HomeMy WebLinkAboutC-7189-1 - West Coast Highway Landscape Improvements - Phase 1January 8, 2020
All American Asphalt, Inc.
Attn: Jerry LeBouef
400 E. Sixth Street
Corona, CA 92879
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039rnx
newportbeachca.gov
Subject: West Coast Highway Landscape Improvements — Phase 1 — C-7189-1
Dear Mr. LeBouef:
On January 8, 2019, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 days after the Notice of Completion had been recorded
in accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
January 9, 2019 Reference No. 2019000008173. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 7656584. Enclosed is the
Faithful Performance Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
Premium is for contract term and is subject
to adjustment based on final contract price
Executed in: 2 Counterparts
CITY OF NEWPORT BEACH
BOND NO. 7656584
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2,387.00 , being at the
rate of $ 3.95 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc. hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of Clearing and grubbing, Grading,
Landscape Establishment and Maintenance, Irrigation Improvements, Providing As -Built
drawings, and all other incidental items of work necessary to complete the work in place.
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six
Hundred Four Thousand Two Hundred Eighty Four Dollars and 501100
($504,284.50) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
All American Asphalt, Inc. Page B-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 25th day of April '2018 .
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
Auth rized Signature/-Title)
G"r-A A.CekAt, , 4t CKSid
WMA -11-011-61, I -• •-
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017 Rebecca Haas -Bates, Attorney -in. -Fact
Address of Surety Print Name and Title
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:iff
Aaron C. Harp s.a.,a
City Attorney
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
On 05/01/2018 before me, Rebecca Angela Parra, Notary Public
Data Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Narrate) of Signers)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/shelthey executed the same in
his/heNtheir authorized capacity(ies), and that by his/berkheir
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
aEBECCA ANGELA PARKA
Notary Public-CalRornia I certify under PENALTY OF PERJURY under the laws of the State of
Riverside County California that the forgoing paragraph is true and correct.
Commission p 2192458
My Comm. Expires May 17, 2021
WITNESS my han fficial seal.
Signature',•---
Place Notary Seal Above Signature o Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Performance Bond No. 7656584
Document Date: 04/25/2018 Number of Pages: Three (3)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(") Claimed by Signer(®)
Signer's Name: Edward J. Carlson Signer's Name:
n Individual o Individual
X Corporate Officer —Title(&): Vice President o Corporate Officer—Title(s):
n Partner f1 o Limited Ti General o Partner t' o Limited n General
"Ih.-b
o Attorney in Fact o Attorney in Facto Trustee Top of Numb here
❑ Trustee
D Other: o Other:
Signer is Representing:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20 before me, "Please See Attached"
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of )Ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
All American Asphalt, Inc. Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDOMENT CIVIL
CODE
T<. T<.c,<. At:p<.a<.c\<.0N Gc\<.,,<.�<�. :.<.•:. A. a<. �<.....:.:,..<.-. ..<.c.
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange )
On 04/25/2018 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name*of Signer*
who proved to me on the basis of satisfactory evidence to be the persons} whose name(t� is/are
subscribed to the within Instrument and acknowledged to me that he/she/thea executed the same in
hisfher/their authorized capecity(les), and that by his(her/their signatureZ.on the instrument the personK
or the entity upon behalf of which the persons) acted, executed the Instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal,
A. MACFAPLANE
Notary -California
Orange
County `>
Commission #"" 92 Signature
My comm. ESPlres Mar n, aort S/gnature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Performance Bond No. 7656584 Document Date: 04/25/2018
Number of Pages: Threca Signers) Other Than Named Above: All American Asphalt
Capadty(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Tltle(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual liAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
O Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
� 5.�� `:GL i\±. \�.v✓✓cv \..G<.{c\.mac e..\✓c\<ic\..c\✓ 2\b.(e_/ \ .' �.\Y \� �.\ A� \Y,1L.'a ._i.'<i,:. \. \ <\✓q'. 6:SGl %cam, \GC✓.(NG\.. l✓c'VT✓.'.
C•3 1 r s FMITTaTeirlINNUT I ... .. AN -711101• . :11 • 711 • •. •1
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Bound of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990. _
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of Apol 2018
t111
Michael C. Fay, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reportsfclaims(@,zurichiia.coin
800-626-4577
March 15, 2019
All American Asphalt, Inc.
Attn: Jerry LeBouef
400 E. Sixth Street
Corona, CA 92879
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAX
newportbeachca.gov
Subject: West Coast Highway Landscape Improvements - Phase 1 C-7189-1
Dear Mr. LeBouef:
On January 8, 2019 the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange
January 9, 2019, Reference No. 2019000008173. The Surety for tI
Deposit Company of Maryland and the bond number is 7656584.
& Materials Payment Bond.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosure
County Recorder on
ie bond is Fidelity and
Enclosed is the Labor
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 7656584
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc. hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of Clearing and grubbing, Grading,
Landscape Establishment and Maintenance, Irrigation Improvements, Providing As -Built
drawings, and all other incidental items of work necessary to complete the work in place.
