary ULLICO Casualty Company ACKNOWLEDGMENT ........ ■ .............................. ....... ■ ■ ............................ 0 ■ 1 State of California County of c, }ss. On Ajo V !2i before me, Oe i'l''e /a��t� T41ei1_0rZ,_, Notary Public, personally appeared !1701 He ,who proved to me on the basis of satisfactory evidence to be the person(/) whose name(,7) is/a4:& subscribed to the within instrument and acknowledged to me that he/s� executed the same in his/ &* authorized capacity(+es), and that by his/liff4the+r signaturesv) on the instrument the person(.9), 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. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: N ROSEMEIRE TOLEDO HENDSMAl " Commission # 1670671 Notary Public - California Orange County My Comm. Expires May 28,2 6PqrWqPWqr_W — — Owl 01 8,2010 (seal) Thumbprint of Signer Check here if no thumbprint or fingerprint is available. Best's Rating Center - Cornpani, Tnformation for ULLICO Casualty CoTn- any Page 1 of 1 Best's Rating Center United Stales AM, Pacific : Canada Europe About _ Contact : Sltamap Rating Cenler Home ULLICO Casualty Company eua�. (a member of ULLICO P&C Group) T -^9 ss 9 d la ,, (CfR•RO�f yitgi�T A.M.BB-1 p: .2fi23 NAIC a: ]]893 FEIN p: 1J29696.6 mp - Mal ha idv �BEpyT pnbn.agood abllY t to meal Add,ess: 1625 Eye &treat N.W. Phone* 202-BB2-0gg0 Meir ongoing obligation. to .............._,.a« ... ........ .1 Midiintia., DC 20006 Fax: 202-962-8859 P—Yhold— UNITEDSTATES Web: ww w— — --- _ --- Best's Ratings Finan. ml SUenglh Ratings Yew Defindons Issuer Credit Rating. Vew Do Ad— d—Ruling:..(Good) Ruling 6+ (Good) Long -Term bbb- Financial Size Category: VII ($50 Million to $100 Million) C,td-kPo.11lva Outlook: Posiu- Action: Affirmed Action: Affirmed Data May 22, 2009 Eff-hve Dale: May 22, 2009 • D-1- Under Review Ratings. See ruling darinilions. Rap.d. end Now. Visit our New,RPom for the latest .... A09_Press Talain eit for this company and its A M. Bast Group. o E Credit Report_nauu ndt Profeealonal - Includes Basis Fnanc al $1-9M Rating and ra9... 1. along wRh compreh—ka analytical c .nary. detailed business overview end key financial data. R.Porl Revlalon Data: 06/05/2008 (represents An, Ialeat sign —.1 cM1ange). Histoncal Reports ere available in AMB Ciedil Repgrl -_I uf..£9 Proles IaneLArchjyC. Beat's Exec uOve Summary Reports (Financial Overview)—diibla m three ,,alone these presentation sMe reports feawre balance sheet in statement. key fnancal Pe dorm.... tests lncludtn coma gPmfimb Lty. famd'ly antl reserve analys s. Data Slaws: 2009 Beer. SI.i.ment File -PIC, US. Contain, data.ompned as of 11/7/200g (Quality Cross Checked). • SL_gI:GGoA Mny-fivayearsoffin...wIdataspecifiwI1yon Miswmpany. • CpmP_adson -side-by-side financial analysis of This company with a peer group of up to five oMer companies you select. • Composite - avaluele this company, fin ... let. eg.i,,l a peer group composite. Report displeys both the average and total comp -d. of your selected peer group. AMB. Credll Report -.B sineas. Prafeafon.l- protides three years of key financial data presented with colodul charts and tables. Each report also features the latest Bests Ratings. Rating Rationale and an excerpt from our Bus,.ees Reim—commentary. Dam Stat— Condoms data .,,pned as of t 117/2009 (Quality Cross Checked), 0Beal'. Kay. Rating Guide P—anl—n Report - includes Bests Financial Strength Rating and financial data as provided in Bast's Kay Rating Guide 11produ.ts. Dam Stat— 2008 Fin ... W Data (Quality Cross Checked). Financml antl Analytical Prodin— Best's Property/Casually Cenler - Premium Data & Reports Best's K-YRating Guido -PIC, US & Canada 13-, Staleme.t Fite -PIC, US Best's Statement File - Global Bast's In—RIIWr PIC, US&Canada Best's Stale Line - PIC, US Best's Insurance. Expense E%hlbR (IEE) - PIC, US Best's Schedule.F (Reinsurance) - PIC, US Best's Schedules D (Prefened Sloths) - US Best's Corpora. to Changes. and Retirements.- PIC, USICN Best's Schedule P (Loss Reserves) -.PIC, US Best's Schedule D - Hybnd - PIC & LIH, US Bests Schedule D (Corporal. Bonds) - US Best's Insurance. Reports -Online - PIC, US & Cana de ob gauana. nclading ln.sa to a. y id.,s wa,v au, enl.a wise la l.n Nt. ,,l h. .,..,tett.. nnu...tre .aivaln.alac.m. r ata, .e ..lsl a .9e, .,,.da,m.... and business p,oln.. Tneze—p­ ys m.n-sl.nal n., ...entry to meat ns tnarcai http://www3.ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=2623&AItSrc=1 &Alt... 11/16/2009 Ca I GREEN GIANT LANDSCAPE INC. CERTIFIED COPY OF RESOLUTIONS OF BOARD OF DIRECTORS OF GREEN GIANT LANDSCAPE, INCORPORATED STATE LIC. A&C-27, # 670478 "RESOLVED, that Donald L. Henderson, as President of Green Giant Landscape Incorporated, is authorized to enter into and sign all contracts on behalf of this corporation." 1, Rosie Toledo, the duly elected, qualified and acting Secretary of Green Giant Landscape Incorporated, an organized and existing California corporation, do hereby certify that the foregoing is a full, true and correct copy of the resolution duly adopted by the Board of Directors of said corporation at a meeting thereof at which meeting a quorum of said Board was at all time present and acting; and that said resolution has not been modified or rescinded and is at the date of this Certificate in full force and effect. IN WITNESS WHEREOF, the undersigned has executed this Certificate and affixed the corporate seal of said corporation this 27th day o f Quo r, 1998. Rosie Tol 941-A Macy Street @ La Habra, CA 90631-3400 • (562) 690-6208 @ Fax (562) 690-5029 E -Mail: GreenGiantLandgemail.m5n.com CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 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: �`�f�Did ivPrS�e� Ll�c7� _ Address: �y b IVC2W/oj-t _,4ea(h/ 6 U5rl Phone: ON) D yV_ /Z/G State License Numj�,e ��: g5Z?0� � Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Green Giant Landscape, Inc. Bidder C:3 Authorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name Green Giant Landscape, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number en0 Project Description /r4?1iq h2,'111, ✓)aylOn GL'H(�i CdDGC� v Approximate Construction Dates: From L2,�0 To: Agency Name ��� '�% l2/ h�'Q' e__O(V46(015_f> 61 Contact Person �T7 �r l�/%%�? Telephone (61)(a) �3q_ ��00 kjj,� Original Contract Amount $( 503113 - Final Contract Amount $ T— If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No.2 f'/l']�td&V Oak' Project Name/Number Park- ado t v(gv? Project Description 1)?6d ,21vt Approximate Construction Dates: From yl,�)o -R To: /d1, 00 9 Agency Name 01 0 r'' SPS t- c01111y.- Contact Person M/ kP She)H- /- Telephone (0,,V) 30/- `%�60 Original Contract Amount $1102))&U Final Contract Amount $ /1 022, 000 If final amount is different from original, please explain (change orders, extra work, etc.) M Le -- 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. Pq hi, No. 3 6a Project Name/Number �C Project Description filw 4� an G tTlidlb� Approximate Construction Dates: From 11.1d6Q 8 To Agency Name Contact Person I�M6 &ba-d/11K— Telephone V.,V) 5 0 a`�"J0 Original Contract Amount $:"/y,*9 Final Contract Amount $ 3NI 1W 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. 10 No. 4 Project Name/Number Project Description )neva /;f'�W d Approximate Construction Dates: From ID To: Agency Name C�)Pst- (7"1117A_, Contact Person 14 Telephone Original Contract Amount $c/��7U Final Contract Amount $ �'�✓'�l%I �' If final amount is different from original, please explain (change orders, extra work, etc.) /1 Did you file any claims against the Agency? Did the Agency file any claims agaipst you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 J c /� Project Name/Number ��1�%V ii igaez,- A� h Sokol/ Plgg4e4 Project Description/iC�(%G� �;Cx`//��� Approximate Construction Dates: From �L9ZV / To: `7/ dW 9 Agency Name 0?Y'/W (tet �(~ t7 �� ��1 � L2 5irl Contact Person 54 // 14, 661 1'5 Telephone (04,) X31- 9.300 e X'7 Original Contract Amount $`e�y000 " Final Contract Amount $ 611 903. r y If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. n A:�- 11 No. 6 Project Name/Numbed Project Description b�Nfl�/i� Approximate Construction Dates: From '71 �e)1 To: Agency Name Jvk FYI �}yj flO l ��'iv Contact Person %2eOtO l NdVI�Telephone 6/ ) 5�1/— 5 0 Original Contract Amount $ Ja Final Contract Amount $ Ja5; BOO — If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. /A�, Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permitn appraisal of the Contractor's current financial conditions. \ \ Green Giant Landscape, Inc. JAW121/ Bidder Authorize Si nature/Title 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 NON -COLLUSION AFFIDAVIT State of California ) ss. County of {� r PJ ) (/y m Id /yL'f dlol,� being first duly sworn, deposes and says that he or she is 2fG���'(Q/ff " of &veem Clot , //I(-, , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organii ion, -_bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws tate of California hat the foregoing is true and correct. Breen Giant Landscape, Inc. Bidder Authorized Sidndture/Title Subscribed and sworn to (or affirmed) before me on this /� day of 4"d' V&'I b i', 2009 by (lWld lknd60500 personally known to me or proved to me on the basis of satisfactory evidence to be the person($) who appeared before me. 0 I certify under PENALTY OF PERJURY under the laws of the State ~of C liforn hat the foregoing paragraph is true and correct.�jj,�! ROS omm TOLE HE! ONI commission # 1670671 [SEAL]NotaryPublic - California Orange County My Comm. Expires May 28, 2010 13 Notary Publ My Commission Expires:&/X //0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 DESIGNATION OF SURETIES Bidder's name Green Giant Landscape, Inco 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): q IN ^ Z-1,5,7- li%io 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Green Giant Landscape, Inc. Record Last Five (5) Full Years Current Year of Record i ne intormation requireci 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 2008 2007 2006 2005 2004 Total 2009 No. of contracts / _ (� ` �� _/ L? f 6 Total dollar Amount of Contracts (in � �� \ 4,9 a Thousands of $ No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to another job or termination of employment i ne intormation requireci 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 Green Giant Landscape, Inc. Business Address: 17)QCcl J �C14 qo&31 Business Tel. No.: ,j(�� - CagO 6,4 -05 State Contractor's License No. and Classification: fJOt/ 17 Title f The above information was compiled from the records that are available to me at this time and II d�eela.re under penalty of perjury that the information is true and accurate within theUimitations Qf those records. Signature bidd Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title -/a If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 16 ACKNOWLEDGMENT ............................................... ■ ............................. ■ 1 State of Califorl� County of Ql ss. On O(/ /2 fore/. me,Z J�'yl�ite /�64, �'Gk�'PirsOr/ Notary Public, personally appeared cy ,who proved to me on the basis of satisfactory evidence to be the person( whose name(Kis/are subscribed to the within instrument and acknowledged to me that he/she4" executed the same in his/fir authorized capacity(ies), and that by his/heMtmh signatures(,< 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. jo Sig riat e eROSEMME�TOUM HENDERSON Commisdon #E 1670671 Notary Publk - California Orange County My comm. E May 28, 2010 (seal) ......................... ■ ............................. ■ ■ ■ ................... ■ 1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 ACKNOWLEDGEMENT OF ADDENDA Bidders name Green Giant Landscape, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 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: Business Address I Green Giant Landscape, Inc. Telephone and Fax Number:-, �p a (� & � Q 9 SO,,) &9U 29i 14 California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued: 1q10 Expiration Date: 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 DO 4a ICS 1 � al I9(eaz- G� q�fl � ��. Sia t a �- ao� a, (W qo, �/,( Corporation organized under the laws of the State of 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 4 A-, All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 'a Za- Z For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. /1Q Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labo compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No Are any claims or actions unresolved or outstanding? Yes 0 19 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. ►tel �� �l e�IG�a�t�s0 {�7 1:9E=_ e of Owner or President Green Giant Landscape, Inc. ���srcZ�vr f Bidder Authorized Signature/Title Title //- /')� 0 Date On //_/;� 09 before me, Notary Public, personally appeared (dna id 4(nde1156ki who proved to me on the basis of satisfactory evidence to be the persono) whose name() is/afe subscribed to the within instrument and acknowledged to me that he/sem executed the same in his/herkte� authorized capacity(i4s4, and that by his/etr signature) on the instrument the person(X), or the entity upon behalf of which the person(y) 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 pfficial seal. ROSEMEIRE TOLEDO HENDERSON v^ Commission # 1670671 (SEAL) -� Notary Public - California ubl J and for said State Orange County My Comm. Expires May 28, 2010 My Commission Expires. _VK//0 20 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS LABOR AND MATERIALS PAYMENT BOND FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 CONTRACT THIS AGREEMENT, entered into this _ day of , 2009, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Green Giant Landscape, Inc., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work. EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS The work to be done under this contract at Bonita Creek Park consists of constructing the domestic water and recycled water improvements required to retrofit Bonita Creek Park to recycled water. The work includes, but not limited to, furnishing and installing a new 2 -inch reduced pressure principle backflow preventer and piping and fittings on the domestic water system that feeds the park's domestic system; furnishing and installing the material and labor to construct the swivel ell facility including, but not limited to, new 3 -inch reduced pressure principle backflow preventer, piping on the domestic system and new piping, fittings and valves on the recycled water and irrigation systems, concrete pad, concrete wall, subgrade preparation, grading and chain link enclosure, furnishing and installing new piping, master control valve vault, isolation valve and fittings, identification signage and tagging of potable, recycle and non - potable water systems in conformance with the Department of Health requirements, removal and replacement of existing quick coupling valves with quick coupling valves designed for recycled water use, furnish and install atmospheric vacuum breaker valves on hose bibs, rehabilitation of the existing irrigation control valves for use with recycled water and the removal of the existing reduced pressure principle backflow preventer on the irrigation system. The work to be done under this contract at Eastbluff Park consists of constructing the domestic water and recycled water improvements required to retrofit Eastbluff Park to recycled water. This retrofit work includes, but not limited to, furnishing and installing the material and labor to construct a new 3 -inch and 2 -inch reduced pressure principle backflow preventers after the existing meter, new domestic water piping and fitting to supply park facilities, new 2 -inch reduced pressure principle backflow preventer on the domestic water piping supplying the new baseball field quick coupling valves, new drinking fountain, the swivel ell facility including, but not limited to, new piping and fittings on the domestic system and new piping, fittings and valves on the recycled water and irrigation systems, concrete pad, subgrade preparation, grading and chain link enclosure, furnishing and installing new piping, isolation valve and fittings, identification signage and lagging of potable, recycle and non - potable water systems in conformance with the Department of Health requirements, furnish and install 22 atmospheric vacuum breaker valves on hose bibs and the removal of the existing reduced pressure principle backflow preventer on the irrigation system. In addition, the work to be done under this contract includes, but not limited to, the installation of a new irrigation system at Eastbluff Park and Vista Del Sol median including new pressure and non - pressure mains, electric control valves, gate valves, controllers, sprinklers, strainers, control wiring, etc. The Contractor will also be required to slurry seal and re- stripe the existing parking lot and construct a new electrical service meter pedestal and conduits and conductors to power the new Vista del Sol median irrigation controller. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4134, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Hundred Seventy Thousand, Three Hundred Twenty-Eight and 001100 Dollars ($470,328.00). Please note the "as read" bid amount was $469,328 00 and the figure in bold above is the correct contract dollar amount. This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the 23 Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Iris Lee (949) 644- 3323 Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 562 - 690 -6208 562 -690 -5029 Fax INSURANCE Without limiting Contractor's indemnification of City, and rip or to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. 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. City reserves the right to require complete, certified copies of all required insurance policies at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business 24 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. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees 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 the laws of the State of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coveraqe. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, 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 occurrence. 5. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; 25 or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. Right to Stop Work for Non - Compliance 26 City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. 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. I. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. 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. 27 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY OFAEWPORT BE CH A Muni i , Corporation i A an. A" mI'- a U1 I T ULLMN APPROVED AS TO FORM: Assistant City Atto (CorpVate Officbr) Title: jAlYJI P ' ame: Om I I' �i✓� 1��Cn ( anciiaff lOjjicer) Title: (V ? SI di o i Print Name: 06 YA i4116(66(7" Please note: Corporations must complete and sign both places above even if each office is held by the same individual W CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS BOND NO. ,s 015 000 a l l Premium: Included LABOR AND MATERIALS PAYMENT BOND WI IEREAS, the City Council of the City of Newport Beach. State of California. by motion adopted, has awarded to Green Giant Landscape, Inc., hereinafter designated as the - Principal," a contract for construction of EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, Contract No. 4134 in the City of Newport Reach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4134 and the terms thereof require the furnishing of a bond, providing that if Frinclpal or any of Prircipal's subcontractors, shall fai: to pay for any materials, provisions, or other supplies used in, upon, for, or aoout the perfurmance of the work agreed to be done, or for any work or labo• 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, I:llicu Casualtc company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety° are held firmly bound unto the City of Newport Beach. in the sum of Four Hundred Seventy Thousand, Three Hundred Twenty -Eight and 001100 Dollars ($470,328.00) lawful mcney 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 tc 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 pad over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Sectlon 13020 of the Unemployment Insurance Ccde with respect to such work and labor, than the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond. and also, in case suits Drought to eworce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 29 the Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as requiree by and in accordance with ,he provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change. extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Boric, and it does hereby waive notice of any such change, extension of time, alteratiors or additions to the terms of the Contract or to the work or to the specificatiuns, In the event that any principal above named executed this Bond as an individual, 4 is agreed that the death of any such principal shafi not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duly executed by the above named al and Surety, on t 20th day of No%cmhcr .2009. CA-d Green is a dscape, Inc. (Principal) Authori Sugnature/TAIe ( Ilico Cas is ltdCran Ilan) Name of Surety 2600 \\est litre \� 2.. ?th Ploor. Rurhank, CA 91 �0> Address of Surety TeleOhone Authorized Age gnature %latthe" J. C pals. Attornc\ In Pair Print Name and Tile NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 911 CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT State of California County of - -- Orange November 20, 2009 Adelaide C. Hunter, Notary Public On , -before me, _.._ (inaert name and tale of the officer) personally appeared —. -. Matthew J. Coats who proved to tilt on the basis of'satisfactory evidence to be the personft) whose mine(. is /art subscribed to the within instrument and acknowledged to the that hehhe /th" executed the same in his,"heritheir authorized capacitv{ies), and that by his /her/thtir signatures) on the instrument tite persort(�, or the emir.) upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENAITY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNIESS illy hand and official seal. Signature,. /T, ADELAIDE C. HUNTER Commission Y 1808793 } Notary Public - Calltomis ' Orange County My Comm. ExDlfes Aug S. 2012 vullico ULLIC fJ Casualty mrio nny 1625 h'yc Suva. N.M'.' AnDi rev U.('. 2fg06 Power of Anurna• KNOW ALL PERSONS Dl' TIi F.SF. PKI'SP:N "I IS That LLLICO C.ASI:ILF) CONIPAN I (thc Conhpa x), a corporation organircd and existing under Elie laws of the State ol'DeWwarc. docS hereby c nslnuic and appoint: Linda 1). Coats , Mathew J. Coats . Douglas A. Rapp . & Timothy 1). Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and laixful AuumcY Is) in faa with full authority to execute on its behalf bonds, undcrtakines, reaignirmccs mid other conuaas of indemnity and wdtmgs oblieatop- in die nature therau; issued in the count of its business and to hind the Company thereby, in an mnoimt not to exceed $5,000,000.00 Thu, Power Of Attorney shall expire w'ithour funher action on December 31, 20M Phis Power of Auomey is granted and is signed and scaled hp facsimile under and by the authority of to fidlowi ng Resolution adopted hp the Board of Duceton of I I.I.ICO Casualty Company m a meeting duly called the I51h day of July. 2(0). K6SOIXF-D: 'I bar the [)card of Directors hcrcb,. and ixs the President or any Vice President of the Company lot (1) Appoint Ammneyf9 in Fact and :wdiorire the .Anomey(s) in Fact K+ exccnm on behalf of the Company Minds wind undertakings. contracts of indemnify and usher writings ohlivatory in the nature thereof and to attach the seal of the Company IhCremt and (2) to remove, at an)' time, any such Anomcy -in -Fact and revoke the uufhority given. And, he it FURTHER RESOLVED: That the signatures of such officers and to seal of the Company mac be affixed to any such Power of Attorney or cenificate relating (hereto by facsimile, and an)' such Power of Attorney so executed and certified by facsimile signatures and fac mule ,ear shall be valid and hiding upon flue Compaiiy in the future with the respect to any hand or undertaking to which it is attached. In ITS) 13,U)NI R'HI':R1 OF. ILLICO CASUALTY COhIPAN, has caused this instrument to he .ngncd and its corporate seal ro he affixed by it, auih :rvrC otfiec hIs910il' dny of AJe VPrM Joe 0 o9w x iii h, �rrgl x` = JS 0 -1919 0 S:DENr Daniel Aronow'itz President CLI.ICO ('mualt) Company, a Delaware C oToraoon On do'obb Jar of _16%o6leM 7eC 20 0`1 , before me came the mdiv idual who executed the preceding instrument, to me ocnonal ly known, and being by me duly sworn ,aid dim he is the therein descriheJ and authorized officer of the I'LLICO CASUAL I I COMPANI`. that the ,cal affixed bi said nutrunhcrht is the Corporate seal of said Company. that the said Corporate Scal and his signature %scrc dul) affixed. Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE I, I cresa E Vuhmline. Senior Vice Presidcm, (;cneral Counsel and Secretary of ULLICO Casualty C'nmpan)', do herb)' ccrtdy Ihiat the foregoing revolution of tic Board of Directors and this Poise( of Anome) issued pursuant thereto on this 16th day of Jul) 2o0V an true and correct and arc still in full fince and effect I de further <cnih that that Danict Aionou i V, who executed the Power of .Attorney as President. was in the date of execution of the attached Power of Amnesty tie duly elected 1'rcsidcm of CI. LICO Casually Company, In I eslimony N "hemof I have suhscrihed my name and affixed the facsimile seal of cacti Company Ibis I(a day of )ul) 204119 . Teresa L. Yalanmc Senior Vice President, General Counsel R Secretary I: LI A"O Casualis Company CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Qua yl o Pi On j ( I a'gl0 1 before me, (here aaert ratne and One or me officer) personally appeared DD V1d eus(m who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that be/she /they executed the same in his/her /their authorized capacity(ies), and that by hisfherltheir 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. � r r e c*al seal, /' �/ ao ® on0 Pwoll PAM - roft rIM oparve C=* (Notary seal) MrCpnmpptlwtMOtrltl701 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (fide or desaipoon of attached document) (Title ot desenpow of anacbed document continued) Number of Pages _ Document Date (Additional udornratim) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tide) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Tmvxe(s) ❑ Other 2008Venioa CAPAv12.1007800-873 -9865 www.NotryOaseacom INSTRUCTIONS FOR COMPLETING THIS FORM Any acbnowfrdgrnem complrnd In Calforna mart comain ve bwV emery w appear, above in Me rotary mcdm or a separate acbrmr /edgmem form mew be prgxHy completed asd Moched to tAm dvesunem. The only eccepcim u if a docuwvnt it to be recorded osaidr a /Cal fw nla In such rrt t ", any a ternm7.e acbwrledgmem verbiage as nroy be primed on .such a doronem m long err the verb0ge doer rat require the rotary to do soereduaV tAm a illegal fw a notary a Cal#braa (Le. cemfymg the audwrusd capoci y of the riper). Pkaw check the daeumm em idlyfarproper nawial wording andamoch turfwm (required • Stan and County information must be the Stem and County where the document sipu(s) personally appeared before the notary public for ocbwwledgnw L • rate of nounamon met be tlw dam alai the siptr(s) personally appeared which meat also be the sane date the adtnowledgnmt is completed. • The notary public must prim his or her uamw as it appears wrdun his or her commission followed by a carmte and tben yore title (notary pudic). • 1`1111t the 111100(3) of document Sigswr(s) who penuaally appear et the mare of notarization. • lodkw the correct Singular or plural to= by crowing off i erect forma (i.e. At✓ is f are) or cirding the wmat fomu. Failure m correctly irdicate this information may lead to rejection of doamlam recording. • The teary zeal impreaion mint be clear and photogtaphiaally repsoducihle. Impression nom not cover lad or line. If seal impression smudge, reseal if a wIncicut axes permits. otherwise coniplaa a different admowledgreeat fate. • Sipabue of the nobly public mum march the Sig nature on file with the once of the county ck& • Additional iofosnution a nor required but could belp to asue tltls admowledgnent is Dot misused err attached m a diA'arent dmwneat. • Indicate tick or type of attached document, number of Naga ant date d Indicate the capacity calmed by the signer. If the claimed capacity is a corporate office, indicate the title (i.a. CFA, CFO, secretary) • Securely attach the document to the aig od docwwm CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 BOND NO. Sit M50uu(1il FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ _`) If7.00 _ being at the rate of $ -20.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California. by motion adopted, awarded to Green Giant Landscape, Inc., hereinafter designated as the `Principal ", a contract for construction of EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS, Contract No. 4134 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Pubic Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4134 and the terms thereof require the fum -shing of a Bond for the faiB•ful performance of the Contract; NOW, THEREFORE, we, the Principal, and _k l lico (' a;ualry C'ompan) _ du y authorized to transact business under the laws of the State of Catifonie as Surety (hereinafter 'Surety' ), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Seventy Thousand, Three Hundred TwentyElght and 00/100 Dollars (5470,328.00) lawful money of the United States of America, said sum tieing equal to 100% of the estimated amount of the Contract, to be paid :o 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 OBLIGA'iION 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 tirre and in ;he manner therein specified, and in all respects according to its true intent and mearnirg, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surely will fadhf:illy perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 33 As a part of the obligation secured hereby, and in addition to the face amount specified in th s Performance Bond, there shall be included costs and reasonable expenses and `ees, including reasonaole attorneys fees, incurred by the City, eny in the event the C ty is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change. extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shalt :n 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 .o the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Nrinapal shalt not exonerate the Surety from its obligations under this Bond. IN INITNESS WHEREOF, this Instrument has been duly executed by the Principal and Surety above na ed, on the Orh day of N %, n,lxr 2Q08. r� Gre Giant a dscape, Inc. (Principal) Autho d gnaturerTitle Llli.y (' ;uuaIIN Contrary Name of Surety '_000 \Vest OhNe \\e.. 4h Floor. Burbank. CA 915(U Address of Surety 818-13131- 195 Telephone rized •lam Signature \lanhr%% J. ('orate. Auorne) In Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR ANo SURETY Musi BE ATTACHED 34 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of C alifirntia Cotunt% of Orang_e On November 20 2009 Adelaide C. Hunter, Notary ublic _ ...... - -- before nte' --- - - - - -- - - -- ry (inso i name and title of the officer) personally appeared Matthew J. Coats who proved to me oo the basis of satisfactory evidence to be the person(.) whose namt) is/am subscribed to the within instrument and acknowledged to me that hefshefthey executed the same in his /hakheir authorized capacity(ies), and that by his,'herftheir signatures) on the instrument the persott(s), or the entity upon behalf of which the persons) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sin uuure "kit-7— ADELAIDE C. HUNTER Commission • 1808793 Notary Public - Celltornla Orange County M Comm. Expires Aug 8, 2012 vuilico ULLet. Casualty Company 1625 H)c Street. S.W. Attorney 13A.. 20006 Yowcr of Attorney KNOW AL1. PERSONS BY'IHFSF PRESLN'I'S. That CLLICO CASI ACIA COMP,ANI [the Company), a corpivauon organised and existing under the law; of the State of Delaware, does hereby constitute and aMunt. Linda 1). Coats . Matthew J. Coats . Douglas A. Rapp . & "I "imothy U. Rapp of Linda D. Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in tact with PoII autltonty la execute on its behalf lands, undertakings, recognvances and other contracts of inderunnn and wi iungs ohligatary in the nature thereof; issued in the course of its business and to bind the Company lherchv. in an amount not to exceed $5,000,000.00. "This Power of Attorney shall cxpirc without hinder action tv December 31, 2(0). 'I'ha Power of Attorney is grunted and is signed and scaled by facsimile under and by the au[honty of the following Resolution adopted by the Hoard of Directors of ULLICO Casualty Company at a tinseling. duly called de 1501 day of July. 2009. RESOLVED: that the Hoard of Directors hereby authorzes the President or any Vice President of the Company nr, (1) Appoint Altotncy(s) in Fact and authonrc the Altomey(s) in Fact to execute on behalf of the Comptmv bands and undertakings, contracts of indemnity and other writings ohligatory in file nature therhd and to anach the seal of the Company thereto; and (2) to mrrarve, at any time, any such Auomey -m -Fact and revoke the authority given. And, be it FUR'I'H FR RESOLVED: 'That the slrnauues of such officers and the seal of the Company' nlay he affixed to any such Power of Attorney or certificate relating thereto by facsimile, and array such Ppwa'r of Attorney so executed and certified by facsimile signatures and facsnlllle sal shall be valid and biding upon the Company In de future with the respect to any homd or undertaking to which it is attached. IN 'I 'FS I IMONY W'IILRE F. ULLIC•O IC-A�,S_t'A�4 1'V ('OMPAAI' hay caused this instrument to he signed and its corMVate seal m be affixed by ns authnrircd office --i .gday of . vl� I"l- 20 -0-L M MN�N: Daniel Aronownr. I'residcnl I III ICO Casually Company, a Iklaware Corporation. On thn o70 L_ day of d ✓t rpC-r 20 09—. before me came the individual who executed the preceding in5lmmcn6 to nic personally known, and teing by me duly swum said that he is the therein described and authorized officer of the I:LLI('O CASL'AL*lV COMPAN'1 ; that the seal a0iscd to said instrument is the Corporate seal of said I oinpany, than the said Corpormc Seal mid his signature were duly affixed. . r Notary Public CATHERINE M. OBRIEN NOTARY PUBLIC STATE OF MARYLAND MONTGOMERY COUNTY MY COMMISSION EXPIRES JANUARY 21, 2012 CERTIFICATE 1.'I'crexa F Valentine Senior Vice ['resident. (icneral Counsel and Secretary of I;1 .1A O Casualty Company, do herby certify that :he foregoing resolution of the Huard of Uuectors and this flower of Auomey issued pursuant thereto on this 16th day of July 2009 arc Ime and correct and we ,till in full force and cllccl. I do further cenlfyi that that Daniel Aronow qz. who executed the Power of Attorney as President, was on the date of execution of the attached Power of ahrncy the duly elected President of I!1.1-ICO Casualty Company, In I'anumonv Whereof I have subscribed my name and affixed the facsimile seal of each Company this 16" day of Jul) 2009. I eresa E. Valentine Senior Vice ['resident. General Counsel & Secretary I ILLICO Casualty Company CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Ora V1 I e/ On 14 L� >C before me, name and personally appeared L1J -)l fi via ty--Se n 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 ..ie/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. goS�InERf Tokfoo WITNESS m O Seal. - commission 1 161017[ "W7sy PuoBC - �101/r0 G �B c01 * (Notary Seal) w :k 6Pk h'tW 26.X010 i o Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (I'ttle) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 700& Vmion CAPA vl2.10.07 806873 -9863 www.NoaryCtatses cum INSTRUCTIONS FOR COMPLETING THIS FORM Any wbsowledgmera cminteted to Cal( "w murr contain rerbuWr aeacrty as aFFews abort in ON nmary .rscoan or a separate ocbwwledbmsem forum mutt be property completed mid attached to that eacianew The any escepdon it if a docaneru is to be recorded otarldr of Calj/oraia In such rruwrw, any afternmire acbmawledgmess wrbiwe as may be prbYed m such a docm e w logg as Ur wrbiaV dicta not require on nanny to do somahing Mot is Illegal far a naary u California (Le. uriti5m g the authorized capacity of the signer). Please check the docnw m cmtfdlyfw payer notarial wording and coach shirfwm tf reituned • State and County information mutt be the State and County where the docmmeal sipmet(s) penondlY sppwred before the notary public fm rYnowledgmeal. • Date of notarization must be the date thin the signer(s) personalty appeared which trust also be the same dare the wknuwledipme t is completed • The notary public must print ba or her tame as it appears within his or her comrussion followed by a comma and then your title (notary public). • Print the names) of document signals) who personally appear at the time of notarimbon • Indicaa the correct singular or plural forms by crouung of incorrect forty (i.e. WsMJWgr is her) or cuding the correct forms. Failure in correctly udi tha mfommtion may lead to rejactioo of documera recordmg. • Tht notary seal impression must be clear and photagsphically reproducible. Irnptesawn must not cover teat or lines If seal impression smudges, ra-seal if a sufficient Ilea permits, otherwise complete • different admowledprcnt form • Sipanue of the notary public must match the signature on file with the office of the cowry Jerk. • Additional information a not requited but could help m assure this uJinowledgrrsnt is not misused or Wached to a diffacnt document • indicate title or t)ye of attached document, number of pages and date. • Indicate the capacity claimed by the sngre+- If the claimed rapacity is a corporate officer, indicate the title (i e. CEO, CFO. Secretary). • Securely attach this document to the signed document CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach, Date Received: 11130/09 _ Dept. /Contact Received From. _ Shauna Oyler Date Completed 11/30/09 to: Shauna Oyler By: Michelle Ross Company /Person required to have certificate: _ Green Giant Landscape GENERAL LIABILITY A. INSURANCE COMPANY: Golden Eagle Insurance Co. B. AM BEST RATING (A: VII or greater): _A ; V)___ C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No $1,000.000 plus D. LIMITS (Must be $1M or greater) What is limit provided? $1,000,000 Umbrella- E. PRODUCTS AND COMPLETED OPERATIONS (Must INSURANCE COMPANY: Peerless Insurance Co. include): Is it included? (Completed Operations status does B. not apply to Waste Haulers) ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The ADMITTED COMPANY (Must be California Admitted). City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be LIMITS (Must be $1M min. BI & PD and $500.000 UM, $2M included): Is it included? ❑ Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named $1,000,000 plus insured is not limited solely by their negligence) Does What is limits provided? endorsement include "solely by negligence" wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellabon by certified mail. per Lauren Farley, the City will accept the endeavor wording ® Yes ❑ No IL AUTOMOBILE LIABILITY A INSURANCE COMPANY: Peerless Insurance Co. _ B. AM BEST RATING (A. VII or greater) C. ADMITTED COMPANY (Must be California Admitted). Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500.000 UM, $2M min for Waste Haulers): $1,000,000 plus What is limits provided? $1,000,000 Umbrella E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers) :Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only) n/a Is it included? NIA ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail: per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Delos Insurance Co. B. AM BEST RATING (A: VII or greater): "A C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? WC) Delos is an A- carrier, Waiver of Suhrnnatinn ---p Fe 8 7009 included? ❑ Yes ® No ❑ Yes ® No Cust Encompass Detail Acct. Type: Business Tax License #: BT30000812 Bus. ID: 0028387 Name: GREEN GIANT LANDSCAPE, INC Owner Name: HENDERSON, DONALD L Owner Phone: (562)69 -1893 Owner Ty Exp. D e: 7/31/2004 SA Y ST #A S Addy 2: Addr3: LA HABRA CA Zip: 90631 B Addr1: 941 MACY STREET #A B Addr2: B Addr3: LA HABRA, CA B Zip: 90631 Phone: (562)690 -6208 FEIN: 6049 SEIN: 00000 Established: 7/1/2003 SIC: 0781 - LANDSCAPE COUNSELING PLANNIN Owner #: 08664 # of Emps: 1 usr1: 56386 usr2: usr3: usr4: usr5: usr6: usr7: M Emergency Contact Info Contact: Phone: Page 1 of I h C& httlr. ;iwww.cigmet.newport- beach.ca.0 %masterid ENC_dctail.as)i?IiID -B'130000812 1116'2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of I Department of Consumer Affairs Contractors State LiCeenSe toard Contractor's License Detail - License of 670478 ® DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is msekted bylaw IBAP 7124,6) if this enlity is Subject to public Complaint diselnsum. a link for complaint disclosure will appear below Click on the link Of budon In oolam complaint andier legal action information. ., Per B&P 7071 17, only construction related civil judgments reported to me CSLB are disclosM. " Arbitrations am not listed unless the contractor fails to comply with the terns of the arbitration Due to workload, Orare may be rul9vani information that hOS net yet been entered onto me Board'5 license database License Number: 670478 Extract Date. 11/1612009 GREEN GIANT LANDSCAPE INC Business Information: 941.A MACY STREET LA HABRA. CA 90631-3400 Policy Number: 02DKRM12003416 Workers Compensation: Effective Date: 040111009 Expire Date. 04!012010 Workers' Compensation History Miscellaneous Information: DATE DESCRIPTK)N 05,'02'1996 LICFNSE REISSULU 10 ANOTHER FNTITY Conditions of Use Privacy Policy Copyright c) 2009 State of California https:i iw• ww2. cslh. ca. gov; OnlineSery icesi ('heckl.iccnse:I.icensel)etaiLasp I I;16.12 009 Business Phone Number. (562) 6906208 Entity: Corporation Issue Date: 05103/1993 Reissue Date: 0510 211 9 96 Fsp1a Duo: 0&31/2010 License Status: This licensers current and active. All Information below should be reviewed. CLASS DESCRIPTION Classifications A GENERAL ENGINEERING CONTRACTOR C27 LANDSCAPING CONTRACTOR'S BONO This license filed Contractor's Bond number 69649036 in the amount of $12.500 wan Me bonding company WESTERN SURETY COMPANY, Effective Date: 0110112007 Bonding' Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer IRMO) DONAI D I.OUIS HENOLHSON certified that heishe owns 10 percent or more of !re voting stoci.ec uiiy of Uv corporation A bond of qualifying individual is not required Effective Date: 05/02! 1996 This license has workers Compensation insurance with the DELOS INSURANCE COMPANY Policy Number: 02DKRM12003416 Workers Compensation: Effective Date: 040111009 Expire Date. 04!012010 Workers' Compensation History Miscellaneous Information: DATE DESCRIPTK)N 05,'02'1996 LICFNSE REISSULU 10 ANOTHER FNTITY Conditions of Use Privacy Policy Copyright c) 2009 State of California https:i iw• ww2. cslh. ca. gov; OnlineSery icesi ('heckl.iccnse:I.icensel)etaiLasp I I;16.12 009 California Business Search l riCCl1tvI- BUS1121CSS PO+tI'tc11 �ecretar% (if State DESP,- XBOWEN DISCLAINIEW The information displayed here is current as of NOV 13, 2)09 and is updated weekly It is not a complete or certified record of the Corporation. Corporation GREEN GIANT LANDSCAPE INC. Number: 01958820 Date Filed: l; li 1996 Status: active Jurisdiction: California Address 841 A MACY ST LA IIABRA, CA 90631 Agent for Service of Process ROSEMARRE T HENDERSON 3831 SEASCAPE DR HUNTINGTON BEACH, CA 92649 Blank fields indicate the infonnation is not cuntained in the computer file If the status of the corporation is "Surrender". the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 21 14 for infurntation relating to service upon curpurauuns that have surrendered. Page 1 of I http: /"keplcr.ss.ca.gov core clata.+'ShowAllList' ?QuervC'orp \umber- CI958820 &printer ycs 11:1162009 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. C-4134 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. C-4134 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 2 Lump Sum Mobilization for the work at Bonita Creek and Eastbluff Parks A(\pDollars and o Cents Per Lump Sum Lump Sum Furnish and Install Recycled Water Facilities at Bonita Creek Park Dollars and N G Cents Per Lump Sum 0 0 $ GO DO , 00 PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Furnish and Install Domestic Water Facilities at Bo ita Creek Park Dollars and Cents Per Lump Sum 4. Lump Sum Furnish and Install Swivel Ell Facility And Master Control Valve Vault At Bonita Creek Park Dollars and Cents Per Lump Sum 5. Lump Sum Furnish and Install Recycled Water Facilities at Eastbluff Park © Dollars � and Cents Per Lump Sum 6. Lump Sum Furnish and Install Domestic Water Facilities at Eastbluff Park CI 7`j N i nl- 4WJ3 4AO Dollars and ,/VCQ Cents Per Lump Sum $ cJd $ 45�� 000� PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 7. Lump Sum Furnish and Install Swivel Ell Facility at Eastbluff Park �n0Uy Dollars and N� Cents $ SOO � o z Per Lump Sum 8. Lump Sum Furnish and Install Irrigation Facilities at Eastbluff Park 4vi o iw /Vo nPa a/j - 4NAP VVJNeAJ-d h4j,,,4��,TDollars and t\,ja Cents g Per Lump Sum 9. Lump Sum Furnish and Install Irrigation Facilities at Vista Del Sol Media _LL Dollars and /Un Cents $ Per Lump Sum 10. Lump Sum Prepare As Built Plans for the lump sump price of Five Thousand Dollars and Zero Cents $ 5,000 Per Lump Sum PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and 1,4�0 Cents /- % ;2 - O(? Date 560,9 &,�6,go8, Bidder's Telephone and Fax Numbers ( r76gg 2 A � a -,q'7 Bidder's License No(s). and Classification(s) # VIvAloeul bollars s 6 g '_� o o Total Price (Figures) G een Giant Landscape, Inc. 1t Bidder's Authorized Signature and Title 9 %- Sk. [alfa&va 6q ?wt Bidder's Addr ss Bidder's email address: l� �Pt°I�I �'j a �if✓j� cu,(. C�VI�I or jibe - l d(olgf ofA�66 aaoI'com Last saved by cheryl.glen 10/22/2009 11:06 AM p:\09378\134-09378-08002\word prod rafts\s pecs\proposal - c-4134.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. C-41$4 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2-6 WORK TO BE DONE 1 2 -9 SURVEYING 2 2 -9.2 Survey Service OQROFESSIDu.. "►! 2 2 -9.6 Survey Monuments t 2 SECTION 3 CHANGES IN WORK GD 3 3-3 ea. EXTRA WORKS "^I'S 3 3-3.2 Payment 0% I'LL 3 3-3.2.3 Markup 3 SECTION 4 CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 4 5-1 LOCATION 4 5-2 PROTECTION 4 5-7 ADJUSTMENTS TO GRADE 4 5-8 SALVAGED MATERIALS 4 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6-7 TIME OF COMPLETION 6 6 -7.1 General 6 6 -7.2 Working Days 6 6 -7.4 Working Hours 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 73 LIABII7Y INSURANCE 7 7 -7 COOPERATION AND COLLATERAL WORK 7 7-8 PROJECT SITE MAINTENANCE 8 7 -8.5 Temporary Light, Power and Water 8 7 -8.5.1 Steel Plates 8 7 -8.6 Water Pollution Control 8 7 -8.6.1 Best Management Practices Monitoring Program 8 7 -10 PUBLIC CONVENIENCE AND SAFETY 9 7 -10.1 Traffic and Access 9 7 -10.2 Storage of Equipment and Materials in Public Streets 9 7 -10.3 Street Closures, Detours, Barricades 9 7 -10.4 Public Safety 10 7- 10.4.1 Safety Orders 10 7 -10.5 "No Parking" Signs 10 7 -10.7 Notice to Residents and Temp Parking Permits 11 7 -15 CONTRACTOR LICENSES 11 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 11 SECTION 9 MEASUREMENT AND PAYMENT 12 93 PAYMENT 12 9 -3.1 General 12 9 -3.2 Partial and Final Payment 14 PART 2-- CONSTRUC7ION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 15 201 -1 PORTLAND CEMENT CONCRETE 15 201 -1 -1.2 Concrete Specified by Class 15 201 -2 REINFORCEMENT FOR CONCRETE 15 201 -2.2.2 Reinforcing Steel 15 SECTION 203-5 EMULSION - GGREGATE SLURRY 15 203 -5.2 Materials 15 203 -5.3 - Composition and Grading 16 SECTION 207 PIPE 16 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 16 207 -9.2.2 Pipe Joints 16 207 -9.2.3 Fittings 17 207 -9.2.4 Lining and Coating 17 207 -9.2.6 Polyethylene Encasement for Extemal Corrosion Protection 17 207 -9.4 AWWA Butterfly Valves 17 207 -9.4.1 General 17 207 -9.5 AWWA Resilient Wedge Gate Valves 18 207 -9.5.1 General 18 207 -9.6 Backflow Preventers 18 207 -9.5.1 General 18 207 -25 COPPER PIPE 18 207 -25.1 General 18 207 -26 BRASS PIPE AND NIPPLES 18 207 -26.1 Pipe and Nipples 18 207 -27 PIPE APPURTENANCES 19 207 -27.1 General 19 207.27.2 Valve Boxes 19 207.27.3 Grooved -Pipe Couplings 19 207.27.4 Sfeeve -Type Couplings 19 207.27.5 Dismantling Joint 19 207.27.6 Nuts and Botts 19 207 -28 DRINKING FOUNTAIN 19 207 -28.1 General 19 SECTION 214 PAVEMENT MARKERS 20 214-4 NON REFLECTIVE PAVEMENT MARKERS 20 214-5 REFLECTIVE PAVEMENT MARKERS 20 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 21 300-1 CLEARING AND GRUBBING 21 300 -1.3 Removal and Disposal of Materials 21 300 -1.3.1 General 21 300 -1.3.2 Requirements 21 300 -1.5 Solid Waste Diversion 21 SECTION 302 ROADWAY SURFACING 22 302-4 EMULSION - AGGREGATE SLURRY 22 302 -3.2.1 Application 22 302 -4.3.2 Spreading 22 302 -4.3.4 Application Testing 22 302 -5 ASPHALT CONCRETE PAVEMENT 22 302 -5.1 General 22 302 -5.4 Tack Coat 23 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 23 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 23 303 -5.1 Requirements 23 303 -5.1.1 General 23 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 23 306-1 OPEN TRENCH OPERATIONS 23 306 -1.1 Trench Excavation 23 306 -1.1.2 Maximum Length of Open Trench 23 306 -1.2 Installation of Pipe 23 306 -1.2.1 Bedding 23 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 23 308-1 GENERAL 23 SECTION 310 PAINTING 25 310-5 PAINTING VARIOUS SURFACES 24 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 25 310 -5.6.7 Layout, Alignment and Spotting 25 310 -5.6.8 Application of Paint 26 310 -5.7 Piping and Appurtenances 26 310 -5.7.1 Paint 26 310 -5.7.2 Cleaning 26 310 -5.7.3 Application of Paint 26 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 27 312 -1 SECTION 400 PLACEMENT 27 PART 4 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 27 400-2 UNTREATED BASE MATERIALS 27 400 -2.1.1 Requirements 27 PUBLIC WORKS DEPARTMENT INDEX FOR TECHNICAL PROVISIONS EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. C-4134 SECTION 02315 JACKED CASING SECTION 02810 IRRIGATION SYSTEM SECTION 16161 DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION APPENDICES APPENDIX A City Standard Plans APPENDIX B Orange County Resources & Development Management Department Standards (OCRMDMD) APPENDIX C City Tree Protection Zone (TPZ) Last saved by cheryl.glenI O/16I2009 10:37 AM p:\0937$1134. 09378-08002kvordprodmfts\spccs\tipecs uukx c4134-dm SP 1 OF 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS CONTRACT NO. C-4134 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- 5175 -S); (3) the Citys Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 —SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of: The work to be done under this contract at Bonita Creek Park consists of constructing the domestic water and recycled water improvements required to retrofit Bonita Creek Park to recycled water. The work includes, but not limited to, furnishing and installing a new 2 -inch reduced pressure principle backfiow preventer and piping and fittings on the domestic water system that feeds the park's domestic system; furnishing and installing the material and labor to construct the swivel ell facility including, but not limited to, new 3 -inch reduced pressure principle backfiow preventer, piping on the domestic system and new piping, fittings and valves on the recycled water and irrigation systems, concrete pad, concrete wall, subgrade preparation, grading and chain link enclosure, furnishing and installing new piping, master control valve vault, isolation valve and fittings, identification signage and tagging of potable, recycle and non - potable water SP 2 OF 27 systems in conformance with the Department of Health requirements, removal and replacement of existing quick coupling valves with quick coupling valves designed for recycled water use, furnish and install atmospheric vacuum breaker valves on hose bibs, rehabilitation of the existing irrigation control valves for use with recycled water and the removal of the existing reduced pressure principle backflow preventer on the irrigation system. The work to be done under this contract at Eastbluff Park consists of constructing the domestic water and recycled water improvements required to retrofit Eastbluff Park to recycled water. This retrofit work includes, but not limited to, furnishing and installing the material and labor to construct a new 3 -inch and 2 -inch reduced pressure principle backflow preventers after the existing meter, new domestic water piping and fitting to supply park facilities, new 2 -inch reduced pressure principle backflow preventer on the domestic water piping supplying the new baseball field quick coupling valves, new drinking fountain, the swivel ell facility including, but not limited to, new piping and fittings on the domestic system and new piping, fittings and valves on the recycled water and irrigation systems, concrete pad, subgrade preparation, grading and chain link enclosure, furnishing and installing new piping, isolation valve and fittings, identification signage and tagging of potable, recycle and non - potable water systems in conformance with the Department of Health requirements, furnish and install atmospheric vacuum breaker valves on hose bibs and the removal of the existing reduced pressure principle backflow preventer on the irrigation system. In addition, the work to be done under this contract includes, but not limited to, the installation of a new irrigation system at Eastbluff Park and Vista Del Sol median including new pressure and non - pressure mains, electric control valves, gate valves, controllers, sprinklers, strainers, control wiring, etc. The Contractor will also be required to slurry seal and re -stripe the existing parking lot and construct a new electrical service meter pedestal and conduits and conductors to power the new Vista del Sol median irrigation controller." 