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit
Company of Maryland duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six
Hundred Four Thousand Two Hundred Eighty Four Dollars and 501100
($604,284.50) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
All American Asphalt, Inc. Page A-1
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 25th day of April , 2018 .
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
Autho ized Si nature/Title
t dwa�d J. CaAson�l�u�rrs denk
gill AmMiME-CM-10-0-
777 S. Figueroa Street Suite 3900 Los Angeles CA 90017 Rebecca Haas -Bates Attorney -in -Fact
Address of Surety Print Name and Title
(213)270-0600 _
Telephone
APPROVED AS TO FORM:
CITY ATTO N Y'S OFFICE
Date:
By:
Aaron C. Harp ^^ "' 1• R
City Attorney
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
1189
A notary public or other officer completing this certificate verities only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
On 05/01/2018 before me, Rebecca Angela Parra, Notary Public ,
nate Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name(s) of Signers)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(&) is/are subscribed to the within instrument
and acknowledged to me that he/sheAti" executed the same in
his/heNiheir authorized capacity(ies), and that by his/her4heir
signature(s) on the instrument the person(s), or the entity upon behalf
REBECCA ANGELA PAkRA
Notary Public-Califomla ty of which the person(a) acted, executed the instrument.
giverside CO 92
commission458
58
n May 1 certify under PENALTY OF PERJURY under the laws of the State of
fiyComm.ExpiresMay California that the forgoing paragraph is true and correct.
WITNESS my ha gd t (i offici252-
Signature ��g
Place Notary Seal Above Signature OrNotary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Payment Bond No. 7656584
Document Date: 04/25/2018 Number of Pages: Three (3)
Signer(&) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(fes) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name:
❑ Individual o Individual
X Corporate Officer — Title(s): Vice President
❑ Partner (I o Limited o General
❑ Attorney in Fact
❑ Trustee Top of Ihumb here
❑ Other:
Signer is Representing:
o Corporate Officer — Title(s): _
❑ Partner I i o Limited ❑ General
❑ Attorney in Fact
❑ Trustee
o Other:
Signer is Representing:
/_[el4►16 tPTINWITeffiTIMM
A notary public or other officer completing thal
is
ndi
certificate verifies only the identity of the ividu
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20 before me, "Please See Attached"
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
All American Asphalt, Inc. Page A-3
CALIP
•RNIIA ALL-PURPOSE ACKNOWLEDGMENTCIVIL • /
•
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Oranke )
On 04/25/2018 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(s)I,of Signer?*
who proved to me on the basis of satisfactory evidence to be the persons) whose name(t) is/am
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
hialher/their authorized capacity(reQ, and that by hic(her/their signature(s).on the instrument the personK
or the entity upon behalf of which the person(s), acted, executed the instrument.
A. MACFARI ANE
Notary Public - California
i°:�,' Orange County 3;
Commission 2188592
< My Comm. Expires !qar 27, 2021
Place Notary Seal Above
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
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Payment Bond No. 7656584 Document Date: 04/25/2018
Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Q Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
O Other:
Signer Is Representing: _
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other: _
Signer Is Representing:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of APn1 - 2018
r ; V t lBAL
'4
a
Michael C. Fay, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reportsfcl ai msAzurichna.com
800-626-4577
Batch 4148202 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 2 of 2
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII NO FEE
•$ R 0 a 1 a s 7 s 9 e 2$
2019000008173 2:13 prn 01109/19
90 SCS N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona,
California, as Contractor, entered into a Contract on April 24, 2018. Said Contract set
forth certain improvements, as follows:
West Coast Highway Landscape Improvements — Phase 1 - C-7189-1
Work on said Contract was completed, and was found to be acceptable on
January 8, 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
BY / wf�
Public Works Dire oct r
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on ITaylUUltr��
yt_!
m
City
at Newport Beach, California.
https://gs.secure-recording.com/Batch/Confirmation/4148202 01/09/2019
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and All American Asphalt, Corona,
California, as Contractor, entered into a Contract on April 24, 2018. Said Contract set
forth certain improvements, as follows:
West Coast Highway Landscape Improvements — Phase 1 - C-7189-1
Work on said Contract was completed, and was found to be acceptable on
January 8, 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
BYE✓
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Exec
M
ich, California.
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 29th day of March, 2018,
at which time such bids shall be opened and read for
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
$800,000
Engineer's Estimate
Approved by
144,,4 VW/L
Mark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanVID=22078
Hard copy plans are available via
Mouse Graphics at (949) 548-5571
659 W. 19t' Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A" and "C-27"
For further information, call Alfred Castanon, Project Manager at(949)644-3314
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca. gov/goyernme nt/open-transparent/on I i ne-services/bids-rfps-
vendor-registration
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................
3
BIDDER'S BOND............................................................................................................6
DESIGNATION OF SUBCONTRACTOR(S)...................................................................9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................
9
NON -COLLUSION AFFIDAVIT.....................................................................
13
DESIGNATION OF SURETIES......................................................................
14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ....................................................
15
ACKNOWLEDGEMENT OF ADDENDA.......................................................................
18
INFORMATION REQUIRED OF BIDDER.....................................................................19
NOTICE TO SUCCESSFUL BIDDER...........................................................................21
CONTRACT..................................................................................................................
22
LABOR AND MATERIALS PAYMENT BOND .............................................
Exhibit A
FAITHFUL PERFORMANCE BOND...........................................................
Exhibit B
INSURANCE REQUIREMENTS.................................................................Exhibit
C
PROPOSAL..............................................................................................................
PR -1
SPECIALPROVISIONS............................................................................................
SP -1
2
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office)
DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ((LINE ITEMS to be completed via PlanetBids, Acknowledgement form must be
signed)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date).
Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the
Civic Center (Located at 100 Civic Center Dr.)
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. Original copies
must be submitted to the City Clerk's Office.
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. Original copies must
be submitted to the City Clerk's Office by the Bid Opening Date.
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
3
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act'.
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
4
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
267073 A. C-12�—
Contractor's License No. & Classification AUthoriZed�ture/Title
Edward J. Carlson, Vice President
1000001051 Exp 06/30/2018
DIR Reference Number & Expiration Date
x_11 •u- .� .�.
31-L,114
Date
Bond No. 08597423
City of Newport Beach Bid Date: 03/29/2018
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
BIDDERS BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid ----
Dollars ($ 10% of Bid ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of WEST
COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I, Contract No. 7189-1 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 14th day of March 2018.
All American Asphalt //C_.
Name of Contractor (Principal) Autho�Signature/Title
6dwaCd J. JXk--0r0. A'1U "j�estc(tn%
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900
Los Angeles, CA 90017
Address of Surety
(213)270-0600
Telephone
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
0
ACKNOWLEDGMENT
...............................................................................
"*Please See Attached"
State of California
County of ) ss.
On before me,
personally appeared
Notary Public,
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
...............................................................................
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
_ Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Thumbprint of Signer
❑ Check here if
Capacity of Signer: no thumbprint
Trustee or fingerprint
Power of Attorney is available.
CEO/CFO/COO
President / Vice -President I Secretary / Treasurer
Other:
Other Information:
7
ACKNOWLEDGMENT
...............................................................................
State of California
County of }ss.
On before me,
personally appeared
Notary Public,
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
/seri
...............................................................................
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 I Vice -President / Secretary / Treasurer
Other:
Other
19
Thumbprint of Signer
❑ Check here if
no thumbprint
or fingerprint
is available.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
On 03/27/2018 before me, Rebecca Angela Parra, Notary Public
Dale Here Insen name and Title of the Officer
personally appeared Edward J. Carlson
Name(s) of Signer(s)
s
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(&) is/are subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
hisIher4tlelF authorized capacity(ies), and that by his/he0heir
REBECCA ANGELA PARKA signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public - California of which the person(&) acted, executed the instrument.
Riverside County
Commission A 2192458 1 certify under PENALTY OF PERJURY under the laws of the State of
My Comm. Expires May 17, 2021
California that the forgoing paragraph is true and correct.
WITNESS my ham n`official se/ /j
Si nature p (a_
Place Notary Seal Above Signature of Ndtary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond
Document Date: 03/14/2018 Number of Pages: Three (3)
Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner 0 ❑ Limited o General
o Attorney in Fact
❑ Trustee
L) Other:
Signer is Representing:
❑ Corporate Officer—Title(s): _
❑ Partner ❑ o Limited o General
7 ❑ Attorney in Fact
Top of Thumb here
❑ Trustee
❑ Other:
Signer is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL
CODE
�<r<...<A..n.<.:<..<. .,< .,s,a,..w<rr.<
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 03/14/2018 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(*of SignerN
who proved to me on the basis of satisfactory evidence to be the person* whose name* is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
hislher/theit authorized capacity(ILs), and that by hic(her/thsir slgnatureZ on the instrument the person(sj,
or the entity upon behalf of which the persons) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
A. MACFARLANE
No[aryP&ic-California z Signature
orange County gna
Commission d 2188592 Signature of Notary Public
My Comm. Expires Mar 27, 2021
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this Information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bid Bond
Number of Pages: Three(L Signer(s) Other Than
Capacity(ies) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual la Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Document Date: 03/14/2018
Named Above: All American Asphalt
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
INESTIMON��Y�,WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this � ay of n2ir , 20J6
MOO
Oil INS&�
1008 .w.. 7
10 D
Michael Bond, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
DESIGNATION OF SUBCONTRACTOWSl
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 Contractors 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 Soecifications 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: Kato Landscape Inc,
Address: 18182 Bushard Street
5-7, 11-15,
Portion of Landscape
26.47%
Fountain Valley, CA 92708
15-19, 22-26
Phone: (714) 963-4615
28-34
3-8, 11-14
State License Number: 806122
16-21,27,
5,7-12
DIR Reference: 1000000086
Email Address: kato.lands@yahoo.com
Name: V&E Tree Service
Address: P.O. Box 3280
3,
Clear & Grub
Orange, CA 92865
Alt. 1 #1
Phone: (714) 997-0903
Alt. 2 #1
.0279%
State License Number: 654506
DIR Reference: 1000001936
Email Address: iohn vetreeservice
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
All American AsphaltY+� —
Bidder Authori ed Sigrfaturerritle
Edward J. Carlson, Vice President
9
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors have been
used in formulating the bid for the project and that these subcontractors will be used subject to the approval of
the Engineer and in accordance with State law. No changes may be made in these subcontractors except with
prior approval of the City of Newport Beach. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
All Ampr'naiAso�alt
Bidder
Auth6rized SigrnaturefTitle
Edward J. Carlson, Vice President
9
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name All American Asphalt
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 $120,000, provide the following information:
No. 1
Project Name/Number
Project Description Street Improvements
Approximate Construction Dates: From 05/2017 To: 11/2017
Agency Name City of Temecula
Contact Person William Becerra Telephone (9511 694-6444
Original Contract Amount $z F,,,,n onFinal Contract Amount $ 2.859.254.97
If final amount is different from original, please explain (change orders, extra work, etc.)