2 -9 SURVEYING 2 -9.2 Survey Service. Amend this section to read: "No construction surveying will be provided by the City." Existing street centerline ties and property comer monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The SP 3 OF 27 Contractor's Licensed Surveyor shall file the required Record of Survey or Comer Records with the County of Orange upon monument restoration. SECTION 3— CHANGES IN WORK 3 -3 EXTRA WORK 3-3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4-- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SP 4 OF 27 SECTION 5— UTILITIES 5-1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable as determined by the City, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT &T, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5-8 SALVAGED MATERIALS. The Contractor shall salvage all materials identified on the plan. Salvaged materials shall be delivered to the Citys Utility Yard at 949 West 16th Street. The Contractor shall make arrangements with the City for the delivery of salvaged materials. SECTION 6— PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed.' No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." SP5OF27 The Contractor shall schedule their work incorporating the following scheduling constraints: Planned "public non -use periods" at both parks are from, but not limited to, December 21, 2009 through February 2, 2010. During all other times there are planned activities at each park and the Contractor shall schedule their work to not impact these activities. The planned activities include, but not limited to, baseball, flag football and soccer at both parks. The sport fields shall be available at all times during the planned "use periods" with no construction activities being performed that would impact the usage of the fields where activity is taking place (e.g., irrigation system shall be operational, watering of baseball in- fields, no trenching or open excavation within the sport fields). Due to the proximity of the new swivel ell pad and vault to existing mature trees at Bonita Creek Park, the construction of this work shall occur during the winter months (October through February) when the expected tree growth is the slowest. Construction Sequencing: Prior to any construction activities, the Contractor shall provide the City of Newport Beach with photographs and /or video of the condition of the existing landscaping, sidewalk and hardscape within the proposed work area. The Contractor shall coordinate his construction activities with the City of Newport Beach Recreation & Senior Services Department and General Services Department Park Maintenance personnel. The Contractor shall perform the required potholing of existing pipe connections and adjacent utilities prior to beginning construction of the proposed improvements. At all times, the parks shall be restored by 3:00 p.m. to a condition that is clean and safe to the public as well as acceptable to the Engineer. By 3:00 p.m. of each working day and at times when construction operations are suspended for any reason, the Contractor shall backfill all trenches/excavations and remove all equipment, vehicles, material, stockpile or any other form of obstruction from the parks. The Contractor will not be allowed to construct the final connection of the on -site irrigation system to the recycled water service connection until notified by the Engineer. Prior to allowing this connection, the City will need to successfully perform the required cross - connection control test and operational test and obtain approval from the State and local Health Departments. The Contractor will be responsible to provide labor and materials as necessary to facilitate the testing including, but not limited to, a temporary connection to the potable system, a certified reduced pressure principal device (backflow preventer) and temporary piping in order to supply the new irrigation system with water for testing until approval from the State and local Health Departments is received. SP 6 OF 27 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 140 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 151 (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 4"', 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 25h (Christmas), and December 31s' (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Monday is a holiday. If January 151, July 40, November 11"' December 24th December 25' or December 31st falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday, but the park shall be restored to a condition that is clean and safe to the public by 3:00 p.m. 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 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.00 per hour when such time periods are approved. 6 -8 COMPLETION, ACCEPTANCE, AND WARRANTY. Revise the first sentence in the fourth paragraph to read: "All work shall be warranted by the Contractor against defective workmanship and materials for a period of two years (24 months) from the date of City Council acceptance of the Contractor's work and certification of completion." 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each conseCL calendar day after the time specified in Section 6 -7 -1 for completion of the work, SP 7 OF 27 Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -3 LIABILITY INSURANCE. Add to this section: "The Contractor shall provide a separate endorsement which names Tetra Tech, Inc. and d.d. Pagano Inc. as additional insured on all polices of insurance related to the performance of this Contract." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall coordinate with the City's Utility Department and provide seven calendar days notice of the time desired for the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. Prior to commencing any work within the parks, the Contractor shall have coordinated his construction schedule and activities with the City of Newport Beach Recreation & Senior Services Department and General Services Departments personnel. The Contractor shall make every effort to minimize the disturbance to the parks. Any damage to the parks shall be repaired at no additional cost to the City. Any item which is temporarily removed for construction purposes shall be carefully replaced in accordance with the City Standards or to the standard practice of the industry. All existing hardscape shall be protected in place. All trees, bushes and shrubbery shall be protected in place unless otherwise directed by the City. All trees, bushes or shrubbery that are removed or cut shall be replaced with an approved species, size and quality. All irrigation lines that are cut or damaged during the construction of the proposed improvements shall be repaired by approved methods to good working order at the end of each day. The Contractor shall be responsible for maintaining and SP 8 OF 27 cleaning up daily all areas within the park of paper, debris, etc., occurring from his construction activity. The Contractor shall re -sod all grass areas damaged during the construction. The re- sodding requirements shall be determined by the City's Park Maintenance Supervisor. Contractor shall exercise extreme care in minimizing the damage to the existing infield brick dust at both park sites. At all times, the parks shall be restored by 3:00 p.m. to a condition that is clean and safe to the public as well as acceptable to the Engineer. By 3:00 p.m. of each working day and at times when construction operations are suspended for any reason, the Contractor shall backfill all trencheslexcavations and shall remove all equipment, vehicles, material, stockpile or any other form of obstruction from the park. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility 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 -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 https: / /www.newportbeachca.gov." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain 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. SP9OF27 e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP shall be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, and the portions of park areas not being disturbed, 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. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in City right -of -way or property if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the 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 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a SP 10 OF 27 licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or park during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 7 -10.4 Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. SP 11 OF 27 7 -10.7 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Contractor's Class "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDSMS 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 of Record or City Inspector shall be documented on the "as- Built" drawings. It shall be the contractor's responsibility to arrange for the appropriate changes to be made to the final drawing set, and present both a corrected Mylar hard copy and a compact disc (CD) with each drawing sheet saved as a .PDF as described in the City of Newport Beach Design Criteria Standard Special Provisions & Standard Drawings for Public Works Construction 2004 edition (revised June 23, 2008). The "As- Built" Mylar plans and CD shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT SP 12 OF 27 9 -3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization at Bonita Creek and Eastbluff Parks: work under this item shall include, but not limited to, providing bonds, insurance and financing, movement of personnel, equipment, materials and incidentals to and from Bonita Creek and Eastbluff Parks, securing a temporary construction yard, maintaining the parks in a safe and orderly manner during construction, construction notice distribution, arborist, submittal of TPZ, pruning and root cutting plan, preparing the BMP Plan and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Furnish and Install Recycled Water Facilities at Bonita Creek Park: work under this item shall include furnishing and installing the recycled water facilities shown on the plans including, but not limited to, rehabilitation of existing irrigation control valves, installation of recycled water keyed quick couplers, restoration of landscaping in -kind, installation of all recycled water identification (branding, warning tags, signs, labels, etc.), disposal of excess material and all other work necessary to install the proposed recycled water facilities complete in place. Item No. 3 Furnish and Install Domestic Water Facilities at Bonita Creek Park: work under this item shall include furnishing and installing the domestic water facilities shown on the plans including, but not limited to, removing and salvaging of the existing 3 -inch reduced pressure principle backflow prevention device and delivery to the City, connecting to the existing domestic water meter piping, new 2 -inch domestic water piping and fittings, 2 -inch reduced pressure principle backflow prevention assembly, connecting to existing domestic water main serving the building, trench excavating, backfilling and compaction, pipe bedding, removing and disposing of excess material, potholing the connection points and crossing /adjacent utilities, protecting the existing irrigation system, installing hose bib vacuum breakers, restoring landscaping in -kind, installing of all potable water identification (branding, warning tags, etc), traffic control, and all other work necessary to install the proposed domestic water facilities complete in place. Item No. 4 Furnish and Install Swivel Ell Facility and Master Control Valve Vault at Bonita Creek Park: work under this item shall include furnishing and installing the swivel ell facilities shown on the plans including, but not limited to, clearing and grubbing, earthwork grading, removing interfering tree roots, excavation, backfilling and SP 13 OF 27 compacting, pipe bedding, connecting to the existing domestic water meter piping, new 3 -inch domestic water piping, fittings and thrust blocks, 3 -inch reduced pressure principle backflow prevention assembly, connecting to existing recycled water meter, new 3 -inch recycled water piping, fittings, valves and thrust blocks, removing and relocating of existing irrigation water main, new piping for risers, isolation valves, concrete slab, subgrade preparation, chain link fence enclosure, pre -cast concrete vault, master valve, irrigation wiring, basket strainer, pressure gauge, painting, potholing the connection points and crossing /adjacent utilities, disposing excess material, protecting the existing irrigation system, restoring landscaping and all trees, installing all potable water and recycled water identification (branding, warning tags, etc), traffic control and all other work necessary to install the proposed swivel ell facility complete in place. Item No. 5 Furnish and Install Recycled Water Facilities at Eastbluff Park: work under this item shall include furnishing and installing the recycled water facilities shown on the plans including, but not limited to, installation of all recycled water identification (branding, warning tags, signs, labels, etc.), and all other work necessary to install the proposed recycled water facilities complete in place. Item No. 6 Furnish and Install Domestic Water Facilities at Eastbluff Park: work under this item shall include furnishing and installing the domestic water facilities shown on the plans including, but not limited to, removing and salvaging of the existing 3 -inch reduced pressure principle backflow prevention device and delivery to the City, connecting to the existing domestic water meter piping, new 2 -inch and 3 -inch reduced pressure principal backflow devices, piping, fittings, valves, thrust blocks, quick coupling valves, and drinking fountain, new 2 -inch reduced pressure principle backflow prevention assembly (to quick couplers on field), connecting to existing domestic water main serving the restroom, removing and disposing of existing domestic water main, pavement removal, excavation, backfilling and compacting, pavement restoration, pipe bedding, traffic control, potholing the connection points and crossing /adjacent utilities, removing existing drinking fountain, extending existing concrete pad at potable water meter, protecting the existing irrigation system, restoration of landscaping, installing all potable water identification (warning tags, painting, etc) and all other work necessary to install the proposed domestic water facilities complete in place. Item No. 7 Furnish and Install Swivel Ell Facility at Eastbluff Park: work under this item shall include furnishing and installing the swivel ell facilities shown on the plans including, but not limited to, clearing and grubbing, earthwork grading, removing interfering tree roots, connecting to the domestic water meter piping, new 3- inch domestic water piping, fittings and thrust blocks, connecting to existing recycled water meter, new 3 -inch recycled water piping, fittings and thrust blocks, removing and relocating existing irrigation water main, new piping for risers, isolating valves, concrete slab, subgrade preparation, chain link fence enclosure, painting, excavating, backfilling and compacting, pipe bedding, pavement replacing, potholing the connection points and crossing /adjacent utilities, disposing of excess material, protecting the existing irrigation system, restoring landscaping, installing all potable water and recycled water SP 14 OF 27 identification (branding, warning tags, etc), traffic control, and all other work necessary to install the proposed swivel ell facility complete in place. Item No. 8 Furnish and Install Irrigation Facilities at Eastbluff Park: work under this item shall include furnishing and installing a new irrigation system at Eastbluff Paris as shown on the plans including, but not limited to, removing and salvaging of existing sprinkler heads, irrigation valves and controllers and delivering them to the City, removing and /or abandoning in place the existing irrigation mainline or laterals, excavating, backfilling and compacting, pipe bedding, new PVC pressure mainline piping, PVC non - pressure lateral line piping, automatic sprinkler controllers, electric control valves, gate valves, ball valves, irrigation quick coupling valves, valve boxes, strainer, control wires, sprinklers, disposing excess material, restoring landscaping, controller charts, operation and maintenance manuals, additional equipment to be furnished, traffic control, maintenance of irrigation system for a period of seven (7) days, and all other work necessary to install the proposed irrigation system complete in place. Item No. 9 Furnish and Install Irrigation Facilities at Vista Del Sol Median: work under this item shall include furnishing and installing a new irrigation system at Eastbluff Park as shown on the plans including, but not limited to, removing and salvaging of existing sprinkler heads, irrigation valves and controllers and delivering them to the City, removing and /or abandoning in place the existing irrigation mainline or laterals, excavating, backfilling and compacting, pipe bedding, new PVC pressure mainline piping, PVC non - pressure lateral line piping, automatic sprinkler controllers, electric control valves, gate valves, ball valves, irrigation quick coupling valves, valve boxes, strainer, control wires, sprinklers, disposing of excess material, restoring landscaping, controller charts, operation and maintenance manuals, additional equipment to be furnished, electrical pedestal, conduits and conductors, traffic control, maintenance of irrigation system for a period of seven (7) days, and all other work necessary to install the proposed irrigation system complete in place. Item No. 10 Provide As -Built Drawings for Bonita Creek and Eastbluff Parks: complete in place as required by the Contract Documents. These plans must be kept up to date and submitted to the Engineer for review prior to monthly pay request. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 15 OF 27 PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 203 -5 EMULSION - AGGREGATE SLURRY 203 -5.2 Materials. Replace 1) with the following: "Emulsified Asphalt shall be of a quick set type. It shall be cationic unless otherwise specified and shall conform to the requirements of CQS -1h of 203 -1.3 (Test Reports and Certification), 203 -3.2, and to the following specifications when tested according to appropriate ASTM Methods: Minimum Maximum Furol Viscosity at 77 degrees F sec. 15 50 Sieve Test 0.10 Residue from distillation. % 60 80 Penetration of Residue at 77 degrees F 40 75 Particle Charge Test Positive Replace 2) with the following: "ADDITIVES Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2'/: percent of weight of the emulsified asphalt. Latex - added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. Materials testing shall be performed as directed by the Engineer." Replace in Table 203 -5.2 (B): Sand Equivalent shall range from a value of 55 to a value of 45." SP 16 OF 27 203 -5.3 Composition and Grading. Replace Residual Asphalt percentage of Dry Aggregate Weight for Type II aggregate from a value of 7.5 minimum to 8.5 minimum. SECTION 207 - -PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.2 Pipe Joints. Add to this section, "All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full- faced, cloth reinforced Buna -N rubber. Ductile iron pipe shall be Class 350, as a minimum, and shall have loose polyethylene encasement. D.I.P. shall conform to Section 207 -9 of the Standard Special Provisions except as modified by these Special Provisions. All D.I.P. shall be Class 350, as a minimum, for bell and spigot pipe. Flanged pipe shall be thickness Class 53 and grooved pipe shall be thickness Class 54. Unless otherwise called out on the Plans, a "push -on" type joint shall be used. The joint dimensions and gasket shall be as specified in AWWA C -111. Flanged pipe joints shall be manufactured in accord with AWWA C -115 and shall have ductile iron threaded -on flanges. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe harness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all- thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints." SP 17 OF 27 207 -9.2.3 Fittings. Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read: "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with a uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4). Lining thickness shall be the double thickness listed in AWWA C104, Section 4.8. The outside surface of ductile iron pipe fittings shall be coated with bituminous coating 3 -mils thick in accord with ANSI A 21.6 on ANSI A21.51. All ductile iron pipe and fittings located above ground or within vaults shall have their exterior surfaces painted with a high -build epoxy coating system." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read: "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be two (2) layers of loose 8 -mil thick polyethylene encasement such that the plastic will not tear due to soil pressure." 207 -9.4 AWWA Butterfly Valves 207 -9.4.1 General. All butterfly valves shall be of the tight - closing, rubber - seat type, conforming to the design standards of ANSI /AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and/or operation after longs periods of inactivity. Manufacturer shall be ISO 9001 Certified or have similar certification up and above AWWA. All butterfly valves shall be from the same manufacturer. Valves shall be manufactured by the Henry Pratt Co. or approved equal prior to bidding. All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI 616.1 flange drilling. All valves to have 316 stainless steel exterior body bolts. Discs shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Valves shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of a threaded disc pin or through pin providing a positive leak proof connection of the shaft to the disc. Seats shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc shall be rubber lined or SP 18 OF 27 epoxy coated. Valves with the rubber seat located on the valve disc will not be permitted. Seats shall be designed so that no adjustments or maintenance is required. All shaft bearings shall be of the self - lubricating, corrosion- resistant, sleeve type. Bearings shall be designed for horizontal and/or vertical shaft loading. Shaft packing shall be self - adjusting and suitable for pressure or vacuum service. The flow path for valves shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system or liquid epoxy on wetted interior surfaces 16 mils, holiday free. Exterior coating shall have 16 mils of liquid epoxy. All valves to be painted at the factory by the valve manufacture. All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, latest revision with the following modification: Valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. All valves to be tested with the actuator installed as a complete unit by the valve manufacture. Provide certified test reports with all valve shipments. Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. The valve actuators are to be installed and tested at the factory by the valve manufacture. All actuators to be provided with 316 stainless steel exterior body bolts. 207 -9.5 AWWA Resilient Wedge Gate Valves 207 -9.5.1 General. All resilient wedge gate valve shall conform to Section 207 -22.3 of the City's Standard Special Provisions. The Contractor shall submit specific valve model for review and approval prior to Contractor purchase or installation. 207 -9.6 Backflow Preventers 207 -9.5.1 General. All reduced pressure principle backflow assemblies shall be on the City of Newport Beach's approved list. Upon completion of the installation, a test shall be performed by a testing agency approved by the City and a certification of the adequacy and operational compliance shall be furnished to the City. 207 -25 COPPER PIPE 207 -25.1 General. Copper pipe shall be Type K in accordance with ASTM B88. Copper flared joints may not be used on copper pipe or fittings 1 '' /�- inches in diameter or larger. These larger sizes require solder or threaded connections only. Solder joints shall be silver solder material. Lead solder shall not be used. Compression type couplings, fittings and connectors are expressly prohibited for all sizes. 207 -26 BRASS PIPE AND NIPPLES 207 -26.1 Pipe and Nipples. Short threaded nipples and pipe shall be brass conforming to ASTM B43, regular wall thickness, except that nipples and pipe of sizes 1 inch and smaller shall be extra strong. Threads shall conform to ANSI 81.20.1 SP 19 OF 27 207 -27 PIPE APPURTENANCES 207 -27.1 General. Unless otherwise specified, all pipe appurtenances shall comply with the appropriate Standard Drawings of the City of Newport Beach and Section 207 -22 of the City's Standard Special Provisions, unless modified herein. 207 -27.2 Valve Boxes. Valve boxes shall comply with the appropriate Standard Drawing of the City and Section 207 -22.4 of the City's Standard Special Provisions. 207 -27.3 Grooved -Pipe Couplings. Grooved -pipe couplings shall comply with Section 207 -22.5 of the City's Standard Special Provisions. 207 -27.4 Sleeve -Type Couplings. Sleeve -type couplings shall comply with Section 207 -22.6 of the City's Standard Special Provisions. 207 -27.5 Dismantling Joint. Dismantling joints shall consist of the following: 1. Flanged spool pipe shall be standard weight steel per ASTM A53. Flange shall be AWWA Class D steel ring flange compatible with ANSI Class 125. 2. The end ring and body shall be made from ASTM A536 65 -45 -12 ductile iron. 3. Gaskets shall be rubber compound for water service in accordance with ASTM D2000 MBA 8102. 