Chanae Orders - R&R AC Strioino 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. 2
Project Name/Number Santa Ana Street from Claudia to Claudia
Project Description Street Improvements
Approximate Construction Dates: From 06/2016 To: 12/2017
Agency Name City of Anaheim
Contact Person Bob Palaeologos Telephone (562) 879-3602
Original Contract Amount $ 289 270.0o Final Contract Amount $ 548.918.28
If final amount is different from original, please explain (change orders, extra work, etc.)
Reduction in ouantities
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
No. 3
Project Name/Number Navaio Road Rehabilitation
Project Description Street Improvements
Approximate Construction Dates: From 08/2017 To: 11/2017
Agency Name Town of Apple Valley
Contact Person Rich Berger Telephone (760 240.7000
Original Contract Amount $a49.182.o0Final Contract Amount $ 860.953.54
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra Work.
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. 4
Project Name/Number Annual Residential Overlay
Project Description Street Improvements
Approximate Construction Dates: From 01/2016 To: 09/2016
Agency Name City of Rancho Santa Margarita
Contact Person Max Maximous Telephone (949) 826-5708
Original Contract Amount $ 23n a, an Final Contract Amount $ 24e iso no
If final amount is different from original, please explain (change orders, extra work, etc.)
Change Orders - R&R AC, Traffc Logos
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Number 4th Street Improvements
Project Description Street Improvements
Approximate Construction Dates: From 03/2016 To: 07/2016
Agency Name City of Perris
Contact Person Brad Brophy Telephone (951) 943-6504
Original Contract Amount $646 sag ocfinal Contract Amount $ sss sol 98
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.
12
No. 6
Project Name/Number 2014/2015 Arterial Streets
Project Description Street Imorovements
Approximate Construction Dates: From 08/2015 To:_ 03/2016
Agency Name City of Riverside
Contact Person Steve Howard Telephone (940 826-5708
Original Contract Amount $jIL40mFinal Contract Amount $ 3.965.933.69
If final amount is different from original, please explain (change orders, extra work, etc.)
Chanae Orders - Relocate Push Button. Reduction in auantities.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
All American Asphalt
Bidder
13
Vice President
AuthorizedSignature/Title Edward J. Carlson
Richard E. SeIph II
Work History:
1983 to Present; Superintendent for All American
Asphalt, Corona CA.
Currently manage all projects in Orange County CA.
Responsible for organizing personnel, equipment,
material, and subcontractors on these projects.
Responsible for project acceptance.
Handled customer inquires and complaints.
Education:
1970 to 1974; High School Diploma from Edgewood
High School, West Covina CA.
1974 to 1976; Attended Mt San Antonio College.
Additional Information:
Attended various educational classes relating to the
construction industry.
Work closely with all employees to ensure the most
productive safe work environment possible.
,ewseek
7411 14hremeRK Jcsbe/°/K Kc�eat
951)453--4645
Rick Selph has been with All American Asphalt with 32 years where he has
held a variety of different positions, most currently being a manager for over 20
years.
As a superintendent, Rick is in charge scheduling jobs, attending meetings,
consistently improving job quality and keeping accurate records of quantities
used on jobs to maintain meticulous invoicing.
All American Asphalt feels that Rick Selph is the best superintendent for this
job because of his extensive knowledge of Orange County.
References:
Reza Jafari
Tom Banks
City of Irvine
City of Costa Mesa
949-724-7545
714-925-7424
11201711
PAST WORK REFERENCES
City of Rancho Cucamonga Base Line Rd. Pavement Rehab.