4. Bolts and nuts for buried and submerged flanges, flanges in underground vaults and structures, and flanges located outdoors above ground shall be Type 316 stainless steel conforming to ASTM A 193 (Grade 68M) for bolts and ASTM A 194 (Grade 8M) for nuts. 5. Manufacturers of dismantling joints shall be ROMAC Model DJ 400, Dresser Style 131 or approved equal. 6. Dismantling joints located in vaults and above ground shall be coating with the same coating system as the adjacent pipe. Apply prime coat at the factory. 207 -27.6 Nuts and Bolts. Above ground and buried nuts and bolts for flanges shall be Type 316 stainless steel conforming to ASTM A 193, Grade 68M for bolts, and ASTM A 194, Grade 8M for nuts. A washer shall be provided for each nut. Washers shall be of the same material as the nuts. Bolts for flange insulation kits shall conform to ASTM A 193, Grade B7. Nuts shall conform to ASTM A 194, Grade 2H. 207 -28 DRINKING FOUNTAIN 207 -28.1 General. Drinking fountains shall be installed where specified on the plans. Drinking fountains shall be barrier -free single fountain providing for wheel chair accessibility in a contemporary curved design as manufactured by Haws Model SP 20 OF 271 No. 3177 or approved equal. Install per manufacturers recommendations. Pedestal drinking fountain shall be vibracast, reinforce concrete with exposed aggregate finish. Drinking fountain shall include stainless steel bowls with vandal- resistant, recessed push button valves, and concrete bubbler guards, plus weather resistant, chrome - plated bubblers and waste strainers. Stainless steel access plates shall be located at the front of the unit bases for easy service in the field. In addition, field adjustable valves shall be provided to permit insertion of an Allen wrench to regulate stream height. The bubbler head shall be protected from airborne spray such as non - potable sources. The bubbler head shall be lead -free heavy duty, forged brass head incorporating a 0.5 gpm flow control and a basin shank. The bubbler head shall be covered by a polished stainless steel cover. The bubbler head shall be Haws EnviroGard Model 5725, or approved equal. The shank size of the bubbler head shall be manufactured (special ordered) to fit the drinking fountain. The Contractor will be required to cleanly grind down the anti - vandal concrete hood to accommodate the bubbler head. The ground down surface shall be smooth with no sharp edges. SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by C approved Licensed and Franchised Commercial Solid Waste Haulers. A current list approved haulers can be provided upon request or be found on the City's websile at: http://www.newi)ortbeachca.go ." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of SP 21 OF 27 jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1 -'/2 inch" of the last sentence with the words "two (2) inches 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 - -- ROADWAY SURFACING SECTION 302 -4 EMULSION - AGGREGATE SLURRY 302 -4.3 Application 302 -4.3.1 General. Add to this section: "Type I slurry shall be applied on all residential streets and parking lots at the rate of 9.5 pounds per square yard. Type II slurry shall be applied on all non - residential streets at the rate of 13 pounds per square yard. At all intersections where the intersecting street does not receive a slurry seal, slurry seal application shall end along a projection of the edge of gutter (or curb face if no gutter exists) of the intersecting street unless otherwise directed by the Engineer." 302 -4.3.2 Spreading. Replace the first sentence of the second paragraph with, "The application of slurry shall not commence until after 8:00 a.m., and the slurry shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and /or pedestrians upon slurry SP 22 OF 27 that has not been sufficiently cured by 3:00 p.m., the Contractor shall replace all of the damaged work at the Contractors expense and no additional compensation shall be made by the City. Upon the completion of the day's slung, street or parking lot shall be temporary stripped. Final stripping shall be installed no more than ten (10) working days after placement of slurry." Replace the first sentence of the third paragraph with, "Prior to the slurry application, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all weeded locations shall be treated by an approved weed - killer before any slurry shall be applied." 302 -4.3.4 Application Testing. Add this section: "Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry mix. The Contractor shall apply the slurry test sections as directed by the Engineer. No slurry shall be applied until the test slurry sections have been approved the Engineer. The costs of these slurry tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor." 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks '/. -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 -' /z inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1110) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SECTION 303 --- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or SP 23 OF 27 patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." SECTION 306 -- UNDERGROUND CONDUIT CONSTRUCTION 306 -1 OPEN TRENCH OPERATIONS 306 -1.1 Trench Excavation 306 -1.1.2 Maximum Length of Open Trench. Replace the length of open trench from "500 feet" with "300 feet ". 306 -1.2 Installation of Pipe 306 -1.2.1 Bedding. Add to this section: "Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90% and shall be a minimum thickness of six (6) inches above the pipe outside diameter. SECTION 308 — LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor shall protect all trees in the vicinity of construction activity. The Contractor shall install Tree Protection Zones (TPZ) in accordance with the requirements herein. The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its 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 Contract 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. The submittal shall adhere to the following guidelines. 1. Tree Protection Zone a. The distance of the TPZ from the trunk of the protected tree will be 3 times trunk diameter, measured at 4 '/2 feet above grade – diameter breast height (DBH). If this distance is larger than the City right -of -way, generally only the area in the right -of -way will be fenced. Example: 36" DBH x 3= 108" or 9' SP 24 OF 27 b. Once the TPZ has been established, no construction activity, storage of materials, dumping or parking is allowed within this area. Fencing materials (chain link, wire mesh or snow fencing) will be used to enclose TPZ. The material must be sturdy to withstand the construction period and discourage construction entry. A passageway will be left in the fence to allow access for tree monitoring and maintenance activities. c. Prior to the installation of the fence, a water basin with site soil or two levels of sand bags around the tree will be established to retain water. The basin will be filled with water, minimally once per week. The basin is inside the fence. d. Placement of 2" to 4" of course organic mulch will be applied over the entire TPZ. 2. 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. Any trenching within the tree's drip line shall be cleanly severed. b. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. Roots shall not be tom or ripped. 3. 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. 4. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. C. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. SP 25 OF 27 e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 5. Tree Limbs: Contractor shall protect all tree limbs from damage caused by construction activities. No limbs shall be removed without prior approval by the City's Urban Forester. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: 'The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW -AWAY" signs and SP 26 OF 27 re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stri pe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." 310 -5.7 Piping and Appurtenances 310 -5.7.1 Paint. All primer shall be synthetic -alkyd based. All primer shall not contain less than 73% solids by volume and not less than 54% pigment by weight. All primer shall not contain less than 43% zinc chromate pigment and 14% red iron oxide by weight. Alkyd enamel shall be synthetic -alkyd based and lead free. All enamels shall be high gloss industrial type for use on exterior metal surfaces. All enamels shall contain not less than 60% solids by volume and not less than 30% pigment by weight. Approved manufacturers for the organic zinc primer are: Koppers, Tnemec 90 -93 and Rustoleum. Approved manufacturers for the alkyd enamel are: Koppers, Glamortex 501, Dunn - Edwards, Syn- Lustro, Rustoleum Industrial Enamel, and Tnemec Endura Shield IV. 310 -5.7.2 Cleaning. Do not sandblast or prepare more surface than can be coated in one day. Remove all sharp edges, burrs, and weld splatter. Do not sandblast epoxy- coated pipe that has already been factory coated. Surface preparation shall conform with the SSPC Specification recommended by the paint manufacturer. 310 -5.7.3 Application of Paint. All materials of a specified painting system, including primer, intermediate and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers and other additives shall be as recommended by the paint manufacturer for that particular coating system. It is desired that aboveground or exposed facilities be color coded depending if they are recycled water, domestic water or waste facilities. Unless otherwise noted, the color for the surfaces to be coated shall be selected by the City. Recycled water piping and equipment shall be Purple (Pantone 512). Potable water piping and equipment shall be Edison Blue (Sinclair No. 75 -30). The Contractor shall submit color samples for approval by the City. SP 27 OF 27 All aboveground or exposed piping and valves and all piping and valves with vaults and all exposed metal work directed by the City shall be painted using an alkyd enamel system. All surfaces shall be coated with primer to a dry-film thickness of not less than 2 mils. The finish coats shall be two or more coats of alkyd enamel applied to a dry-film thickness of 3 mils, providing a total dry film thickness of not less than 5 mils. SECTION 312 — PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." 7T:iil SECTION 400 -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." FAUSers\PBW\Shared\Contracts \FY 0110\Easd*jlf Park and Borvta Creek Park RecycW Water Retrofits C- 4134 \SPECS G 4134GPECS 10-16-09.0oc TECHNICAL PROVISIONS EASTBLUFF AND BONITA CREEK PARK RECYCLED WATER RETROFITS C -4134 SECTION 02315 JACKED CASING PART 1 — GENERAL A. Description This section describes tunneling using jacked steel casing for shallow depth tunnels less than 300 feet in length. Casing shall be installed by the bore, jack and /or tunnel method. Section also describes carrier pipe installation within the steel casing. B. Submittals Submit manufacturer's mill specification sheet listing diameter, thickness, and class of steel used in making the casing, and the mill certification. 2. Submit drawings showing the location of approach trench, jacking pit, tunnel and receiving pit. and joint type for both casing and carrier pipe. 3. Submit a tunnel construction schedule which includes casing installation, carrier pipe installation, approach trench backfill, and receiving pit backfill. C. Alternative Methods The Contractor may present an alternative detailed proposal in lieu of the methods and materials specified herein to jack or bore casing pipe at the locations shown on the Plans. Any such proposal shall be presented to the City a minimum of 30 calendar days in advance of the work to allow adequate time for checking, and must be in accordance with all the conditions set forth in the permits. D. Scheduling If the pipeline is not installed within the casing as a continuous operation following completion of jacking, the casing portals shall be bulkheaded and the approach trenches backfilled and later reopened for pipe installation. E. Safety The Contractor shall obtain from the Division of Industrial Safety a classification for each bore exceeding 30- inches in diameter. It shall be the Contractor's responsibility to see that the work is done in conformance with the state requirements. It shall also be the Contractor's responsibility to call the required safety meeting with representatives from the State Division of Industrial Safety prior to beginning the construction of each bore. F. Line and Grade The Contractor shall provide a plan to City for the line and grade for approval by the City. JACKED CASING 02315 -1 It is the Contractor's responsibility to choose a size of casing at or above the minimum specified, to insure that the jacking is done with a high degree of accuracy to permit installation of the carrier pipe to the grades shown on the plans. G. Design It is the Contractor's responsibility to retain an engineer to design a casing that meets or exceeds the minimum specified, and to insure that the casing is compatible with the jacking machine, and the boring head used. PART 2 — MATERIALS A. Steel Casing Materials: Steel casing shall be ASTM A 283, Grade C, ASTM A 570 Grade 30, 33, and ASTM A -36 unless noted otherwise. The minimum inside diameter and wall thickness of the casing shall be as follows, or shall be as shown on the drawings. Greater casing thickness and diameter may be used as convenient for the method of work and loadings involved, as suitable for the site and as limited by possible interferences, but at no additional cost to the City. 2. Joints: Casing sections shall be joined by full circumference butt welding in the field. Prepare ends of casings for welding by providing 1/4 -inch X 45- degree chamfer on outside edges. 3. Wall Thickness: The minimum size and thickness of casing pipes are shown on the Plans. The Contractor shall choose a size of casing at or above the minimum specified, in order that the jacking may be done with a sufficient degree of accuracy to permit installation of the carrier pipe to the grades shown on the Plans. B. Grout Grout shall consist of one part portland cement, four parts sand, 2% bentonite by weight of the cement, and sufficient water to produce a workable mixture. 2. Portland cement, water and sand shall conform to the applicable requirements of SSPWC Section 201.1.2: Concrete, except that sand shall be of such fineness that 100% will pass a standard No. 8 sieve and at least 45 %, by weight, will pass a standard No. 40 sieve. 3. Bentonite shall be a commercially - processed powdered bentonite, Wyoming type, such as Imacco -gel, Black Hills, or for approved equal. C. Sand Air blown sand used to fill the annular space in the jacked casing shall conform with the requirements for imported sand in SP Section 306 - 1.2.1. JACKED CASING 02315 -2 0. Stainless Steel Spacers Casing spacers shall be bolt on style with a two piece shell made of 304 stainless steel of a minimum 14 gauge thickness. Each shell section shall have bolt flanges formed with fins for added strength. Each connection flange shall have a minimum of three 5/16 inch 304 stainless bolts. The shell shall be lined with a ribbed PVC extrusion with a retaining section that overlaps the edge of the shell and prevents slippage. Bearing surfaces (runners) made from UHMW polymer with a static coefficient of friction of 0.11 - 0.13 shall be attached to support structures (risers). The runners shall be attached mechanically by 304 stainless fasteners that are inserted through the punched riser section and welded for strength. Risers shall be made of 304 stainless of a minimum 14 gauge. All risers over 2 inches in height shall be reinforced. Risers shall be welded to the shell. All metal surfaces shall be fully passivated. E. End Seals End seals shall be virgin Buna -s or Buna -gis (styrene- butadiene) rubber with 316 stainless steel bands. End seal kits shall include a bottle of bonding cement. End seals shall be "Link Seal" or "PSI Model C' end seals. PART 3 — EXECUTION A. Jacking Pit Excavation Protection: The approach trench for jacking or boring operations shall be adequately shored to safeguard existing substructures and surface improvements and to ensure against ground movement in the vicinity of the casing portal. 2. Structural Support for Jacking Equipment: Heavy guide timbers, structural steel, or concrete cradle of sufficient length shall be placed in the approach trench of the jacking pit and firmly bedded on the required line and grade to provide accurate control of jacking alignment. Adequate space shall be provided to permit the insertion of the lengths of casing to be jacked. The structure of timbers and structural steel sections shall be anchored to ensure action of the jacks in line with the axis of the casing. A bearing block consisting of a timber or structural steel framework shall be inserted between the jacks and the end of the casing to provide uniform end bearing over the perimeter of the casing and distribute the jacking pressure evenly. 3. Provide bracing, shoring and ladders necessary to meet trench safety requirements. Confined space testing may be required as conditions dictate. B. Sectional Shield or Jacking Head Equipment: A sectional shield or steel jacking head shall be attached to the leading section of the casing to extend around the outer surface of the upper two - thirds of the casing and to project at least 18 inches beyond the driving end of the casing. The sectional shield or jacking head shall not protrude more than 1/2- inch outside of the outer casing surface. The head shall be anchored to prevent any wobble or alignment variation during the jacking operation. JACKED CASING 02315 -3 7 3 Removal of Excavated Material: To avoid loss of ground outside the casing, excavation shall be restricted to the least clearance necessary to prevent binding, and shall be carried out entirely within the jacking head and not in advance of the head. Excavated material shall be removed from the casing as jacking progresses and no accumulation of excavated material within the casing will be permitted. A jacking band to reinforce the end of the pipe receiving the jacking thrust will be required. C. Control of Alignment and Grade Application of jacking pressure and excavation of material ahead of the casing as it advances shall be controlled to prevent the casing from becoming earthbound or deviating from required line and grade. Do not encroach upon the minimum annular space detailed. Restrict the excavation of material to the least clearance necessary to prevent binding in order to avoid settlement or possible damage to overlying structures or utilities. D. Grouting Immediately after completion of the jacking or boring operation, grout shall be injected through the grout connections of casings 30- inches in diameter and larger in such a manner as to completely fill all voids outside the casing pipe resulting from the jacking or boring operation. Where loss of ground outside the casing is suspected, additional grout connections shall be welded to the casing. Grout pressure shall be controlled so as to avoid deformation of the casing and /or avoid movement of the surrounding ground. After completion of grouting, the grout connections shall be closed with cast iron threaded plugs. E. Installation of Carrier Pipe Insertion of Carrier Pipe: After grouting the exterior of the casing pipe, the inl shall be cleaned and the carrier pipe installed. The carrier pipe shall be inst on stainless steel casing spacers of sufficient thickness to prevent the pipe from touching the casing pipe and to allow for proper alignment of the carrier to meet the specified grade. 2. The casing pipe spacers shall be placed so as to support all of the carrier pi within two feet or less of the end of the casing pipe. Unless noted otherwi: casing pipe spacers shall be placed at a minimum of one at the bell end and o at the center of each length of pipe. 3. Testing: Before backfilling the annular space, the carrier pipe shall have an initial pressure test in accordance with the City Standard Special Pr Section 207-21.7.1. F. Sand Backfill for Annular Space in Jacked Casinq Fill for Annular Space: Air -blown sand shall be used to fill the annular between the casing and the carrier pipe. JACKED CASING 02315 -4 2. Equipment: The necessary sand, air compressor, hoses, pressure gages, valves, and fittings shall be furnished for the filling operation. 3. Sand: Sand shall be free of lumps when put into the hopper. Sand shall be of a consistency to flow unimpeded and completely fill all voids. 4. Placement of Sand: A bulkhead for retaining the sand shall be placed in the annular space between the casing and the carrier pipe at each end of the jacked casing. At the start of the sand fill operation, the sand discharge pipe shall extend from the placing equipment, through the inside of the casing, and to the bulkhead at the remote end of the casing. The method used to place the sand shall be such to ensure complete filling of the annular space. During placement, the sand discharge pipe shall be so positioned that its discharge end shall be kept well buried in the sand at all times after the sand has been built up over the crown of the pipe at the remote end of the section being filled. A riser pipe suitable for a vent shall be installed in the casing adjacent to the bulkhead at the near end of the casing. The vent pipe shall be plugged with grout upon completion of sand filling. G. Closing the Jacking Pit and Receiving Pit Closing the Jacking Pit and Receiving Pit: After jacking equipment and muck from the tunnel have been removed from the approach trench of jacking pit, the bottom of the jacking pit shall be prepared as for a pipe foundation. Remove all loose and disturbed material below pipe grade to undisturbed earth. Backfill: The jacking pit and receiving pit represent overwidth trench conditions. Backfill shall either be sand or one -sack slurry backfill (94 pounds of Portland cement per cubic yard of sand and sufficient moisture for workability) or as called for on the Plans. or in the Special Provisions. END OF SECTION JACKED CASING 02315 -5 City of Newport Beach October 14, 2009 SECTION 02810 - IRRIGATION SYSTEM Part 1 - General 1.1 GENERAL CONDITIONS Eastbluff Park Newport Beach, California A. The requirements of the "General Conditions of the Contract" and of Part 1, "Special Provisions", shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.2 DESCRIPTION A. Scope of Work: Provide all labor, equipment, materials, transportation, and services necessary to fumish and install the Irrigation System complete as shown on the Drawings as described herein at Eastbluff Park. All other work regarding the potable water improvements and swivel ell facility is specified in the Special Provisions Parts 2 and 3 and not a part of this Section, unless specifically referenced. 1.3 QUALITY ASSURANCE & REQUIREMENTS A. Qualifications: The Contractor and its on -site job superintendent shall have been regularly engaged and specialized, for the preceding five years, in the installation of irrigation systems of similar scope, size and complexity as the system being installed under this contract. B. Permits and Fees: The Contractor shall secure the required licenses and permits, make payments of charges and fees required, give required notices to public authorities and verify permits secured or arrangements made by others affecting the work of this section. C Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this Contract furnish directions covering points not shown in the Drawings and Specifications. D. Ordinances and Regulations 1. Comply with all local, municipal and slate laws, rules and regulations. 2. Conform to applicable provisions of the latest editions of the Uniform Plumbing Code, the National Electric Code and all codes properly governing the materials and work at the project site. 3. City of Newport Beach Standard Plans and Specifications, 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 shall apply to all work of this Section with the same force and effect as though repeated in full herein. The Contractor shall carry out their provisions. Anything contained in these Specifications shall not be construed to conflict with any of the above rules, regulations, or requirements. 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. E Explanation of Drawings: 1. Due to the scale of the 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 IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-1 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between the irrigation system, planting, underground utilities, above ground utilities and architectural features. 2. Work called for on the Drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the Specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the Drawings when it is obvious in the field that obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering, Such obstructions or differences should be brought to the attention of the Engineer's Authorized Representative. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary. F. Reference specification and standards: 1. ASTM: D1784 Rigid Poly (Vinyl Chloride) Compounds and Chlorinated Poly (Vinyl Chloride) Compounds. 2. ASTM: D1785 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and CL200. 1 ASTM: F441 Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40, 80 and CL200. 4. ASTM: D2464 Threaded Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. 5. ASTM: F437 Threaded Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. 6. ASTM: D2466 Socket -Type Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. 7. ASTM: F438 Socket -Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 40. 8. ASTM: F2564 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. 9. ASTM: F493 Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings. 10. The latest edition of the City of Newport Beach Standard Plans and Specifications. 11. The latest edition of the regulations for the construction of irrigation water systems within the Irvine Ranch Water District (IRWD). G. Protection Of Work And Materials 1. Contractor shall protect its work and work of others for the duration of the Contract. Contractor shall protect pipes and fittings from direct sunlight, and avoid undue bending and any concentrated external loading. Pipe or fittings that have been damaged shall not be used. 2. Contractor shall exercise extreme care in excavating and working near utilities. Damage to utilities that are caused by Contractors operation shall be the Contractor's responsibility. 