10500 Civic Center Drive Contract Amount: $1,130,470
Rancho Cucamonga, CA 91730 Start: 05/2017
Contact: Romeo David, (909)477-2740 Completed: 07/2017
Romeo. David@cityofrc. us
City Of Temecula Margarita Road Pavement
41000 Main Street Rehab
Temecula, CA 92590 Contract Amount: $2,577,770
Contact: William Becerra, (951)694-6444 Start: 05/2017
Will.becerra@temecula.gov Completed: 11/2017
Town Of Apple Valley Navajo Road Rehabilitation
14955 Dale Evans Pkwy Contract Amount: $849,182
Apple Valley, CA 92307 Start: 08/2017
Contact: Rich Berger, (760)240-7000 Completed: 11/2017
rberger@applevalley.org
City Of Victorville Water Warehouse #1 Paving
14343 Civic Dr. Project
Victorville, CA 92392 Contract Amount: $251,008
Contact: Carlos Seanez, (760)955-5162 Start Date: 04/2017
cseanez@victorvilleca.gov Completed: 06/2017
City Of Santee Citywide Slurry Seal & Roadway
10601 Magnolia Ave Building 4 Maintenance 2017
Santee, CA 92071 Contract Amount: $285,061.90
Contact: Toby M. Espinola, P.E., (619)258-4100 Start: 06/2017
tobvespinola@citvofsanteeca.gov Completed: 10/2017
City Of Yucaipa 2015-2016 Micro -Surfacing
34272 Yucaipa Blvd. Program Project No.11043
Yucaipa, CA 92399 Contract Amount: $252,379.06
Contact: John Larose, (909)797-2489 Start: 07/2017
ilarose@yucaipa.org Completed: 08/2017
City Of West Covina Residential Street Rehabilitation
Eclipse Way & Jennifer PI SP 17038
West Covina, CA 91792 Contract Amount: $469,960.70
Contact: Hany Demitri, (626)939-8445 Start: 05/01/17
Hany.Demitri@westcovina.gov Completed: 06/09/2017
City Of Highland 2015-16 CDBG Streets Pavement
McKinley Ave & 91' St Improvements
San Bernardino, CA 92410 Contract Amount: $823,389.68
Contact Name: Carlos Zamano, (909)864-8732 Start: 06/05/17
czamano@cityofhighland.orR Completed: 10/13/17
County Of Riverside Gilman Springs
2950 Washington Street Contract Amount: $1,662,671.20
Riverside, CA 92504 Start: 11/2016
Contact Name: Justin Robbins, (951)955-6885 Completed: 08/2017
JROBBINS@rctlma.org
City Of Palm Springs Taxiway J Rehabilitation
3400 E. Tahquitz Cyn Way Ste 1 Contract Amount: $291,482.99
Palm Springs, CA 92262 Start: 09/2017
Contact Name: Robert Denning, (541)324-7321 Completed: 10/2017
Robert.denning@aecom.com
County Of Orange
P.O. Box 4048
Santa Ana, CA 27074
Contact Name: Rick Cathay, (949)252-5171
RCathey@ocair.com
Pavement Maintenance and Repair
Contract Amount: $3,115,000.00
Start: 08/2016
Completed: 12/2017
City Of Anaheim Santa Ana Streets from Claudia to
200 S. Anaheim Blvd. Claudia
Anaheim, CA 92805 Contract Amount: $589,270.00
Contact Name: Bob Palaeologus, (562)879-3602 Start: 06/2016
rpalaeologus@simplusmanagement com Completed: 12/2017
"2016"
PAST WORK REFERENCES
City of Riverside 2014/2015 Preservation and Maintenance
3900 Main St. Contract Amount: $3,400,725.00
Riverside, CA 92501 Start: 01/2016
Contact: Steve Howard, (951)826-5708 Completed: 06/2016
City of Rancho Santa Margarita
2212 El Paseo
Rancho Santa Margarita, CA 92688
Contact: Max Maximous, (949)635-1800
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Contact: Kimberly Young, (909) 839-7044
City of Bell
6330 Pine Avenue
Bell, CA 90201
Contact: Dahi Kim, (323)923-2628
Department of Transportation
72-800 Dinah Shore Dr. Ste. 104
105 Palm Desert, CA 92211
Contact: Khoi Vu, (951) 232-6263
Department of Transportation
3251 '/4 University Dr. Trailer No. 2
Irvine, CA 92612
Contact: Peter Shieh, (949)279-8636
City of Victorville
14343 Civic Drive
Victorville, CA 92392
Contact: Bruce Miller, (760) 269-0045
Annual Residential Overlay
Contract Amount: $245,190.00
Start: 01/2016
Completed: 09/2016
Grand Ave. Beautification Project
Contract Amount: $1,939,000.00
Start: 08/2015
Completed: 05/2016
Florence Avenue Overlay
Contract Amount: $643,000.00
Start: 04/2016
Completed: 09/2016
Route 111, Contract No. 08-1C4604
Contract: $1,536,207.00
Start: 04/2016
Completed: 09/2016
Route 73, Contract No. 12 -OMI 104
Contract Amount: $1,545,163.00
Start: 4/2015
Completed: 07/2016
Bear Valley Road Reconstruction
Contract Amount: $2,611,215.00
Start: 04/2016
Completed: 07/2016
City of Perris
101 N. D Street
Perris, CA 92570
Contact: Brad Brophy, (951)943-6504
City of Palos Verdes Estates
340 Palos Verdes Drive West
Palos Verdes Estates, CA 90274
Contact: Ken Rukavina, (310)378-0383
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Contact: Alfred Castanon, (949)644-3314
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Contact: Frank Tran, (949)644-3340
City of Aliso Viejo
12 Journey, Suite 100
Aliso Viejo, CA 92656
Contact: Chris Tanio, (949)425-2531
4'h Street Improvement Project
Contract Amount: $545,680.00
Start Date: 03/2016
Completed: 07/2016
FY 15-16 St. Resurfacing & Slurry Seal Project
Contract Amount: $876,455.00
Start: 11/2015
Completed: 06/2016
Corona Del Mar Entry Improvements
Contract Amount: $497,497.00
Start Date: 02/2016
Completed: 05/2016
Cameo Shores Pavement Reconstruction
Contract Amount: $3,363,363.00
Start Date: 06/2016
Completed: 12/2016
Pacific Park Rehab. -Chase to 73 Fwy
Contract Amount: $633,633.00
Start Date: 10/2016
Completed: 12/2016
°°2015"
PAST WORK REFERENCES
City of Hawthorne
4455 W. 162nd Street
Hawthorne, CA 90250
Contact: Heecheol Kwon, (310) 349-2980
City of Inglewood
One Manchester Blvd, 3`d Floor
Inglewood, CA 90301
Contact: Hunter Nguyen, (310) 412-4252
County of Ventura
800 S. Victoria Ave
Ventura, CA 93009
Contact: Jeewoong Kim, (805) 654-3987
City of Montclair
51 1 1 Benito Street
Montclair, CA 91763
Contact: Steve Stanton, (909) 625-9444
Hawthrone Blvd Reconstruction
Contract Amount: $12,579,000.00
Start: 4/2014
Completed: 5/2015
Florence Ave
Contract Amount: $2,639,000.00
Start: 4/2015
Completed: 10/2015
Pavement Resurfacing, Phase II
Contract Amount: $2,401,970.00
Start: 4/2015
Completed: 10/2015
Northeast Montclair Street Rehabilitation
Contract Amount: $514,150.00
Start: 4/2015
Completed: 7/2015
Riverside County Transportation Commission
Route 74 Widening
4080 Lemon Street, 3`d Floor
Contract: $1,970,004.00
Riverside, CA 92501
Start: 4/2014
Contact: Bill Seitz, (949) 300-9132
Completed: 7/2015
City of Riverside
2014/15 Arterial Streets
3900 Main Street
Contract Amount: $1,683,076.00
Riverside, CA 92501
Start: 4/2015
Contact: Steve Howard, (951) 826-5708
Completed: 9/2015
Long Beach Unified School District Garfield Elementary School Pavement
2201 E. Market Street Contract Amount: $1,976,508.00
Long Beach, CA 92805 Start: 6/2015
Contact: Nancy Chinchilla, (562) 997-7513 Completed: 11/2015
"2014"
PAST WORK REFERENCES
City of Fullerton
303 W. Commonwealth Ave
Fullerton, CA 92832
Contract: Kevin Kwak, (714) 738-6865
Port of Long Beach
4801 Airport Plaza Drive
Long Beach, CA 90815
Contact: Lincoln Lo, (562) 283-7000
City of Beverly Hills
455 N. Rexford Drive
Beverly Hills, CA 90210
Contact: Mark Cueno, (310) 285-2557
City of Jurupa Valley
12363 Limonite Ave
Riverside, CA 92507
Contact: Michael Myers, (951) 332-6464
City of Santa Ana
20 Civic Center
Santa Ana, CA 92701
Contact: Kurt Weimann, (714) 647-5639
Yorba Linda Blvd Reconstruction
Contract Amount: $1,346,000.00
Start: 7/2014
Completed: 11/2014
2013 Roadway Maintenance and Slurry
Contract Amount: $992,000.00
Start: 6/2014
Completed: 10/2014
2012-2013 Street Resurfacing
Contract Amount: $2,970,000
Start: 7/2013
Completed: 5/2014
2012-13 Pavement Rehabilitation
Contract Amount: $970,000
Start: 5/2013
Completed: 12/2013
Bristol Street Rehabilitation
Contract Amount: $6,951,475
Start: 3/2013
Completed: 12/2014
"2013"
PAST WORK REFERENCES
Department of Transportation
3521 '/4 University Dr
Irvine CA 92612
Contract: Dat Pham, (949) 279-8586
City of Santa Clarita
23920 Valencia Blvd
Santa Clarity CA 91355
Contact: Bill Whitlatch, (661) 259-2489
LACDPW
900 S Fremont Ave
Alhambra, CA 91803
Contact: Hector Hernandez, (626) 458-2191
Department of Transportation
2023 Chicago Ave., B-6
Riverside, CA 92507
Contact: Michael Chen, (951) 830-6017
Route 74, Contract No. 12-OL6404
Contract Amount: $1,134,057
Start: 7/2012
Completed: 5/2013
2011/12 Overlay & Slurry Seal Program
Contract Amount: $5,995,000
Start: 8/2012
Completed: 5/2013
Seventh Avenue
Contract Amount: $2,077,000
Start: 9/2012
Completed: 12/2013
Route 74, Contract No. 08-OP9504
Contract Amount: $3,450,622
Start: 6/2012
Completed: 9/2013
City of Laguna Hills Citywide Pavement Rehabilitation
24035 El Toro Rd Contract Amount: $1,778,169
Laguna Hills, CA 92653 Start: 8/2012
Contact: Kenneth Rosenfield, (949) 707-2650 Completed: 9/2013
County of Riverside Transportation Gilman Springs Road
3525 10 St Contract Amount: $1,695,108
Riverside, CA 92501 Start: 7/2013
Contact: Trai Nguyen, (951) 961-5363 Completed: 9/2013
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of Riverside_)
Edward J. Carlson being first duly sworn, deposes and says that he or she is
Vice President of All American Asphalt , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that
a foregoing is true and correct
All Ama,rinnn Asnhaltv�—
Bidder Authofized Sig(taturefTitle
Edward J. Carlson, Vice President
Subscribed and sworn to (or affirmed) before me on this day of 2018
by , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
**See Attached California Jurat**
[SEAL]