3. Contractor shall take necessary precautions to protect site conditions and plant material. Should damage be incurred, Contractor shall repair damage to its original condition or furnish and install equal replacements. 4. Existing irrigation systems shall be kept in operation at all times. If the existing system is damaged by Contractor, the Contractor shall be responsible for immediate repair of such damage. After each repair, all heads of the repaired system shall be removed so that the lines can be cleared of all dirt and foreign matter IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-2 City of Newport Beach October 14, 2009 H. Correction of Work Eastbluff Park Newport Beach, California Discrepancies or unsatisfactory work shall be corrected by Contractor. The correction of work shall be finished with a reasonable period mutually agreed upon between Engineer and Contractor. I. Materials Use only new materials of brands and types noted on the Drawings, specified herein. 1.4 SUBMITTALS A. Material List: I. The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the Drawings and Specifications. No substitution will be allowed without prior written approval by the Engineer's Authorized Representative. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number, and description of all materials and equipment to be used. 3. Although manufacturer and other information may be different, the following is a guide to proper submittal format: Item Manufacturer Model Number Description 1 Pacific Main line piping PVC Class 315 with solvent welded joints Plastics per for sizes 2" and larger and PVC Specification Schedule 40 with solvent welded for sizes 1 -117' and smaller. 2. Paige i� atj�n LL p�rrd for control wire and ont r # 2 a d for common wtr d 3. Nibco T -113 -K -113 wionze cross handle - 3" and smaller. 4. Rain Bird 1806 -SAM- 6" pop -up spray head with Rain Bird PRS "MPR" nozzles. 5. Etc. Etc. Etc. 4. Irrigation submittal must be specific and complete with a full description of products used. All items must be listed and should include solvent/primer, wire, wire connectors, valve boxes, etc. No copies of manufacturer's literature (catalog cuts) are required as submittal information. 5. The Contractor may submit substitutions for equipment and materials listed on the Irrigation Drawings by following procedures as outlined in Section 1.06 of the Irrigation Specifications. 6. Equipment or materials installed or furnished without prior approval of the Engineer's Authorized Representative may be rejected and the Contractor may be required to remove such materials from the site at his own expense. 7. Approval of any item, alternative or substitute, indicates only that the product or products apparently meet the requirements of the Drawings and Specifications on the basis of the information or samples submitted. 8 Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-3 City of Newport Beach October 14, 2009 B Record Drawings: Easlbluff Park Newport Beach, California As -Built record drawings shall be provide in accordance with Special Provisions Section 7 -16 and the following: 1. The Contractor shall provide and keep up -to -date a complete record set of plain paper copy prints which shall be corrected daily, showing every change from the original Drawings and Specifications and the exact installed locations, sizes, and kinds of equipment. Prints for this purpose may be obtained from the Engineer at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 2. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. These drawings shall be available at all times for observation and shall be kept in a location designated by the Engineer. Should the record drawing progress sheets not be available for review or not be up-to -dale at the time of any observation (refer to Section - Site Observation Schedule), it will be assumed no work has been completed and the Contractor will be assessed the cost of that site visit at the current billing rate of the Landscape Architect. No other observations shall take place prior to payment of that assessment. 3. The Contractor shall make neat and legible notations on the record drawing progress sheets daily as the work proceeds, showing the work as actually installed. For example, should a piece of equipment be installed in a location that does not match the plan, the Contractor must indicate that equipment has been relocated in a graphic manner so as to match the original symbols as indicated in the irrigation legend. The relocated equipment and dimensions will then be transferred to the original record drawing plan at the proper time. 4. The Contractor shall dimension from two (2) permanent points of reference, such as building corners, sidewalk edges, road intersections, etc., the location of the following items: a. Connection to existing water lines. b. Connection to existing electrical power. c. Gate valves. d. Routing of sprinkler pressure lines (dimension max. 100' along routing and at each change of direction). e. Electric control valves. f. Routing of control wiring and flow sensor cable. g. Quick coupling valves. h. Other related equipment as directed by the Engineer's Authorized Representative. 5. The "As- Built" record drawings Mylar plans and CD shall be submitted and approved by the Engineer prior to final payment or release of any bonds in accordance with these specifications and Special Provisions Section 7 -16. C. Controller Charts: Record Drawings shall be reviewed by the Engineers Authorized Representative before controller charts are prepared. Controller chart shall be created from Record Drawing files in PDF format by Contractor. 2. Provide two (2) controller charts for each controller supplied. 3. The chart shall show the area controlled by the irrigation controller and shall be 11" X 17" in size and shall be prepared in AutoCAD format in the same manner as "as- built" record drawings. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-4 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California 4 The chart is to be a reduced drawing of the actual installed system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. 5. The chart shall be a plain paper copy print and a different color shall be used to indicate the area of coverage for each station. 6. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 10 mils. 7. These charts shall be completed approved and shall be turned over to the Engineer prior to start of landscape maintenance. Also, include one digital file on CD -ROM of the irrigation controller charts in PDF format shall be included on the record drawing CD -ROM. D. Operation and Maintenance Manuals: 1. Prepare and deliver to the Engineer's Authorized Representative within ten (10) calendar days prior to completion of construction, two hard - cover, three -ring binders containing the following information: a. Index sheet which slates Contractor's name, address, and telephone number, and which lists each installed equipment and material item, including names and addresses of manufacturers' local representatives. b. Catalog and parts sheets on every material and equipment item installed under this Contract. c. Complete operating and maintenance instructions on all major equipment. d. Guarantee statement. e. Manufacturer /Distributor installation certification letter for each controller installed under this contract. f. Completed IRWD irrigation "Approval" forms for water usage. g. Completed Irrigation Guarantee Statement. h. Southern California Edison billing information. i. IRWD billing and water meter information. j. Acceptance document signed by Engineer's authorized representative. 2. In addition to the above - mentioned maintenance manuals, provide the Engineer's maintenance personnel with instructions for major equipment and show evidence in writing to the Engineers Authorized Representative prior to start of landscape maintenance that this service has been rendered. E. Contractor Furnished Equipment: 1. Supply as a part of this contract the following: a. Operation and maintenance manuals. b. Irrigation controller certification letter from Authorized Rain Master Eagle I- Central weather based irrigation controller Distributor for each controller installed under this contract. c. Two (2) keys for each irrigation controller. d. One (1) set of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-5 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California e. A minimum of one (1) five -fool key for operation of gate valves. Provide one (1) key for each type of operating device (2" operating nut, cross handle, etc.). f. Two (2) quick coupler keys and matching hose swivel for each type of quick coupling valve installed. g. Irrigation controller manuals. h. Color -coded controller charts laminated between 2 pieces of 10 mil plastic — Provide two charts for each irrigation controller. i. Record Drawing Mylars of irrigation plans. I. Completed IRWD irrigation "Approval' forms for water usage. k. Completed Irrigation Guarantee Statement. L Southern California Edison billing information. m. IRWD billing and water meter information. n. Acceptance document to be signed by Engineer's authorized representative. o. Contractor prepared IRWD irrigation schedules in 8- 1/2'x11" format. 2. The above - mentioned equipment shall be turned over to the Engineer prior to start of landscape maintenance. Before landscape maintenance and final observation can occur, evidence that the Engineer has received these items must be shown to the Engineers Authorized Representative. Refer to "TURNOVER, AND ACCEPTANCE FORM" portion of these specifications for additional information. F. Checklist: 1. Provide the Engineer with the following checklist information at the end of each segment of the project. This checklist shall be completed prior to start of maintenance. a. Plumbing permits obtained: If none required, so state. b. Material approvals. By who approved and date. c. Pressure line tests: By who approved and date. d. Manufacturer's warranties, if required: Recipient and date e. Written guarantee: Recipient and date. U Lowering of heads in lawn areas: If not complete, so state and include anticipated completion date. g. Install anti -drain valve protection as required to prevent low head drainage 1.5 PRODUCT DELIVERY, STORAGE. AND HANDLING A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing PVC pipe and fittings. PVC pipe shall be transported in a vehicle, which allows the length of pipe to lie flat so as not to subject it to undue bending or a 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 piping. 1.6 QUALIFICATION OF IRRIGATION PERSONNEL A. Contractor and on -site field superintendent shall have the following minimum qualifications: 1. Not less than five (5) years continuous experience in installation of commercial irrigation systems. 2. Demonstrate completion of the manufacturer's installation certification program for the Rain Master Eagle ]-Central weather based irrigation controller. 3. Upon Engineer's request, supply a list of references listing successfully completed commercial IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-6 City of Newport Beach October 14, 2009 irrigation systems Eastbluff Park Newport Beach, California 4. Provide at least one (1) person who can speak, read and write English. This person shall be present at all times during the execution of the work and who shall be thoroughly familiar with the type of materials being installed, the material manufacturer's recommended methods of installation and who shall direct all work performed. 1.7 SUBSTITUTIONS A. If the Contractor wishes to substitute any equipment or materials for the equipment or materials listed on the Drawings and Specifications, provide the following information to the Engineer's Authorized Representative for review: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts and flow charts for each item to be substituted. 3. Provide comparative unit cost data if the substituted item is approved. B. The Engineer's Authorized Representative shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to the equipment and materials listed on the Drawings and Specifications. 1.8 Project Conditions A. Coordinate Work with that of other trades, all underground improvements, the location and planting of specimen trees and other planting material. Verity location of all planting material that requires excavations 24 -inch diameter and larger with Engineer's Authorized Representative prior to installation of main line piping. B. Provide temporary irrigation to maintain installed plant material prior to permanent irrigation where required. 1.9 GUARANTEE A. The guarantee for the irrigation system shall be made in accordance with the attached form. The General Conditions and Supplementary Conditions of these Specifications shall be filed with the Engineer prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual C. The guarantee form shall be re -typed onto the Contractor's letterhead and shall contain the following information: IRRIGATION SYSTEM (EASTBLUFF 02810-7 City of Newport Beach October 14, 2009 GUARANTEE FOR IRRIGATION SYSTEM Eastbluff Park Newport Beach, California We hereby guarantee that the irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the Drawings and Specifications, ordinary wear and tear, unusual abuse, or neglect accepted We agree to repair or replace any defects in material or workmanship which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional costs to the City of Newport Beach. We shall make such repairs or replacements within a reasonable lime, as determined by the City of Newport Beach, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City of Newport Beach, we authorize the City of Newport Beach to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: PROJECT LOCATION: SIGNED BY: CONTRACTORS ADDRESS: CONTRACTOR'S PHONE NO.: DATE OF ACCEPTANCE: IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-8 City of Newport Beach Eastbluff Park October 14, 2009 Newport Beach, California 1.10 Turnover to Engineer The following checklist, turnover and acceptance forms shall be re -typed onto the Contractor's letterhead. The form shall be completed by the Contractor and shall contain all of the information shown on this sample checklist form and turned over to the Engineer prior to start of maintenance: TURNOVER, AND ACCEPTANCE FORM PROJECT NAME: PROJECT LOCATION: TURNOVER ITEMS: ❑ Operation and maintenance manuals. ❑ Irrigation controller certification letter from the Authorized Rain Master Distributor for each controller installed under this contract. ❑ Two (2) keys for each irrigation controller. ❑ One (1) set of special tools required for removing, disassembling and adjusting each type of sprinkler and valve. ❑ A minimum of one (1) five -foot key for operation of each type of gate valves. ❑ Two (2) quick coupler keys and matching hose swivel for each type of quick coupling valve. ❑ Irrigation controller manuals. ❑ 11" x 17" color -coded controller charts laminated between 2 pieces of 10 mil plastic for a total of 20 mil thickness - Provide one chart for each controller. ❑ One set of Mylar prints of irrigation record drawings. ❑ One set of plain paper copy prints of irrigation record drawings. ❑ One digital file on CD -ROM of the irrigation record drawings and controller charts in PDF formal. ❑ Completed Irrigation Guarantee Statement. DELIVERED BY: ACCEPTED BY: The City of Newport Beach Name of Contractor Name of Contractor's authorized representative Name of the City of Newport Beach Authorized Representative Signature Contractor's authorized Signature of the City of Newport Beach representative Authorized Representative Date of deliverance to Engineer Date of acceptance by City of Newport Beach IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-9 City of Newport Beach October 14, 2009 Part 2 - Products 201 MATERIALS Eastbluff Park Newport Beach, California A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals. B. PVC Pressure Main Line Pipe and Fittings: (Use purple color coded pipe for irrigation systems carrying recycled water) 1. Pressure main line piping for size 4' and larger shall be Class 200, PVC plastic, ASTM D1785, Type I, Grade I with rubber gaskeled bell and spigot connections for size 4 in. and larger. The insertion mark shall be visible to show proper depth into spigot. Thrust blocks shall be installed in accord with manufacturer's recommendations. a. Fittings including but not limited to bends, reducers, plugs and the opposite side of tee branches shall be bell end ductile iron fittings for PVC pipe. b. Fittings shall be manufactured of ductile iron, grade 70 -55 -05 in accord with ASTM A536. Fittings shall have deep bell push -on joints with gaskets meeting ASTM F477. Fittings shall be HARCO DEEP BELL as manufactured by The Harrington Corporation of Lynchburg, VA, Tel: (804) 845 -7094, or approved equal by Leemco. c. Thrust blocks shall be standard concrete mix in accord with ASTM C -150. ASTM C -33, and ASTM C -94 with a compressive strength (28 days) of 3250 psi. Thrust blocks shall be installed at all tees, elbows, 45's, crosses, reducers, plugs, caps and valves. Contractor shall be responsible to ensure stability of all thrust blocks. 2. Pressure main line piping for sizes 2" and larger shall be PVC Class 315, 3. Class 315 PVC pipe shall be made from an NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D1784. Pipe must meet requirements as set forth in Federal Specification PS- 22 -70, with an appropriate standard dimension (S.D.R.) (Solvent -weld Pipe). 4. Pressure main line piping for sizes 1 -112" and smaller shall be Schedule 40 PVC with solvent welded joints. 5. Schedule 40 PVC pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification 01785. Pipe must meet requirements as set forth in Federal Specification PS- 21 -70, 6. PVC solvent -weld fittings shall be Schedule 40 PVC, 1 -2, II -1 NSF approved conforming to ASTM lest procedure D2466. 7. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 8 PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval f Date of extrusion IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-10 City of Newport Beach October 14, 2009 Easlbluff Park Newport Beach, California 9. Fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S schedule and NSF seal of approval. C. PVC Non - Pressure Lateral Line Pipe and Fittings: (Use purple colored pipe for irrigation system carrying recycled water) 1. All non - pressure buried lateral line piping shall be Schedule 40 PVC with solvent -weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1784 Pipe must meet requirements set forth in Federal Specification PS- 22-70 with an appropriate standard dimension ratio 3. Except as noted in paragraphs 1, and 2 of this section (2.01C), all requirements for non- pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in section 2.01 B of these Specifications. D. Brass Pipe and Fittings: 1. Where indicated on the Drawings, use red brass threaded pipe conforming to Federal Specification #W W -P -351. 2. Fittings shall be red brass conforming to Federal Specification #W W- P-460. E. Copper Pipe and Fittings: 1. Pipe: Type K, hard tempered 2. Fittings: wrought copper, solder joint type 3. Joints shall be soldered with silver solder, 45% silver, 15% copper, 16% zinc, 24% cadmium, solidus at 1125o F. and liquidus at 11450 F. F. Ball Valves /Butterfly Valves: 1. Use ball valves for line sizes 2 -112" and smaller and butterfly valves for line sizes 3" and larger 2. Ball Valves for line sizes 2 -112" and smaller shall meet the following requirements: a. Ball valve shall be size and type shown on the drawings. b. Ball valve shall have threaded ends and shall be equipped with a lever handle. Requirement for threaded end connections shall not apply to ball valves installed as part of specified flanged basket strainer assemblies. c. Gate valve shall be similar to those manufactured by Matco or approved equal, 3. Butterfly valves for line sizes 3" and larger shall meet the following requirements. a. Butterfly valve shall be flanged, lug type ductile iron body, ductile iron output yoke with 4 keyways for multiple mounting positions, and shall conform to the specification of the American Water Works Association. b. Butterfly valve shall include a 2" square operating nut, with arrow cast in metal indicating direction of opening. c. Butterfly valve shall have ends compatible with pipe in which it is installed. When adapting flanged butterfly valve to PVC pipe, use PVC slip type companion flanges with stainless steel nuts and bolts, gaskets as required to complete connection. d. Butterfly valve shall be size and type shown on the drawings and similar to Tuf -Skin series IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-11 City of Newport Beach Eastbluff Park October 14, 2009 Newport Beach, California LB- TNO -BS series or approved equal. 4. Ball valves and butterfly valve shall be installed per installation details. G. Quick Coupling Valve: 1. Quick coupling valves shall have a brass, two-piece body designed for working pressure of 150 P.S.I. 2. Quick coupling valve shall be operable with a quick coupler key. Key size and type shall be as shown on the Drawings. H. Master Valve/ Basket Strainer Assembly. (For systems using recycled water for irrigation) 1. Master Valves shall be Griswold 2160 Series, normally open solenoid control valve with 24V waterproof low watt irrigation solenoid. 2. Basket strainer shall be a Watts 97FB -CSSIB with flanged stainless steel body and 40 mesh stainless steel 3. For assemblies 2" and larger use Tuf -Skin series LB- TNO -BS lug type butterfly valve with flanged ends. Secure with stainless steel nuts and bolts. 4. Refer to irrigation installation detail for miscellaneous material and other necessary appurtenances for construction of complete assembly. 5. Install entire assembly within a Carson Model #24 series deep plastic vault and plastic bolt -down cover as follows: Assembly Size Model No. Inside Vault Size (LxWxD) a. 2" and smaller 2448 51" x 27 "x 30" b. 2 -1/2" 2448 51" x 27 "x 30" C. 3" 2460 63" x 27 "x 30" I. Check Valve: 1. Swing check valves 2- inches and smaller shall be of high impact PVC Type II material with an EDPM swing gate, no internal metal parts and connect with both threaded and slip -fit models. Swing check valves shall be model KSC series as manufactured by King Bros. or approved equal. 2. Anti -drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti -drain valve shall be field adjustable against draw out from 4 to 32 feet of head. Anti -drain valves shall be Hunter HCV or approved equal. J. Control Wiring: 1. Wire requirements areas follows: a. Unless otherwise noted, connections between an irrigation controller and its corresponding electric control valves shall be made with direct burial copper wire AWG- U.F. 600 volt. b. Master valve control and common wires shall be installed within 1 -1/2 schedule 40 PVC conduit along with flow sensor cable. Conduit shall be gray in color Wires shall be a different color than the control, common and spare wires used for the associated irrigation controller. c. When more than one controller is installed at the same location, pilot wires shall be a different color wire for each irrigation controller. Common wires shall be while with a IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-12 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California different color stripe for each irrigation controller. Spare wires shall be a different color than control and common wires. d. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14 AWG. Common wire size shall be no less than #12 AWG. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet maximum. 4. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion cud shall be of sufficient length at each splice connection at each electric control valve, so that in case of repair, the valve bonnet may be brought to the surface without disconnecting the control wires. Control wires shall be laid loosely in trench without stress or stretching wire conductors. 5. Control wire connection splices shall be made with 3M "DBY -6" direct bury splice kits or approved equal. Make only one splice with each splice kit. 6. Field splices between the irrigation controller and electric control valves will not be allowed without prior approval of the Engineers Authorized Representative. 7. Two (2) continuous spare control wires shall be installed with the mainline from the controller enclosure to the ends of the mainline in every direction. A common wire shall be extended to the location where the spare wires terminate. Terminate spare wires within separate standard rectangular box or within a control valve box as designated on the drawings. J. Field Satellite: 1. Field Satellite(s) shall be of size and type shown on the Drawings. 2. Final location of weather based irrigation controller(s) shall be approved by the Engineer's Authorized Representative prior to installation. Refer to drawings for installation details. 3. All incidental parts which are not shown on the plans or specked herein and are necessary to complete the installation of field satellite controller(s) shall be furnished and installed as though such parts were shown on plans or specified. All field satellite irrigation controller(s) shall be in satisfactory operation at the time of completion. 4. Unless otherwise noted on the Drawings, the 120 volt power supply for hook -up of automatic controllers is available from the existing irrigation controller electrical service. The final electrical hook -up shall be the responsibility of the Contractor. 5. Unless noted on the Drawings as being "wall-mounted." each automatic irrigation controller shall be included as a component part of the specified stainless steel vandal- resistant controller enclosure assembly. See section 2.01 N. for additional information. K Stainless Steel Vandal- Resistant Field Satellite Assembly: 1 The stainless steel field satellite assembly shall consist of a "Strong Box" stainless steel back board, automatic irrigation controller(s), terminal strip, and a 117 -volt outlet. 2. The stainless steel backboard shall be mounted within the restroom building as directed by the City of Newport Beach. Do not install field satellites without prior approval from the City of Newport Beach. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-13 City of Newport Beach October 14. 2009 Eastbluff Park Newport Beach. California 3 Assembly shall be equipped with a 117 -volt duplex box with an On/Off switch, and 117 -volt receptacle The Contractor shall provide metal conduit run from the 117 -volt supply to the controller assembly All power within the housing shall be properly phased 4 Enclosure assembly shall include a pre -wired terminal strip clearly indicating the proper points of connection of all appropriate wiring (station valves, master valve, common, flow sensing, etc.) including radio remote ready connector appropriately sized for controller 5 The vandal -resistant controller enclosure assembly shall be manufactured by John Deere landscapes, 23372 South Pointe Drive, Suite B, Laguna Hills. CA 92653, phone (949) 455 -7465 or approved equal. 6 Upon final inspection of the project, the Irrigation Contractor shall provide for the Engineer a "Job Site Equipment Inspection and 7 year Warranty Certification' letter from the enclosure manufacturer. This letter shall include verification of conformance with specifications and installation recommendations, site inspection date and shall list all assemblies covered under the 7 year warranty 7. For the duration of the JDL Green Tech Products 7 -year Warranty, JDL Green Tech Division will provide onsite technical support by factory trained and authorized field technicians To limit any potential controller down -time. JDL Green Tech Division shall have the ability to service. repair, or replace the controller upon initial onsite review, if repairs are deemed to be covered under warranty. There shall be a minimum of 2 (two) mobile field technicians available to respond onsite in a timely manner. L. Electric Control Valve: 1 Electric control valves shall be the same size and type shown on the Drawings 2 Electric control valves shall have a manual flow adjustment. 3 Provide and install one (1) control valve box for each electric control valve. M Valve Box 1 Valve boxes shall be purple in color Contractor shall special order purple valve box lids to conform to the City's recycled water requirements and shall include the words "RECYCLED WATER — DO NOT DRINK" and shall have the international symbol conveying the same warning. 2 Use 10" x 10 -1 /4" round box for all gate valves, Carson Industries #910 -12B with purple bolt - down cover or approved equal Extension sleeve shall be PVC with minimum size of six (6) inches 3 Use 9 -1/2" x 16" x 11" rectangular box for all electric control valves and ball valves, Carson Industries #1419 -12B with purple bolt -down cover or approved equal 4 Use 10" diameter x 10 -114" deep round plastic valve box for all quick coupling valves. Carson Industries #910 -12B with purple bolt -down cover or approved equal N Sprinkler Head Sprinkler heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the Drawings and/or as specified herein 2 Spray heads shall have a screw adjustment. IRRIGATION SYSTEM (EASTBLUFF 02810-14 City of Newport Beach October 14. 2009 Eastbluff Park Newport Beach, California 3 Riser units shall be fabricated in accordance with the installation details. 4 Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body 5 Sprinkler heads of the same type shall be by the same manufacturer N Identification Tag I.D tags for electric control valves shall be manufactured from Polyurethane Behr Desopan. Use Christy's standard tag hot - stamped with black letters on yellow background Tags for electric control valves shall be numbered to match programming shown on the Drawings Provide one tag for each electric control valve. 2. Tag all valves with recycled water I.D tags manufactured from Polyurethane Behr Desopan. Use Christy's maxi tag, hot - stamped with black letters on purple background. Tags shall read "Warning - Unsafe Water - Do Not Drink" Tag shall be printed in English on one side and Spanish on the other Provide one tag for each valve. 3. Special order tags from T Christy Enterprises, 655 East Ball Road. Anaheim, CA 92805. Phone (714) 507 -3300 and Fax (714) 507 -3310. O Flow sensor and flow transmitter 1 An irrigation main -line flow sensor shall be installed in accord with Drawings and manufacturer's installation instructions See Drawings for location Contractor shall be responsible for the installation, hook -ups, materials, components, connections. etc, of the flow sensors, flow transmitter and pulse decoders for the complete automatic operation of the system 2 The flow sensor shall be manufactured by Data Industrial Company and or equal by Rain Master Install as recommended by the manufacturer and as detailed. Use Data Industrial IR- 220P plastic tee mounted flow sensor for sizes 1" through 4" as noted on the drawings 3 The flow sensor cable shall be Rain Master EV- CAB -SEN, two- conductor shielded cable for connecting flow sensors to the 2- Conductor Rain Master Evolution DX2 irrigation controller's DX- FLOW circuit board 4 Flow sensor cable may be extended to a maximum distance of 2000 ft. from the location of the assembly to which it is connected Wire shall be installed in a 1 -112 in UL -fisted Schedule 40 PVC conduit gray in color 5. Provide a separate now sensor cable from each flow sensor to its respective designated controller. Run flow sensor cables within 1 -112" PVC Schedule 40 conduit Refer to sensor cable, communication cable conduit. and communication cable pull boxes specified elsewhere for additional information 6 Up to a maximum of one (1) flow sensor cables from the same point of connection may be installed within the same conduit In no case shall there be more than one (1) flow sensor cables in any conduit Control and common wires for the master valve immediatety upstream from flow sensor shall be installed within flow sensor conduit along with flow sensor cable. Use 1 -1/2` UL- listed Schedule 40 conduit 7 Flow sensor cables from different points of connection may not be installed within the same conduit 8 Control and common wires for the master valve immediately upstream from flow sensor shall be installed with different color wires IRRIGATION SYSTEM (EASTBLUFF 02810 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California 9. Splices shall be performed in a 3M "DBY -6" direct bury splice kit. Make only one splice with each connector. P. Flow Sensor Cable Conduit: 1. As a part of this Contract, the Contractor shall provide and install a flow sensor cable conduit that will be used for the future installation of communication cable(s). 2. Flow sensor cable conduit shall be Schedule 40 PVC with solvent welded joints and unless otherwise noted on the Drawings, shall be 1 -112" in size, with 114" nylon pull rope installed within entire length of conduit. Flow sensor cable conduit shall be gray in color. 3. Except as noted in paragraph number two (above) of this section, all requirements for flow sensor cable conduit and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in Section 2.01B of these Specifications. 4. Sweep ells shall be fabricated standard electrical type PVC schedule 40 long sweep elbows. Cap sweep ell with tri -plug with the ring for securing nylon pull rope. 5. The flow sensor cable conduit shall be installed where indicated on the Drawings and shall be routed, wherever possible, with the irrigation pressure main line piping. Provide 24" minimum cover over all flow sensor cable conduits. Provide 6" minimum separation between communication cable conduit and irrigation pressure main line piping. 6. Pull boxes shall be located a minimum of two hundred (200) feet on center, at each irrigation controller location, and at each change of direction. Use 11 -314" x 17" x 11" rectangular box for all pull boxes, Carson Industries #1419 -12B with black bolt -down cover or approved equal. Cover shall be marked 'Irrigation Control Cable." Refer to the Drawings for additional information. P. Miscellaneous Irrigation Equipment: 1. Refer to the Drawings for sizes and types of miscellaneous irrigation equipment. 2. Miscellaneous irrigation equipment shall be as specified or approved equal. Part 3 - Execution 31 GENERAL INSTALLATION REQUIREMENTS A. Before work is commenced, schedule a pre-construction meeting with Engineer, General Contractor, and Landscape Architect to discuss general details of the work. B. Verify dimensions and grades at job site before work is commenced. C. During the progress of the work, a competent superintendent and any assistants necessary shall be on site, all satisfactory to Engineer. The superintendent shall not be changed, except with consent of Engineer, unless that person proves unsatisfactory and ceases to be employed. The superintendent shall represent the Contractor in its absence and all directions given to the superintendent shall be as binding as if given to Contractor. D. Work indicated or noted on Drawings shall be provided whether or not specifically mentioned in the Specifications. E. If there are ambiguities between Drawings and Specifications, and specific interpretation or IRRIGATION SYSTEM fEASTBLUFF 02810-16 City of Newport Beach October 14. 2009 Easibluff Park Newport Beach, California clarification is not issued prior to bidding, the interpretation or clarification will be made only by Engineer, and Contractor shall comply with the decisions. In the event the installation contradicts the directions given, the installation shall be corrected by Contractor at no additional cost to Engineer. F Layout of sprinkler lines shown on Drawings is diagrammatic Location of sprinkler equipment is contingent upon and subject to integration with all other underground utilities. Contractor shall employ all data contained in the Contract Documents and shall verify this information at the construction site to confirm the manner by which it relates to the installation. G Coordinate the installation of all sprinkler materials, including pipe, with the landscape Drawings to avoid conflict with the trees. shrubs, or other planting material H. Do not proceed with the installation of the sprinkler system when it is apparent that obstructions or grade differences exist or if conflicts in construction details, legend, or specific notes are discovered. All such obstructions, conflicts, or discrepancies shall be brought to the attention of Engineer's Authorized Representative. I Replace, or repair to the satisfaction of Engineer, all existing paving disturbed during the course of this work New paving shall be the same type, strength, texture, finish, and be equal in every way to the material removed. J Engineer reserves the right to make temporary repairs as necessary to keep equipment in operating condition without voiding Contractor's guarantee or relieving Contractor of its responsibilities during the guarantee shall not be allowed. K. Sprinkler heads will require installation of anti -dram devices to prevent low head drainage. L. Coordinate the installation of all sprinkler materials, including pipe, with the landscape Drawings to avoid conflict with the trees, or other planting 32 OBSERVATION OF SITE CONDITIONS A Scaled dimensions are approximate The Contractor shall check and verify all size dimensions and receive approval from the Engineer's Authorized Representative prior to proceeding with work under this Section Exercise extreme care in excavating and working near existing utilities. The Contractor shall be responsible for damages to utilities, which are caused by his operations or neglect Check existing utilities drawings for existing utility locations C Coordinate installation of sprinkler irrigation materials including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers D The Contractor shall carefully check all grades to satisfy itself that he may safely proceed before starting work on the irrigation system Any discrepancies between the drawings and actual site conditions shall be brought to the attention of the Engineer prior to proceeding with the work. 33 PREPARATION A Physical Layout: 1 Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads 2 Layouts shall be reviewed by the Engineer's Authorized Representative prior to installation IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-17 City of Newport Beach October 14. 2009 B. Water Supply: Easlbluff Park Newport Beach, California 1. The irrigation system shall be connected to water supply point(s) of connection as indicated on the Drawings. 2. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. C. Electrical Supply. 1. Electrical connections for any and all irrigation controllers shall be made to electrical point(s) of connection as indicated on the Drawings. 2. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3.4 INSTALLATION A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the Drawings and as noted. 2. Provide for a minimum of eighteen (18) inches cover for all pressure supply lines of 2 112 -inch nominal diameter or smaller. 3. Provide for a minimum of twenty-four (24) inches cover for all pressure supply lines of 3 -inch nominal diameter or larger. 4. Provide for a minimum of twelve (12) inches for all non - pressure lines. 5. Provide for a minimum cover of eighteen (18) inches for all control wiring. 6. Provide for a minimum cover of eighteen (18) inches for all communication cable conduits. B. 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 Gay, sand, or other approved materials, free from large clods of earth or stones. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one -half (1/2) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Engineer's Authorized Representative. 4. If settlement occurs and necessitates adjustments in pipe, valves, sprinkler heads, lawn, plantings, or other installed work, the Contractor shall make all required adjustments without cost to the Engineer. C. Trenching and Backfill Under Paving: IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-18 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California Trenches located under areas where paving, asphaltic concrete, or concrete will be installed, shall be backfilled with sand (a layer six (6) inches below the pipe and three (3( inches above the pipe) and compacted in layers to 95% compaction, using manual or mechanical tamping devices Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed sod and shall be left in a firm unyielding condition Trenches shall be left flush with the adjoining grade The Contractor shall set in place, cap and pressure test all piping under paving prior to the paving work 2 Generally, piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks and /or concrete is necessary, it shall be done and replaced by the Contractor as a part of the Contract cost. Permission to cut or break sidewalks and /or concrete shall be obtained from the Engineer's Authorized Representative No hydraulic driving will be permitted under concrete paving. Provide for a minimum cover of eighteen (18) inches between the lop of the pipe and the bottom of the aggregate base for all pressure and non - pressure piping installed under asphaltic concrete paving D. PVC Pipe and Fittings: 1. Install PVC pipe and fittings in accordance with manufacturers recommendations. 2. Install sprinkler head on PVC pipe as indicated on Drawings 3. Prepare all solvent - welded joints with manufacturer's primer prior to applying solvent. a. Allow solvent- welded joints at least 15 minutes set -up /curing time before moving or handling. b Partially center load pipe in trenches to prevent arching and shifting when water pressure is on c Do not permit water in pipe until a period of at least four hours has elapsed for solvent -weld setting and curing, unless recommended otherwise by solvent manufacturer. Attach pipe identification tape directly to pipe as specified in Section 15151 where color - impregnated and stenciled pipe is not utilized 5 Do backflling when pipe is cool a Pipe can be cooled by operating the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of the day, 6 Curing When the temperature is above 80'F . allow solvent - welded joints at least 24 hours during the time before water is introduced under pressure. b. When temperature is below 80'F . follow manufacturer's recommendations E 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 per the Drawings 2 Install NO multiple assembles in plastic lines- Provide each assembly with its own outlet 3 Install all assemblies specified herein in accordance with respective detail In absence of detail IRRIGATION SYSTEM (EASTBLUFF PARK) 02810- 19 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach, California drawings or Specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Engineer's Authorized Representative. 4. 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. 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. F. Conduit and Sleeves: Coordination: Sleeving shall be considered existing only when installed under another contract. For all other installations, provide materials and coordinate conduit and sleeve installation with other trades as required to facilitate smooth construction sequence. 2. Conduit: Fumish and install conduit where control wires pass under or through walls, walks and paving. Conduits to be of adequate size to accommodate retrieval for repair of wiring and shall extend 12 inches beyond edges of walls and pavement. 3. Sleeving: Install sleeves for all pipes passing through or under walks and paving as shown on the Drawings. Sleeving to be of adequate size to accommodate retrieval of wiring or piping for repair and shall extend 12 inches beyond edges of paving or other construction. G. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. H. Field Satellite Assembly: Install field satellite Irrigation Controller Assembly per drawings and per manufacturer's instructions and recommendations. Electric control valves shall be connected to controller in numerical sequence as shown on the Drawings. 2. Final location of irrigation controller enclosure assemblies shall be approved by the Engineer's Authorized Representative prior to installation. I. High Voltage Wiring for Field Satellite: Unless otherwise noted on the Drawings, the 120 VAC electrical power to each field satellite irrigation controller location is to be furnished by others. The final electrical hook -up shall be the responsibility of the Contractor. 2. Electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. J. Certified JDL Green Tech Rain Master Evolution DX2 Controller Installer: 1. The Rain Master Evolution DX2 irrigation controller shall be setup, scheduled and programmed by the contractor as a part of controller installation. Contractor shall be a Certified JDL Green Tech Rain Master Evolution DX2 Controller Installer. Any assistance required by the contractor with regards to controller set up and activation is available from John Deere Landscape Green Tech Division. Contact Scott Caringella at (949) 455 -7465. IRRIGATION SYSTEM (EASTBLUFF 02810-20 City of Newport Beach EastbluN Park October 14, 2009 Newport Beach, California K. Electric Control Valves and master valves: 1. Install electric control valves and master valves where shown on the Drawings. Where grouped together with other valve boxes, allow at least twelve (12) inches between adjacent valve boxes 2. Provide identification tags to electric control valves. Electric control valves shall be connected to controller in numerical sequence as shown on the Drawings. 3. Each valve number shall be heat branded on valve box cover with 1%' tall letters. Master valve box covers shall be heat branded with the controller assignment. Branding unit available from Hydroscape Products, Inc., phone number (714) 639 -1850. 4. Provide recycled water warning tags to electric control valves and master valves as indicated in the drawings. L. Quick Coupling Valves 1. Locate and install quick coupling valves as indicated in the drawings. 2. Provide recycled water warning tags to quick coupling valves and master valves as indicated in the drawings. M. Ball valves and butterfly valves. 1. Locate and install gale valves as indicated in the drawings. N. Check Valves 1. Locate and install check valves of the size and type as indicated in the drawings 2 Provide and install additional check valves as directed by the Engineer's Authorized Representative to prevent and minimize low head drainage after shut down of irrigation system O. Flushing of System. After all new sprinkler pipelines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened and full head of water used to flush out the system. 2. Sprinkler heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Engineer's Authorized Representative. P. Sprinkler Heads: 1. Install the sprinkler heads as designated on the Drawings. Sprinkler heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the Drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. 3. Sprinkler heads shall be set perpendicular to finish grade of the area to be irrigated unless otherwise designated on the plans. IRRIGATION SYSTEM (EASTBLUFF City of Newport Beach October 14, 2009 35 TEMPORARY REPAIRS EastbluH Park Newport Beach, California The Engineer reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition The exercise of this right by the Engineer shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified 3 6 EXISTING TREES Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots Excavation in areas where two (2) inch and larger roots occur shall be done by hand. 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 tree protective zones and all root cuts shall be done in accordance with Special Provisions Section 308 Trenches adjacent to tree 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 3 7 FIELD QUALITY CONTROL A Adjustment of the System: 1. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2 If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required 3 Lowering raised sprinkler heads by the Contractor shall be accomplished within ten (10) days after notification by the Engineer. 4. Sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the Drawings. B. Testing of the Irrigation System 1 The Contractor shall request the presence of the Engineer's Authorized Representative in writing at least 48 hours in advance of testing. 2 Test all pressure lines under hydrostatic pressure of 150 pounds per square inch and prove watertight Pipe shall be center loaded with all pipe joints exposed during the pressure test. Note: Testing of pressure main lines shall occur prior to installation of the electric control valves 3 Piping under paved areas shall be tested under hydrostatic pressure of 150 pounds per square inch and proven watertight prior to paving 4 Sustain pressure in lines for not less than two (2) hours If leaks develop. replace joints and repeal test until entire system is proven watertight. 5 Hydrostatic tests shall be made only in the presence of the Engineer's Authorized Representative No pipe shall be backfilled until it has been observed, tested, and approved in writing. 6 Furnish necessary force pump and all other test equipment. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-22 City of Newport Beach October 14, 2009 Eastbluff Park Newport Beach. California When the irrigation system is completed, perform a coverage test in the presence of the Engineer's Authorized Representative to determine if the water coverage for planting areas is complete and adequate. The coverage test shall be accomplished using a Contractor furnished radio remote receiver and transmitter to turn each control valve on to observe sprinkler coverage and then to turn the control valve off when coverage test of that system is complete. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the Engineer's Authorized Representative. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. The Contractor shall provide an irrigation water schedule for plant establishment as well as any subsequent schedule changes for review and approval by Engineer. Approval of irrigation schedule indicates only that the schedule submitted apparently meet the scheduling requirements of plant materials on the basis of the information submitted. Any adjustments to the schedule based on plants actual water needs or changes in weather conditions shall be the responsibility of the Contractor. 3.8 MAINTENANCE A. The entire irrigation system shall be under full automatic operation for a period of seven (7) days prior to any planting. B. The Engineer's Authorized Representative reserves the right to waive or shorten the operator: period. 3.9 CLEAN -UP Clean up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed or washed down, and any damage occurring to the work of others shall be repaired to original conditions. All damaged turf areas shall be reseeded and/or resodded to the satisfaction of the City. 3.10 FINAL SITE OBSERVATION PRIOR TO ACCEPTANCE A. The Contractor shall operate each system in its entirety for the Engineer's Authorized Representative at time of final observation. Any items deemed not acceptable by the Engineer's Authorized Representative shall be reworked to the complete satisfaction of the Engineer's Authorized Representative. B. The Contractor shall show evidence to the Engineer's Authorized Representative that the Engineer has received all accessories, charts, record drawings, and equipment as required before final site observation can occur. 3.11 SITE OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Engineer's Authorized Representative in advance for the following observation meetings, according to the time indicated: 1. Pre -Job Conference - 7 days 2. Pressure supply line installation and testing - 48 hours 3. Irrigation field satellite installation - 48 hours 4. Irrigation field satellite activation and scheduling - 48 hours 5. Control wire installation - 48 hours IRRIGATION SYSTEM (EASTBLUFF 02810-23 City of Newport Beach Eastbluff Park October 14, 2009 Newport Beach, California 6. Lateral line and sprinkler installation - 48 hours 7. Point of connection installation — 48 hours 8. Master Valve, basket strainer and Sow sensor installation — 48 hours 9. Flow sensor conduit installation — 48 hours 10. Coverage lest - 48 hours 11. Final site observation - 7 days B When site observations have been conducted by a party other than the Engineer's Authorized Representative, show evidence in writing of when and by whom these observations were made. C. Prior to walking irrigation system with Engineer's Authorized Representative, the Contractor shall pre -walk irrigation system with its own crew to ensure compliance with plans and specifications. The Contractor shall observe those items shown on the construction observation check list below and initial and dale that the all items observed are in accordance with plans and specifications. This list shall be presented to the Engineer's Authorized Representative prior to the final irrigation walkthrough with the Engineer's Authorized Representative. D. No site observations will commence without record drawings or "Construction Observation Check List In the event the Contractor calls for a site visit without record drawings or 'Construction Observation Check List ", without completing previously noted corrections, or without preparing the system for said visit, it shall be responsible for reimbursing the Engineers Authorized Representative at his current hourly billing rate, portal to portal (plus transportation costs), for the inconvenience. No further site observations will be scheduled until this charge has been paid and received. E. The following checklist and acceptance form shall be re -typed onto the Contractor's letterhead. The form shall be completed by the Contractor and shall contain the all of the information shown on the sample checklist form shown on the next page. IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-24 City of Newport Beach October 14. 