14
Notary Public
My Commission Expires:
CALIFORNIA JURAT GOV CODE § 8202
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
.. REBECCA ANGELA PARRA
�., Notary Public -California
Riverside County
Commission 4 2192958
My Comm. Expires May 17, 2021
Subscribed and sworn to (or affirmed) before
me on this 2711 day of March. 2018,
Date Month
By (1) Edward J. Carlson
Name of Signer
Proved to me on the basis of satisfactory evidence
be the person who appeared before me (.) (,)
0
be the peFsen whG appeared befeFe me.)
Signature //L oto
Place Notary Seal Above Signature of Rotary Public
OPTIONAL
Though the information below is not required by law, it may prove
valuable to person relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Further Description of Any Attached Document
Title or Type of Document Non Collusion Affidavit
Document Date: None Number of Pages: 1
Signer(s) Other Than Named Above: None
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
DESIGNATION OF SURETIES
Bidder's name All American Asphalt
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):
Fidelity and Deposit Company of Maryland (Surety)
777 S Figueroa St #3900 Los Angeles CA 90017 (213) 270-0600
5530 Trabuco Road Irvine CA 92620 (949) 857-4500
Edgewood Partners Insurance Center (Insurance)
15
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name All American Asphalt
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
12
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2017
2016
2015
2014
2013
Total
2018
No. of contracts
238
1,195
1,056
931
841
898
5,159
Total dollar
Amount of
Contracts (in
Thousands of $)
62,087
302,322
265,066
259,423
264.017
258,289
1,411,204
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
16
18
15
17
9
75
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
employment
a 1
8 1
3 1
5 1
1 1
1 1
22
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
12
Legal Business Name of Bidder
Business Address:
Business Tel. No.:
State Contractor's License No. and
Classification:
_AII American Asphalt
400 E. Sixth Street Corona CA 92879
(9511736-7600
Tltle Vice President
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
Slate of California
County of Riverside
On 03/27/2018 before me, Rebecca Angela Parra, Notary Public
Date Here Insert name and Title of line Officer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Signal s)
REBECCA ANGELA PARKA
Notary Public- California
Riverside County
Commission sMay 458
17,
My Comm. Expires May ty, 2021
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 helshe/they executed the same in
hisAiii9their 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 forgoing paragraph is true and correct.
WITNESS my hand fficial seal.
Signature � Z �L
Place Notary Seal Above Signature f Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contractor's Industrial Safety Record
Document Date: 03/27/2018 Number of Pages: Two (2)
Signer(s) Other Than Named Above: None
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
o Individual
X Corporate Officer —Title(a): Vice President
❑ Partner I I ❑ Limited o General
o Attorney in Fact
❑ Trustee "Top
Numb here
u Other:
Signer is Representing:
Signer's Name: Michael Farkas
c Individual
X Corporate Officer— Title(s): Secretary
o Partner C. o Limited o General
o Attorney in Fact
Top of Numt
❑ Trustee
❑ Other:
Signer is Representing:
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name All American Asphalt
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
i]
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
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: All American Asphalt
Business Address: 400 E. Sixth Street, Corona CA 92879
Telephone and Fax Number: (951) 736-7600 1 ( 5511) 736-7646
California State Contractor's License No. and Class:_ 267073 A. C-12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 01/19/1971 Expiration Date: 01/31/2020
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:
Jerry LeBouef Project Manager/Estimator
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
Mark Luer, President 400E Sixth Street Corona CA 92879 (951) 736-7600
Edward J Carlson Vice President 400E Sixth Street, Corona CA 92879 (91) 736-7600
Michael Farkas. Secretary 400 E. Sixth Street Corona CA 92879 (951) 736-7600
Corporation organized under the laws of the State of California
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
N/A
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes /®o
20
Are any claims or actions unresolved or outstanding? Yes /CfRD
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.