2009 Eastbluff Park Newport Beach, California CONSTRUCTION OBSERVATION CHECK LIST PROJECT NAME: PROJECT LOCATION DESCRIPTION: Sprinkler Heads Heads lup mb and straight Spacing per design intent Completed by Contractor Date Approved by Architect/ Designer _ Date Correct color of boxes Correct nozzles used _ Heat branding complete Pressure set appropriately Recycled designation on valves and boxes PCS Screens installed Height of valves in boxes N.P. purple caps when specified) Gravel in boxes (2cu. ft. installed _ Heads at correct height Bride supports in boxes installed Back-up heads properly located Valve I.D. tags installed Sprinkler nozzle turn down screws used only for minor ad'ustments _Pressure setting on valve set properly Nozzles are dean and unobstructed Bolt downs on boxes provided Po heads retracting properly PVC sleeve in box at gate valve Heads adjacent to building/paving located correct) Proper wire connectors installed Head to head coverage ok Minimal overs ra Swing joints installed No leaks observed Systems on slopes separated correctly Direction of s a a o riate No low head drainage Rotors are rotating Install van nozzles where necessary Proper arc patterns installed Correct size of boxes Correct color of boxes _ Heat branding complete Recycled designation on valves and boxes Height of valves in boxes Gravel in boxes (2cu. ft. installed _ Bride supports in boxes installed Valve I.D. tags installed _Pressure setting on valve set properly Bolt downs on boxes provided PVC sleeve in box at gate valve Proper wire connectors installed IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-25 City of Newport Beach October 14. 2009 DESCRIPTION: Completed by Vale S. -.CiO .d Contractor Date No leaks observed Correct clearance from valve to gravel provided Brass handwheel installed 2' operating nuts installed Eastbluff Park Newport Beach, California Approved by Architect/ Designer Date tellites Location set per plan Concrete pad provided Door opens and doses properly Copper ground rod installed Flow sensor cable conduit installed Flow sensor cable pull boxes installed at appropriate locations Flow sensor cable installed and tested when required) GFI switch provided Run shut -off installed Connections and wires verified including common wire stripe color . Certification letter provided Power provided and controller o rational Proper gauge and color of control and common wires. Rain Master Evolution DX2 irrigation field satellite service activation complete. Rain Master Evolution DX2 irrigation field satellite set -up, schedule and program completer irri lions pecifications END OF SECTION IRRIGATION SYSTEM (EASTBLUFF PARK) 02810-26 SECTION 15151 DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION PART 1 - GENERAL A. Description This section describes materials and installation of domestic and recycled water facilities identification for pipe, valves, valve boxes, quick couplers, sprinklers and other pipeline appurtenances. All domestic water systems and appurtenances shall be identified as herein described. All recycled water systems shall be identified as herein described. All non - potable water systems shall be identified as herein described. B. Submittals 1. Submit shop drawings on the following materials: warning tape, tags, and labels. 2. Submit shop drawing on identification sign including size, materials, verbiage, letter sizing, and colors. 3. Submit shop drawings on recycled water quick couplers, and irrigation valve covers. C. Warning Labels and Signs In all cases, the warning labels and signs must be approved prior to installation. Failure to receive prior approval may result in the Contractor removing such sign(s) and providing approved replacements. All costs shall be borne by the Contractor for the replacements. PART 2 - MATERIALS A. Recycled Water Pipe Identification For PVC pipe carrying recycled water: 1. Purple colored pipe marked with the wording "CAUTION: RECYCLED WATER, DO NOT DRINK" on opposite sides of the pipe. 2. The use of continuous lettering (message repeats a minimum of every three feet) on 3 -inch minimum width purple tape with 1 -inch black contrasting lettering bearing the continuous wording "CAUTION: RECYCLED WATER" fastened to the pipe with plastic adhesive tape banded around the pipe at no more than 5 -foot intervals is an acceptable alternative to purple pipe. Identification tape must extend to all valve boxes and /or vaults and exposed piping. 3. Existing below -grade recycled water piping need not be marked unless the piping becomes exposed, such as during installation of new pipe or maintenance of existing pipe. The exposed section should be appropriately marked as recycled to the extent feasible. 4. All above-grade or piping within vaults that are recycled water pipelines must be appropriately labeled and color-coded purple to differentiate recycled water pipelines DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-1 from potable and non - potable water pipelines. Metallic pipe shall be painted with high gloss enamel. The color shall be purple (Pantone 512). B. Potable Water Pipe Identification All potable water piping shall be installed with potable water identification. Extruded blue - colored PVC pipe with continuous wording "POTABLE WATER" printed in contrasting lettering on opposite sides of the pipe. 2. As an alternative to blue - colored pipe, new potable water lines may be identified by continuous lettering (message repeats a minimum of every three feet) on 3 -inch minimum width blue tape with 1 -inch black or white lettering bearing the continuous wording "POTABLE WATER" fastened to the pipe with plastic adhesive tape banded around the pipe at no more than 5 -foot intervals. Identification tape must extend to all valve boxes and/or vaults and exposed piping. 3. Existing below -grade potable water piping need not be marked unless the piping becomes exposed, such as during installation of new pipe or maintenance of existing pipe. The exposed section should be appropriately marked as potable to the extent feasible. All above -grade potable water pipelines must be appropriately labeled and color - coded blue to differentiate potable water pipelines from recycled and non - potable water pipelines. Exposed metallic pipe shall be painted with high gloss enamel. The color shall be blue. C. Non - Potable Water Pipe Identification All non - potable water piping (portion of irrigation system after an approved backflow device) shall be installed with non - potable water identification. New buried non - potable water lines must be identified by continuous lettering (message repeats a minimum of every three feet) on 3 -inch minimum width yellow tape with 1 -inch black or white contrasting lettering bearing the continuous wording "NON- POTABLE WATER" fastened to the pipe with plastic adhesive tape banded around the pipe at no more than 5 -foot intervals. Identification tape must extend to all valve boxes and/or vaults and exposed piping. 2. Existing below -grade non - potable water piping need not be marked unless the piping becomes exposed, such as during installation of new pipe or maintenance of existing pipe. The exposed section should be appropriately marked as non - potable to the extent feasible. 3. All above-grade non - potable water pipelines must be appropriately labeled and color -coded yellow to differentiate non - potable water pipelines from potable and recycled water pipelines. Non - potable water pipelines may be wrapped with yellow identification tape having the words "NON- POTABLE WATER" visible in contrasting black or white letters. DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-2 D. Warning Tape Plastic warning tape shall be a linear low- density polyethylene or an inert plastic film specifically formulated for prolonged underground use. The minimum thickness shall be 4 mils and the overall width of the tape shall be 3- inches. Warning tape shall be as supplied by T. Christy Enterprises, Thor Enterprises, Inc., Griffolyn Co., Inc., Terra Tape, Division of Reef Industries, or approved equal. The color and wording of the warning tape shall be in accordance with the above requirements and the Recycled Water Urban Irrigation User's Manual. The following are Christy's Part Number for each system: Recycled Water Identification - TA- ND- 3 -PRW; Potable Water Identification - TA- ND -3BW; Non - Potable Identification - TA- ND- 3 -YNPW; or approved equal. E. Warning Tape (Detectable) All PVC pipelines shall have a detectable warning tape placed in the trench 12- inches above the pipe. Plastic warning tape (detectable) shall be five -ply composition of ultra -high molecular weight, 100 percent virgin polyethylene or an inert plastic film specifically formulated for prolonged underground use and shall include a metallic substance that can be registered by a magnetic field location device. The minimum thickness shall be 4 mils and the overall width of the tape shall be 3- inches. Warning tape (detectable) shall be as supplied by T. Christy Enterprises, Thor Enterprises, Inc., Griffolyn Co., Inc., Terra Tape, Division of Reef Industries, or approved equal. The color of the tape shall be in accordance with the above requirements and the Recycled Water Urban Irrigation Users Manual. Potable Water Pipelines: Blue warning tape (detectable) with white or black lettering identifying the potable water pipeline. Lettering shall be a minimum of 1 -inch high letters with the wording: "CAUTION: POTABLE WATER LINE BURIED BELOW ". Christy's Part Number TA- DT -3BPW or approved equal. Recycled Water Pipelines: Purple warning tape (detectable) with black lettering identifying the recycled water pipeline. Lettering shall be a minimum of 1 -inch high letters with the wording: "CAUTION: RECYCLED WATER LINE BURIED BELOW ". Christy's Part Number TA- DT -3PRW or approved equal. Non - Potable Water Pipelines: Yellow warning tape (detectable) with white or black lettering identifying the non - potable water pipeline. Lettering shall be a minimum of 1 -inch high letters with the wording: "CAUTION: NON - POTABLE WATER LINE BURIED BELOW ". Christy's Part Number TA- DT -3YNPW or approved equal. F. Warning Tags Warning tags shall be an inert plastic film or polyurethane specifically formulated for prolonged exposure. The warning tag shall incorporate an integral attachment neck and reinforced attachment hole. The size of the tag shall be 3" by 4" with a minimum thickness of 10 mils. Warning tags shall be attached with heavy -duty nylon fasteners. Warning tags shall be as supplied by T. Christy Enterprises or approved equal. Potable Water Identification: Warning tags shall be prepared on a blue field, and shall have the words: "POTABLE WATER" on one side and "AGUA PARA TOMAR" on the back side DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-3 printed on the field in black letters. Minimum letter height shall be 1 -inch. Christy's Part Number ID- MAX- 62 -PW015 or approved equal. Recycled Water Identification: Warning tags shall be prepared on a purple field, and shall have the words: "WARNING RECYCLED WATER DO NOT DRINK" and "AVISO AGUA IMPURA NO TOMAR" on one side printed on the field in black letters and a the "Do Not Drink" logo on the back side. Minimum letter height shall be 1 -inch. Christy's Part Number ID- MAX- P2 -RC009 or approved equal. Non - Potable Water Identification: Warning tags shall be prepared on a yellow field, and shall have the words: "NON- POTABLE WATER for Irrigation Use Only Do Not Drink" on one side and "AGUA IMPURA Para Riego Solamente No Tomar" on the back side printed on the field in black letters. Minimum letter height shall be 1 -inch. Christy's Part Number ID- MAX-Y2-NP012 or approved equal. G. Warning Labels Warning labels shall be a minimum 3.5 mil flexible vinyl base with a permanent acrylic adhesive backing on a 90# stayfiat liner. Both the background and legend are printed with a UV cured vinyl ink. The entire decal shall be clear Flood over - printed for superior weathering and UV protection. The size of the labels (decals) shall be 3.5" by 4.375" for controllers, 2.5" by 8.25" for pumping equipment, and 1.25" by 5.75" for potable water decals. Warning labels shall be as supplied by T. Christy Enterprises or approved equal. Domestic Water Identification: Warning labels shall be prepared on a blue field, and shall have the words: "POTABLE WATER" printed on the field in black letters. Christy's Part Number ID -4300 or approved equal. Warning labels shall also be used to identify all above ground piping as appropriate for the situation. Recycled Water Identification: Warning labels for pumping equipment shall be on purple field, and shall have the words: "Recycled Water Do No Drink No Tome El Agua" printed on the field in black letters. Christy's Part Number ID -4200 or approved equal. Warning labels for controllers shall be prepared on a purple field, and shall have the words: "Attention Controller Unit for Recycled Water Atencion Unidad Controladora del Agua Recuperada" printed on the field in black letters. Christy's Part Number ID -4100 or approved equal. H. Identification Signs Contractor shall install identification signs at the approximate locations shown on the plans. The signs shall be made of 1116" thick (minimum) aluminum and its size shall be 18" wide by 24" high. The signs shall have a purple background and white lettering and artwork with rounded comers. The verbiage shall read as shown on Christy's Specialty Sign I.D.SIGN.35 except with the word: "RECLAIMED" CHANGED TO "RECYCLED" or approved equal. Contractor shall submit the sign for review and approval by the Engineer. The Identification Signs may be mounted on poles, attached to fences, buildings or existing pole mounted signs. Post mounted signs shall be mounted on a galvanized steel post or DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-4 galvanized Uchannel post. Post shall be embedded 16- inches into an 8 -inch diameter, 20- inch deep concrete footing. Top of sign shall be located at a maximum height of 48- inches above finished grade. I. Quick Coupling Valves All quick coupling valves on the Potable Water System shall be different than the quick coupling valves on the Recycled Water System. Quick coupling valves shall not be interchangeable between the Potable and Recycled Water Systems. All quick coupling valves on the Potable Water System shall of like make and model. All quick coupling valves on the Recycling Water System shall of like make and model. Potable Water Irrigation System: Quick coupling valves used in potable water irrigation systems shall be' /. -inch or 1 -inch in size and shall have a locking vinyl cover, yellow in color, as manufactured by Rainbird or approved equal. Quick coupling valve shall be operated with a coupler key not using an acme thread for opening and closing the valve. Recycled Water System: Quick coupling valves shall be Y4 -inch or 1 -inch nominal size and of brass construction with a normal working pressure of 150 psi. The covers must be permanently attached and made of purple rubber or vinyl with the words "RECYCLED WATER" imprinted on the cover, and must be provided with a lock. To prevent unauthorized use, the valve should be operated only with a special coupler key with an acme thread for opening and closing the valve. Quick coupling valves shall be Nelson 42 with 40K key or approved equal. All quick coupling valves shall be of a design that prevents the quick coupler key (spike) from being used in potable water quick couplers. Contractor shall verify in the field the existing quick coupler on -site and determine the type to be supplied for each site. J. Valve /Irrigation Boxes All valve or irrigation boxes shall be identified by these Specifications. This includes all manual valve boxes, electrical control valve boxes, and pressure reducing valve boxes. All valve or irrigation box covers on the Potable Water System shall be different than the covers on the Recycled Water Irrigation System, Potable Water System: All valve boxes (gate valves, manual control valves or electrical control valves) found on the potable water system shall have a green cover or a concrete cover. In addition, the cover shall have a warning label permanently molded into or affixed onto the lid with rivets, bolts, etc. The cover shall have the words: "Potable Water'. Letters shall be a minimum of '' /a" high. In lieu of the above warning label, the Contractor may heat brand the plastic valve box cover with the words: "Potable Water ". Existing concrete valve boxes will not require any additional exterior identification. Valve lid shall be painted blue. Recycled Water System: All valve boxes (gate valves, manual control valves, electrical control valves or meter vaults) found on the recycled water irrigation system shall have a purple cover. In addition, the cover shall have a warning label permanently molded into or affixed onto the lid with rivets, bolts, etc. The cover shall have the words: "Recycled Water ". Letters shall be a minimum of Y2" high. As on option, the Contractor may use Christy's Model #3800 Recycled Water Valve Box Identification Nameplates or approved equal. The nameplate shall be 5.75" long and 1.25" wide. The nameplate shall be manufactured in purple, in a UV resistant co- polymer plastic. The nameplate shall be attached with two tamper -proof attachment rivets. The wording shall read: "Recycled DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-5 Water Do Not Drink — No Tomar". Existing concrete valve boxes will require that the exterior be painted purple (Pantone 512) for identification. Non - Potable Water System: All valve boxes (gate valves, manual control valves or electrical control valves) found on the non - potable water system shall have a green cover or a concrete cover. In addition, the cover shall have a warning label permanently molded into or affixed onto the lid with rivets, bolts, etc. The cover shall have the words: "Non- Potable Water ". Letters shall be a minimum of '/2" high. In lieu of the above warning label, the Contractor may heat brand the plastic valve box cover with the words: "Non- Potable Water ". Existing concrete valve boxes will not require any additional exterior identification. PART 3 - EXECUTION A. Installation of Pipe Warning Tape Warning tapes shall be wrapped around the pipe continuously. The warning tape shall be installed continuously for the entire length of the pipe and shall be fastened to each pipe length by plastic adhesive tape banded around the pipe and warning tape at no more than 5- foot intervals. B. Installation of Warning Tags All potable water and recycled water meters, pressure reducing valves, backflow devices, sprinkler control valves, gate valves, manual control valves, quick coupling valves, electrical control valves, strainers and hose bibs shall be tagged as described below. Method of Attachment: Warning labels shall be firmly attached using heavy -duty nylon fasteners. 2. One warning tag shall be attached to each appurtenance as follows: attach to valve stem directly or with plastic tie wrap; attach to solenoid wire directly or with plastic tie wrap; attach to valve cover with existing valve cover bolt; or attach to the body of the relative appurtenance with a plastic tie -wrap. C. Installation of Warning Labels Warning labels (decals) shall be placed on all controllers, pumping equipment, above ground piping and sprinkler risers. END OF SECTION DOMESTIC AND RECYCLED WATER FACILITIES IDENTIFICATION 15151-6 APPENDIX "A" City Standard Plans •C ikO �y t1A.b1Y. r y \ JL 00 45° BEND R L TEE t.1 er40w tA.b4YA yf - \ ✓'� L CROSS ' r 4 , w.I DEAD END L lit 221 ° BEND v ♦h'1 \r;aY � �L L _ \Y! TYPICAL 900 BEND l IG ° BEND THRUST BLOCK GENERAL NOTES: 1. force main pressure test shall be performed in accord with concrete wring requirements. Concrete shoe be 560 -C -3250. 2. Thrust blocks shall Bear against undisturbed sod. boafhl compacted to TOM relot1w compaction. a close 100 E 100 slur.y. 3. Bearing areas L • N we computed for test pressures of 225 PS in mans told in o cahestantess sae (cw0) with internal angle of friction of 37•, o unit weight of 110 PCF. and at lead 36" of cow. 4. Beorng oress L . M shoe be approted by the engineer where mane: (A) bear against weaker soft Um described abort. (B) ho" less than 36' of cower. (C) we be tested of more than 225 PS or (D) are not represented by o Riling or size shown hereon. 5. L is oppro.inalely equal to M for unapt thrust docks. L is greater than M for larger thrust block► M shall not exceed trench height. See STD -106 -L for standard trench dimensions. THRUST BLOCK BEARING AREA L X H IN SQUARE FEET Fitting dl Size Dead End Tee or Cross 900 Bend 450 Bend 22110 Bend IIG° Bend 4" 1.7 24 2.4 13 117 0.3 6'• 3.7 5.3 53 2.9 1.5 07 81• 6.7 9.4 9.4 5.1 2.6 13 12" 150 21.2 21.2 11.5 5.R 2.9 16" 26.6 37.6 37.6 204 104 52 18" 33 7 476 47.6 25.8 13 1 6.6 24' 599 84.6 84.6 45.8 23.7 11.7 30" 93 6 132.2 132 2 71.5 36 5 I R 3 APPROVED: PUBLIC' WORKS DEP,ART'MEN f RCL SU f611M THRUST BLOCKS i PUBLIC WORKS DIRECTOR ,I Q 12' min. Finish grade 2 match existing Concrete cdlor r-2• A.C. paving molerid Tr . •�•�: i�• •� o p�D�Q oo•p. )I.' aggregcte base rock mate-,01 DTI II II Q 11 e � I III II ______ ____ __ __--- _---- _ - - - -_ CONSTRUCTION NOTES: Oi B• diameter schedde 40 P. v. C. ppe. O2 Cost Iron fromes and covers shall be triongulcr. Brooks Products No. eTT• J&R No. aT• or Eisel Enterprises 1 -e• morked • water". O3 The Yet" box should not be (load) weight bearing on the wive riser. OThe tracing wire shall be attached outside the wive riser and IB• of wive shall drop into the New frwn the vdve box. GENERAL NOTES: 1. Concrete shall be 560 -C -3250. 2 Portions of this standard also apply to sewer clewouts. CITY OF NEWPORT BEACII APPROVED: PUBLIC WORKS DEPARTMENT i VALVEBOX COVER RCP NO 36106 PUDLI( WORKS DIRECTOR AND RISER Dra.n Date ateJ Jan an Elias S.aIc N.T S. .:(R3S r DRAWING NO. Sourest punier fillings. post - indicator vcl,res etc are prohibited as part of this Osiembly They Shall be .neteVed of some po -nt downstream of the below grade 90 'bend —`( 6' i Flow _ 2k' rnNmum 36" ma.vnum 79A- 6' 6 m.cw ogger Dose Profile View: not to stole boll rot ve shut -Offs (test cocks) typical. ©► o m Reduced Pressure Principle Rlh No 16ItM PUDLII' WORKS DIRLLTOR Backflow Prevention Assembl Drawn M Hiu " y cola NTS Date Jan ?l 0i a . we DRAWING NO. STD -520- CONSTRUCTION NOTES: OAPp•oved reduces pressure Principle baGkflow ossamay with O LittJ wPdy pipe bass 52 mortar Ined Duct—it iron pipe sprng leaded check valves k integral diaphrom actuated w /pd yet ^pent encasement rebel valve, Contact the CNB Utilities Dept. (6ee -3011) for pm AWWA a prove0 paldyle water pipe O approved Iyt. moter�d. cPoss �50 or ^olio met O 90' bans, FE , FE. Cement Ire Of 10 AdNSlobea steel ayye �uCpurl hot dip QOlvanile0 after Ipbrlcatian Per Sp10 AVLI. Paint to match piping and ORasiienl .edge Sole vane. "d ^ ^9 O DIP mortar lints spoil piece (FE) ( ) Air gap relief calve drop pal to atmosphere Outlet must II be of least 12' above the valve assembly yob O150 lb ANSI rated Ronge Fabricated integrally with spoil 12 D,ophram actuated. rind loaded double sealed relief vatre set to sense ens of Ieml a 2 P§ pressure differentia a spina4 piece. Threaded flanges e.cepted betweM the creek valves. O6' thick concrete Nab Reinforced with Wl A . W1 a weld IS Bron ie body, test valves Rubber sealed boll valve shulolf ire mesh. Concrete shalt be C -560 -3250 m.. with lever. O7 90' bend. cement lined 01, FE . FE . MJ ends */retainer 14 Instal thrust block per 510- 510 -L -A glands. 15 FE . MJ adopter with retainer glond. GENERAL NOTES: 1 An above grade piping shall be ported with an Alkyd Enomel point system consisting of a 2 ma primer cal and two (2) cot of 2 mss (each) high gloss eaomel Color Shell be white, bloc. red, or green 2 All below grade ductile 'ran fdtings and piping Shan be encased with on Band p"thylene wrap in accord with AWWA slondord. 3 All Range bolts Shall be manufactured form type 316 stainless steel . Mechanical pmt connections shall be mode w -lh either molleo0le iron Or self - weathering Cor Ten Steel e Boak Row devise shoe be installed n eosemenl Vented to City Minimum Nte is 5' wide . 10' long. CITY OF NEWPORT BEACH APPROt ED. P(All C WORKS OF PARTMENT Reduced Pressure Principle Rlh No 16ItM PUDLII' WORKS DIRLLTOR Backflow Prevention Assembl Drawn M Hiu " y cola NTS Date Jan ?l 0i a . we DRAWING NO. STD -520- J 12' minimum I 16' moskaum 6" thick —I 6' tniq, FCwwmwjs ogger. Ouse From Water Ueter Profile View: not to scale +j 6" I 2 ° ° e e e O Plan View: not to scale CONSTRUCTION NOTES: Ot Reduced pressure principle bocktow prevention assembly. Device shon be approved by the CGhfomio Deportment of Rsollh Services Coil the City of Newport Beach Cron Connection Specialist for device information at (949)716 -3412. OConcrete pod. where nstatatlan is not .ithn a concrete area. GENERAL NOTES: 1. AR bock Row prevention devices shat be located above ground. and instolled as close os practical to the wider meler ond stroll be instated in o locotion that is reodily occenible for testing ond moint"Mce as approved by line Water Divisiw. Backllo. devices shall not be installed on city property. 2. Immediately after installation. relocation or repan, oll bockfae prevention devices shot be tested by o certified testa approved by the city. No service shot be turned on until the device is tested ond certified after inslollotion. 3. Risers ond tubing shall be type 'K' rigid copper and all fittings shot be sdder -joint type (or threaded Dross) per uniform plumbing code. 4. Strainer / hon bib snot be upstream before device. 5. City may require an approved enclosure around backnow in some instances. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTNIFNT i 1" THROUGH 2" REDUCED RCP. NO 7610+ PUBLIC WORKS DIRK II>K PRESSURE PRINCIPLE Dmwn M Ell„ Sala NTs BACKFLOW DEVICE DalcJan.70U4 .,.,,t ,,.r :" DRAWING NO. TD -5 -].. -A i as needed Plan View CONSTRUCTION NOTES: (D Approved reArced pretsuro principle barltflow assembly with spring loaded check vatrse Cr Integral dlaphrorn actuated relief valve. Contact the CN13 Utilities Dept. (644 -3011) for approved list. O g0' bend. FE x FE. Cement line Dl. O3 Resilient wedge got* valve. OS k Y w /flan led ends. ODIP mortar lined spool piece (FE). OTee FE x FE Motor lined. 6O 6' thick concrete dab. Ranforced with M.4 x W1.4 weld wVe mesh. Concrete shall be C -560 -3250 mix. O90" band. cement lined 01. FE z FE x MJ ends w /reloinor giandi O8 Consumer piping AWWA approved potable victor pipe material, class 150 or higher. 0 Adjralable steel pipe support, hot dip galvanized otter fabrication per SID -522 -L Paint to match piping and vahAng 10 Install thrust Work per STD - 510 -L -A. 11 Compactsingle register. high performance. compound meter w/ attached In the meter strainer. Contact C.N.& UlfUes Dept. for specs. Q approved manufacturers GENERAL NOTES: 1. All above grade piping shelf be pointed with an Alkyd Encmd point system consisting of o 2 ml primer cot and two (2) cal of 2 MIS (such) high gloss anomd. Color shill be while. blue or red 2. AI below grade ductile Iron fillings and piping shall be encosed with an 8 and polyethylene .hop in accord with AWWA standard. 3. AN 80nge bats shall be manufactured form type 315 sloinless steel. Mechanical 'pint connections shall be made with either malleable ion or salt- weathering CorTen Steel. 4. 0ack6ow device ship be Inatdled in easement granted to City. Minimum size Is 5' wide s 10' long. CITY OF NEWPORT BEACH APPROVED: PU13LIC WORKS DEPAR'IMEPfr WATER METER/BACKFLOW RCE NO. 36106 PUBLIC WORKS DDtECfOR PREVENTION ASSEMBLY Dn,Wa: M. Elim Scslo N.T S. TYP. 3 ", 4", 61' & 8" DRAWING S D -52 —L —B I 1 1 1 1 24• PROFILE VIEW: not to scale CONSTRUCTION NOTES: 01 Square steel plate. 12 . 12 . 0 375 tnick. O2 Black steel pipe support tube. 2.5• diameter . la' long . O 375 won thickness. OStainless steel (316 slay) all !niece rod. 20• doxnater, x 18• long. Tock weld to top hex nut. OHeavy hex head steel (304 alloy) nut. O5 Block steel flat box stock. I' wide . 12• long or 0 375• thick fillet weld to he. nut. Me face. each nut. Delete in wostewatm pump station applications. O6 Saddle support Steel pope bMl open to accomodale some size Pipe or rolled steel not bar to match Supported Pipe or lilting flange OD 3' minimum width . 12' roiled length. Fillet weld hex nut to battalion of saddle support 6• typ .� T— r See Detail r _ A 9 7 4 1 1f-9- lyp PLAN VIEW: not to scale Boas plate drilling template � 13 O u O 12 6• thick concrete pod ar voull floor slob Leal per note 7. DETAIL A: not to scale Base plate Chahar boll O7 Install base plate on leveling course of high strength epoxy cement compoand Coot threads with liberal amount of anti -seize compound 9 Droll concrete pod or vault near and mount base plate with 4 each, h' stainless sleet concrete oxi bills. See base dote template 10 tighten double he. nuts snug against support tube. Use 60 ft. IDs. torque. 11 Took weld oil thread rod to heavy he. nut under support saddle 12 Red head- stoinless steel concrete onrnor bolt K- diameter . i long 1J Yol stainless steel hex head Mohor nut Red head or oppraved equal 14 of suer plate stainless steal washers. Double stock M lop pp GENERAL NOTES: I All pipe support compMents shall be hot dip galvanized after fobrication. with the exception of the oil thread roe. 2 All pipe Support components except the al thread rod shall be pointed after field installation with an Alkyd Enamel paint system cc sisting of o 2 ml primer coal and 2. a 2 mil coot of nigh gloss enamel cola shall be white. rod or blue and Sean molch the supported piping k fittings. 3 Pipe suPports shoo be installed M oh bockaow prevention ossar lfes and as indicated far all voult inalollotions. Refer to standard drawings S7D -513. STD -514 k 3. SM -521 4 for M of[ernatrves pipe support contact the Utilities Department representoli.e. Y OF NEWPORT BEACH PUBLIC WORKS DP PARTNILNT PIPE SUPPORT ASSEMBLY APPRO \'t. D: i RCF NO 16106 PUBLIC WORKS DIRECTOR ' I I DRA"'ING NO. 5 I U- 512-L C>I Ci 1 IC3 I 10 I I I II II I I I I I I I LANs LINES I I I II I I I I I� I Io oil I I — Z+ 0 — CJ — f 1+ + ❑ Y I I L�j c-11 o1 I I CURB II I I 2 PARF fXPDXY Al[�EMOUTE' I TYPE A t B LIEELIIE BDAB QPj C9 0 I 1 10 II II PAWEMENr I I DETAIL 'A'' 01 01 LEGEND I-J MARKER DETAIL 'A') p O rL+ EIRE HYDRANT U c� DETAIL 'B' MARKERS - SHALL BE BILE 2-61AY III. INDUSTRIES RAr- O -LITE t2B OR EQUAL. ADWSIVC - AN AMPLE AMOUNT OF TVO PART (A t B) EPDXT OR Eam RAFACES- CLEAN AND DRY PRIOR TO INSTALLATION PER MANUFACTURER'S RECOWEN94TIORS. INSTALL MARKERS VITN REFLECTIVE SURFACES FACING OWCONING NOTES t FIRE HYDRANTS SHALL BE LOCATED 6' -O' FROM FACE Or CURB TO CENTER Or HYDRANT OR 2' -0' FOR SIDEWALKS WIDER THAN 5' IN VIDTM STATE LAV REQUIRES A A' MINIMUM CLEAR SIDEVALK AREA 2 FIRE DEPARTMENT VILL PROVIDE LIX'ATIDWS) FOR ALL MARKERS IN PRIVATE RESIDENTIAL DEVELOPMENTS, COMMERCIAL LOTS, AND ALL OTHER AREAS OUTSIDE Or PUBLIC RIGHT OF VAT. 0 MARKERS MUST BE INSTALLED AT ALL ACV AND RELOCATED FIRE HYDRANTS AND WITHIN ALL RESLREACIMG PROXCU.. A. FOR STREETS WITHAIT LAME LINES OR STREETS WiTw RAISED PAVEMENT MARKERS AND NO PAINTED LAAC LINES, INSTALL MARKERS OR CENTERLINE OR IN LINE WITH EXISTING MARKERS. APPROVED PUBLIC WORKS DEPARTMENT 7R 17 PUBLIC VORKS R. Iz FIRE HYDRANT MARKERS SCALE 23 Sep p 199 99 7 N 1 S. I—L ORAVN N GRACIA — APPENDIX "B" Orange County Resources & Development Management Department Standards (OCRDMD) BARBED WIRE - NOTE 4 ENO POST On •������• WALK GATE NON - SHRINK GROUT POST GATE FABRIC SAME AS FENCE FABRIC TENSION ROD k TIGHTENER 4 m 11 i i OOi�i Hill.- 900 mm PLUNGER ROO � �\` (36 ") PLUNGER CUP IN "` -\ 0.03 m3 (1 CF) PCC POST OD + 200 mm (8') 100 mm (4 ") 100 mm KPMIA.( 3/8 -) (4) (1/8 ") GUSSET 300 mm (12 ") FOR LINE POSTS, ELSE 450 mm (18 ") 50 mm 50 mm (2 ") R -25 mm (1 ") GREATER THAN PIPE 00 POST EMBEDMENT DRIVE GATE BAR 125 mm x 125 mm (5" x 5 ") TIE HARE CHAIN AND LOCK CUT -OUT mm 18") x150 RE-BAR \j� v-3 L P (1/8 ") m x 300 mm TIJI STL PLATE (x5 x 12 ") PLUNGER CUP ISOMETRIC STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN METRIC 600 -2 CHAIN LINK FENCE AND GATES SHEET ] OF 3 "a NOTES 1. SECURE DRIVE —FIT GALVANIZED CAP TO POST WITH 6 mm (1/4 ") ROUND- HEAD RIVET. 2. H DENOTES FABRIC WIDTH AND NOMINAL FENCE HEIGHT. H = 1.5 m (5') UNLESS OTHERWISE NOTED. 3. IF FENCE WITH TOP RAIL IS SPECIFIED, DELETE STEEL TENSION WIRE AT TOP, AND PIPE RAILS AT INTERMEDIATE, SLOPE, END AND CORNER POSTS. EXTEND TENSION ROD TO TOP RAIL. 4. BARBED `IRE SHALL BE USED ONLY WHEN SPECIFIED. 5, POST SPACING IS MAXIMUM 3.0 m (10'). 6. FILL CLEAR OPENINGS GREATER THAN 75 mm (3 ") WITH FABRIC. FOR OPENINGS LESS THAN 450 mm (18 "), TIE FABRIC TO POSTS. 7. USE ONE POST FOR COMBINED SLOPE AND CORNER POST IF TOP OF CHANNEL WALL IS CONSTRUCTED AS SHOWN FOR "ALTERNATE ". 8. STEEL BANDS AT TENSION BARS SHALL BE 3 mm X 25 mm (1/8" x 1 "). MINIMUM, SPACED AT MAXIMUM 400 mm (16 "). 9. SECURE TENSION WIRES TO EACH LINE POST WITH TIE WIRES. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDAPO PLAN ME TAIC 600 -2 CHAIN LINK FENCE AND GATES SHEET 3 OF 3 The following Standard Plans for Public works Construction, 1989 Edition, A - the American Public Works Association (Southern California Chapter) and ociated General Contractors of California (Southern California Districts) have been adopted by EMA with conditions which shall apply to EMA use. The conditions are listed below. APWA tt EMA 4 Name and Conditions 600 -0 600 -0 -OC Chain Link Fence and Gates 1. The chain link fence fabric wire diameter shall be 3.76 mm for all fence, regardless of height, unless otherwise specified. Fabric shall have "knuckles" (not twists) at the top and bottom 2. Construct fence with fabric side (outward side) 60 mm inside R/W (right -of -way) line. Place posts at least 750 mm from any R/W monument. R/W shall be identified and /or staked to the satisfaction of the Engineer prior to placing fence posts. 3. Chain link fence fabric shall be attached to the top and bottom tension wires at 450 mm O.C. with 2.75 min diameter hog rings. Fabric shall be attached to posts and braces at 400 mm O.C. with 3.76 mm diameter aluminum wire. 4. Entry gates on flood control facilities shall be the maximum width possible (not to exceed 6.0 m) within the R /W. All gates over 3.6 m shall be double gates. 5. Gates shall be hung by two hinges for gates 3.0 in or less and by three hinges for gates over 3.0 m. Gate hinges shall be an industrial hanger type hinge. OQANGE COUNTY ENVIRONMENTAL MANAGEMENT AGENCY Aporoved / / -� /� Adopted: Res. 91 -1491 Revlsed: WL Zo Otractar Of Public warts APWA STANDARD PLAN -CHAIN LINK FENCE AND GATES retric STO. PLAN 600 -0 -OC SHT. I OF I APPENDIX "C" City "Tree Protection Zone" (TPZ) O 9 Tree Protection 'Lone (TPZ) The Tree Protection Zone (TPZ) is the area around a tree or group of trees in which no grading or construction activity may occur. Listed below are minimal specifications for the TPZ at general construction sites. However, the Parks and Trees Superintendent or Urban Forester may add additional specifications for the TPZ depending upon the species, condition of the tree, site conditions, and development activities that may further impact the health of the tree. 1. The distance of the TPZ from the trunk of the protected tree will be 3 times trunk diameter, measured at 4 1/2 feet above grade — diameter breast height (DBH). If this distance is larger than the City right -of -way, generally only the area in the right -of -way will be fenced. o Example: 36" DBH x 3 =108" or 9' 2. Once the TPZ has been established, no construction activity, storage of materials, dumping or parking is allowed within this area. Fencing materials (chain link, wire mesh or snow fencing) will be used to enclose TPZ. The material must be sturdy to withstand the construction period and discourage construction entry. A passageway will be left in the fence to allow access for tree monitoring and maintenance activities. 3. Prior to the installation of the fence, a water basin with site soil or two levels of sand bags around the tree will be established to retain water. The basin will be filled with water, minimally once per week. The basin is inside the fence. 4. Placement of 2" to 4" of course organic mulch will be applied over the entire TPZ. The goal is to protect the tree and under no circumstances will the TPZ be disturbed or violated without authorization from the City of Newport Beach. If you have any questions or require additional assistance, please contact John Conway, Urban Forester at (949) 644 -3083 or email iconwav @city.newport- beach.ca.us. We appreciate your cooperation. Appreciatively, City of Newport Beach s' � 2008 Parks M Trt Ih,n Ge lSww Gep�i CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT BY THE CITY COUNCIL CITY OF NEWPOM BEACH NOV 2 4 20@9 DDD law U Agenda Item No. 15 November 24, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Iris Lee, Senior Civil Engineer 949 -644 -3323 or ilee @NewportBeachCa.gov SUBJECT: EASTBLUFF PARK AND BONITA CREEK PARK RECYCLED WATER RETROFITS — AWARD OF CONTRACT NO. 4134 Recommendations: 1. Approve the project drawings and specifications. 2. Award Contract No. 4134 to Green Giant Landscape, Inc. (Green Giant) for the Total Bid Price of $470,328.00 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $50,000.00 to cover the cost of unforeseen work. 4. Approve a Budget Amendment No. BA10- transferring $50,028.00 from Water Enterprise Account No. 7511- C6002007 (Peninsula Point Water Main Improvements) to Water Enterprise Account No. 7511- C6002006 (Eastbluff Park Reclaimed Water Irrigation Project). 5. Approve Amendment No. 1 to Professional Services Agreement for the project with Tetra -Tech, Inc., of Irvine, California, for design and construction services at a contract price of $27,700.00 and authorize the Mayor and City Clerk to execute the Agreement. History: The Eastbluff Park and Bonita Creek Park Recycled Water Retrofits contract was previously advertised for construction bids in June 2000. Due to requested additional modifications from Orange County Water District and health departments, and the lack of bidder interests in the project at the time, the single received bid was rejected and the project was delayed. Based on ongoing discussion with the regulatory agencies, all concerns have now been addressed, and requested design changes have been made and approved for construction. q1 !A 0 0 Eastbluff Park and Bonita Creek Park Recycled Water Retrofits -Award of Contract No. 4134 November 24, 2009 Page: 2 Discussion: At 10:00 A.M. on November 12, 2009 the City Clerk opened and read the following six bids for this project: TOTAL BID AMOUNT $ 470,328.00' $ 518,000.00 $ 520,000.00 $ 574,681.00 $ 623,300.00 $ 689,000.00 $ 696,000.00 As -bid amount is $469,328.00 The low total bid amount is 25 percent lower than the Engineer's Estimate of $625,000.00. The difference between the estimate and low bid price may reflect the current economic volatility. The low bidder, Green Giant Landscape, Inc., possesses a California State Contractors License Classification "A° as required by the project specifications. A check of Green Giant's references indicates satisfactory completion of similar projects for other local agencies within the Southern California region. This project entails the construction of recycled water irrigation systems to replace the domestic water irrigation systems at Eastbluff Park, Bonita Creek Park, and Vista del Sol median. General work items include the construction of swivel ell facilities, modification to the domestic water supply, installation of recycle and non - potable water systems in conformance with the Department of Health requirements, and modification to the irrigation systems' electrical connections. Pursuant to the Contract Specifications, the Contractor will have 140 consecutive working days to complete the work per Contract specifications. Environmental Review: This project is exempt from the California to Section 15302 of the CEQA Guidelines. existing irrigation systems. Public Notice: Environmental Quality Act (CEQA) pursuant This exemption covers the replacement of The Notice Inviting Bids was advertised in the City s official publication and in construction industry publications. Prior to starting work, two City - prepared notices will be distributed by the contractor to residents and businesses. The first notice will be distributed ten days prior to construction mobilization and the second notice 48 hours prior to starting work in the area. BIDDER Low Green Giant Landscape, Inc. 2 Belaire -West Landscape, Inc 3 Sierra Landscape Co. 4 Tal Cal Engineering, Inc. 5 GCI Construction, Inc. 6 MMC, Inc. 7 Sunrise Landscape Co., Inc. TOTAL BID AMOUNT $ 470,328.00' $ 518,000.00 $ 520,000.00 $ 574,681.00 $ 623,300.00 $ 689,000.00 $ 696,000.00 As -bid amount is $469,328.00 The low total bid amount is 25 percent lower than the Engineer's Estimate of $625,000.00. The difference between the estimate and low bid price may reflect the current economic volatility. The low bidder, Green Giant Landscape, Inc., possesses a California State Contractors License Classification "A° as required by the project specifications. A check of Green Giant's references indicates satisfactory completion of similar projects for other local agencies within the Southern California region. This project entails the construction of recycled water irrigation systems to replace the domestic water irrigation systems at Eastbluff Park, Bonita Creek Park, and Vista del Sol median. General work items include the construction of swivel ell facilities, modification to the domestic water supply, installation of recycle and non - potable water systems in conformance with the Department of Health requirements, and modification to the irrigation systems' electrical connections. Pursuant to the Contract Specifications, the Contractor will have 140 consecutive working days to complete the work per Contract specifications. Environmental Review: This project is exempt from the California to Section 15302 of the CEQA Guidelines. existing irrigation systems. Public Notice: Environmental Quality Act (CEQA) pursuant This exemption covers the replacement of The Notice Inviting Bids was advertised in the City s official publication and in construction industry publications. Prior to starting work, two City - prepared notices will be distributed by the contractor to residents and businesses. The first notice will be distributed ten days prior to construction mobilization and the second notice 48 hours prior to starting work in the area. •Eastbluff Park and Bonita Creek Park Recycled Walmetrofits —Award of Contract No. 4134 November 24, 2009 Page: 3 Construction Services and Other Costs: In addition to the Contract costs, a not -to- exceed cost of $27,700.00 in construction services will be performed under Amendment No. 1 to Professional Services Agreement with Tetra -Tech, Inc. These construction services are required by State and County Health Departments for approval of recycled water use in public facilities. Two thousand dollars is included for printing and other incidentals. Funding Availability: Upon approval of the budget amendment, sufficient funds will be available in the following account: Account Description Water Enterprise Proposed uses are as follows: Vendor Green Giant Landscape, Inc. Green Giant Landscape, Inc. Tetra -Tech, Inc. Various Prepared by: I enior OCivil Engineer Account Number Amount 7511- C6002006 $ 550,028.00 Total: $ 550,028.00 Purpose Amount Construction Contract $ 470,328.00 Construction Contingency $ 50,000.00 Construction Services $ 27,700.00 Construction Support, Printing $ 2,000.00 and Incidentals Total: $ 550,028.00 Submitted Badum s Director Attachments: Project Location Map Amendment No. 1 to Professional Services Agreement with Tetra -Tech Budget Amendment EASTBLUFF PARK AND BONITA CREEEK PARK RECYCLED WATER RETROFITS CONTRACT NO. 4134 PROJECT LOCATION MAPS at- LOCATION MAP NOT TO SCALE LOCATI N L.�-� u��vFSZSITY a � o� NAST A � qm 611 N � y cfl v w 9L�; A �IST�1 n T��o EASTBUFF PARK LOCATION MAP NOT TO. SCALE • 0 AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT WITH TETRA -TECH, INC. FOR EASTBLUFF AND BONITA CREEK PARKS RECYCLED WATER RETROFIT AND IRRIGATION IMPROVEMENTS THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this _ day of , 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY"), and TETRA -TECH, INC., a Delaware corporation whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California 92618 ( "CONSULTANT "), and is made with reference to the following: RECITALS: A. On September 8, 2008, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT," for design services for the Eastbluff and Bonita Creek Parks Recycled Water Retrofit and Irrigation Improvements, hereinafter referred to as "PROJECT." B. CITY desires to enter into this AMENDMENT NO. ONE to reflect additional services not included in the AGREEMENT, to extend the term of the AGREEMENT to December 31, 2010, and to increase the total compensation C. CITY desires to compensate CONSULTANT for additional professional services needed for PROJECT. D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. ONE," as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of the AGREEMENT shall be extended to December 31, 2010. 2. ADDITIONAL SERVICES TO BE PERFORMED In addition to the services to be provided pursuant to the AGREEMENT, CONSULTANT shall diligently perform all the services described in AMENDMENT NO. ONE including, but not limited to, all work set forth in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. COMPENSATION City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of 0 0 Billing Rates attached to the AGREEMENT. Consultant's total amended compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Sixty Two Thousand, Seven Hundred Dollars and no /100 ($62,700.00) without prior written authorization from City, 3.1 The amended compensation reflects Consultant's additional compensation for additional services to be performed in accordance with this AMENDMENT NO. ONE, including all reimbursable items and subconsultant fees, in an amount not to exceed Twenty -Seven Thousand, Seven Hundred Dollars and no /100 ($27,700.00), without prior written authorization from City. 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. ONE on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY ATTEST: By: Leilani I. Brown, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation Edward D. Selich, Mayor CONSULTANT: TETRA -TECH, INC. By: Sam W. Box, President By: Steven M. Burdick, Senior Vice President, Corporate Controller Attachment: Exhibit A — Additional Services to be Performed F. 0 0 CITY OF NEWPORT BEACH Uddale 19 E2blLIU11 3rd BClula Creek Narks Rw Cunversion and ill -92611 In.p:Orp-nenls — Additonal $en"ces REQUEST FOR APPROVAL OF ADDITIONAL SERVICES The following correspondence summarizes our request for an increase in the budget authorization to compensate us for the additional services that we have or will be required to perform during the execution of the project. Scope of Work Bonita Creek Park: Summarized herein is the additional effort for Bonita Creek Park: I. Add the design of a master valve with pressure reducing capabilities and precast concrete vault. The pressure reducing valve and vault were deleted and the design of the master valve vault was added as Detail 1 on Sheet 5 of (lie drawing set. This change was requested by the Utilities Department and Parks Department. "— 2. The oFiffidal proposal dMA assumed a coricTele pad for the swivel ell design.-Due to the location of the proposed swivel ell, retaining walls were required to locate the concrete pad within an existing slope. Additional design efforts were required for these retaining walls. 3. The City has requested that the existing irrigation system be redesigned around the proposed swivel ell pad and master valve vault. Dave Pagano with d.d. Pagano will perform this work. This will require a field meeting with the Parks Department to review the existing irrigation system and identify the existing sprinkler heads. The irrigation modifications will be added to the site plan shown on Sheet 4. 4. The City has requested that the construction notes on Sheets 3, 4 and 5 be re- numbered so that they are sequential with no duplicates. Eastbluff'Park: Summarized herein is the additional effort for Eastbluff Park: 1. The City has requested that the existing irrigation system be redesigned to accommodate the home run fence on the baseball field. d.d. Pagano will perform this work and will provide laterals and heads on each side of the fence. 2. The City has requested that the construction notes on Sheets 3, 4, 5 and 6 be re- numbered so that they are sequential with no duplicates. General Items of Work Our original proposal assumed three meetings with the City to discuss and review the project. To date we attended seven (7) meetings and anticipate at least one more review meeting prior to completing the bid ready plans. We are requesting the City give consideration to (lie additional time and effort spent for the additional five meetings. Task: Construction Services A. Pre - Construction Phase: 1. Respond to bidder's questions during the bid advertisement period and assist in preparation of addendums, when required. For this effort, we have assumed the preparation of two addendums. r: �o9l) ea .uw3>a.aaoorw�,:dw„v���,..•xoos a. - 1 - TETRA TECH 0 0 CITY OF NEWPORT BEACH Updale to Easl Jlut! and 60nita Creek Parks RIN C9nve,s,on and ;rrigalion Improvement; - AddipCnal Seteira, 2. Attend the pre -bid construction meeting to respond to questions from Contractors. The meeting will be attended by both Tetra Tech and Dave Pagano. B. Construction Support Services: 1. Provide shop drawing review of all shop drawing submittals. For this proposal, we have assumed a total of thirty (30) shop drawings will be required for the project. We have included within the budget a second review of each shop drawing submittal. 2. Respond to Requests for Information (RFIs). We have assumed five (5) RFIs. 3. d.d. Pagano will provide field observation, shop drawing review, preparation of punch list and attend irrigation construction meetings. We have assumed 40 hours for this work. Summary We are requesting our budget authorization be increased by $27,700. The revised authorization budget for this project will be increased from $35,000 to $62,700. P"378%114 WDS-0& 2 U - - 2 - TETRA TECH CRY W NDW( dB ach I/Ptl F OVIW /add Bowftla Geek Pak. NW N/fr and Itrkalled h Mra're M. Addmic" 3Nwkea Reokat Fft PdM. ua., rif •C .. •J 'W�IV nMNwOrI/:. 2 D B i i8 II.O.p 5a /r10A ,'ANe+ap mSr OOlgn , a 4 0 ] a C I� 51}q Sa /I,SYI ;o.q.lw: syew.sawaen'm. o a o a o c D m utso f: x/a .. M+ulYahj CaW�IlpIM 0 } S a 0 5 ;NS a} R2B aq+o4:.vuNYV.ry. C o a a o 0 a t0 W awaw 'obi .k 1ti.,6'r✓ n:-:. v i'.v f :p�q•:.< F ^�1DI1N Dy{�:gNW M1901 . .urYpld:9t+•^�M.g41?M.bw o I a S o a 0 iM tr Tm il,em ,ns..wie,w,gmDm:esw.swr o o ,. o o s foss, m !ya/ a o 0 o a a a o reW�euwye, rbaFOWy:II.fiNKp O a O a O 0 pl tlSa Y 6,LIMt :F.[CM:V.4an�PFdp 9 D C 4 ... S 4 10 fI,6W t:.�' BIAVJ ', , COKIWbnatq�lamM 0 O 4 O D j0 9S , a/?a fA.!pnw.tw.:reml a .. / A a ., • A u u.aeo m again . fL,WtlNflGL �MwI'M ?I 0 L 0 L 0 4 i4 i9,IS0 .W $IM ;a.Pwa. +erw.y. o a a o 0 4 r+m sfm SIR M. a a vAa)9,raawsPpaB.yflWerapciN + nYdafi rn de r6m TECH qty of Newport Beacii NO. BA- 10BA -021 BUDGET AMENDMENT 2009 -10 AMOUNT: 850,028.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations X No effect on Budgetary Fund Balance 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 transfer expenditure appropriations from Peninsula Point Water Main Improvement Project to the Eastbluff Park Reclaimed Water Irrigation Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account ,REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Debit Description Amount Signed: 4%2 financial Approval: Admimsb Signed: 6— V /N Admi is five Approval: City Signed: Services Director - Automatic System Entry . Credit $50,028.00 Date ll_ti -Cf, Date City Council Approval: City Clerk Date Description Division Number 7511 Water Capital - Distribution & Piping Account Number C6002007 Peninsula Point Water Main Improve $50,028.00 Account Number C6002006 Eastbluff Park Reclaimed Water Irrigation Division Number Account Number Division Number Account Number Signed: 4%2 financial Approval: Admimsb Signed: 6— V /N Admi is five Approval: City Signed: Services Director - Automatic System Entry . Credit $50,028.00 Date ll_ti -Cf, Date City Council Approval: City Clerk Date