All American Asphalt
Bidder
Mark Luer
(Print name of Owner or President
of Corporation/Company)
Authorized Sigfiature/Title
Edward J. Carlson Vice President
Title
31z1N
Date
On before me, , Notary Public, personally appeared
, who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Notary Public in and for said State
My Commission Expires:
**See Attached California Acknowledgement**
21
(SEAL)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
A notary public or other officer completing this certificate verities only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
On 03/27/2018 before me, Rebecca Angela Parra, Notary Public
Dale Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name(s) of Signer(s)
... REBECCA ANGELA PARRA
Notary Public - California
Riverside County
Commission p 2192458
My Comm. Expires May 17, 2021
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/ars subscribed to the within instrument
and acknowledged to me that he/&heNhey executed the same in
his/heAtheir authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(&), or the entity upon behalf
of which the person(&) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my he official seal.
Signature (.
Place Notary Seal Above s Signature 0 Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Information Required of Bidder
Document Date: 03/27/2018 Number of Pages: Three (3)
Signer(s) Other Than Named Above: None
Capacity(Les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
o Individual
X Corporate Officer —Title(&): Vice President
D Partner F o Limited o General
D Attorney in Fact
D Trustee Too nl mumb hey
o Other:
Signer is Representing:
Signer's Name:
D Individual
in Corporate Officer—Title(s): _
o Partner I D Limited o General
D Attorney in Fact
D Trustee
D Other:
Signer is Representing:
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
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.
l%
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE 1
CONTRACT NO. 7189-1
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day
of April, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and ALL AMERICAN ASPHALT,
INC., a California corporation ("Contractor"), whose address is 400 E. Sixth Street,
Corona, California 92879, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: clearing and
grubbing, grading, landscape establishment and maintenance, irrigation
improvements, providing as -built drawings, and all other incidental items of work
necessary to complete the work in place (the "Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 7189-1, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by reference.
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed and
materials to be furnished shall be in strict accordance with the provisions of the Contract
Documents. Contractor is required to perform all activities, at no extra cost to City, which
are reasonably inferable from the Contract Documents as being necessary to produce
the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor accepts
as full payment the sum of Six Hundred Four Thousand Two Hundred Eighty Four
Dollars and 50/100 ($604,284.50).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated Jerry LeBouef to be its Project
Manager. Contractor shall not remove or reassign the Project Manager without the prior
written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public Works
Director, or designee, shall be the Project Administrator and shall have the authority to
act for City under this Contract. The Project Administrator or designee shall represent
City in all matters pertaining to the Work to be rendered pursuant to this Contract.
6. NOTICE OF CLAIMS
6.1 Unless a shorter time is specified elsewhere in this Contract, before making
its final request for payment under the Contract Documents, Contractor shall submit to
City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and City expressly agree that in addition to all claims filing
All American Asphalt, Inc. Page 2
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with the
Government Claims Act (Government Code 900 et seq.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing, and
conclusively shall be deemed served when delivered personally, or on the third business
day after the deposit thereof in the United States mail, postage prepaid, first-class mail,
addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Jerry LeBouef
All American Asphalt, Inc.
400 E. Sixth Street
Corona. CA 92879
INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
All American Asphalt, Inc. Page 3
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract. Anything
in this Contract that may appear to give City the right to direct Contractor as to the details
of the performance or to exercise a measure of control over Contractor shall mean only
that Contractor shall follow the desires of City with respect to the results of the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract both of the following: (1) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
this Contract in the form attached as Exhibit B and incorporated herein by reference; and
(2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the total amount to be paid Contractor as set forth in this Contract and in the form
attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Contract or for other periods as specified in the Contract Documents, policies of
All American Asphalt, Inc. Page 4
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Contract, the services to be provided
under this Contract shall not be assigned, transferred contracted or subcontracted out
without the prior written approval of City. Any of the following shall be construed as an
assignment: The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
Control means fifty percent (50%) or more of the voting power or twenty-five percent
(25%) or more of the assets of the corporation, partnership or joint -venture.
14. PREVAILING WAGES
In accordance with the California Labor Code (Sections 1770 et seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of any
subcontractors. Nothing in this Contract shall create any contractual relationship between
City and subcontractor, nor shall it create any obligation on the part of City to pay or to
see to the payment of any monies due to any such subcontractor other than as otherwise
required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers and all persons and entities owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services shall not be responsible in
any manner for any loss or damage to any of the materials or other things used or
employed in performing the Project or for injury to or death of any person as a result of
All American Asphalt, Inc. Page 5
Contractor's performance of the Work required hereunder, or for damage to property from
any cause arising from the performance of the Project and/or Services by Contractor, or
its subcontractors, or its workers, or anyone employed by either of them.
16.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project and/or
Services, or the Work of any subcontractor or supplier selected by Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees,
volunteers and any person or entity owning or otherwise in legal control of the property
upon which Contractor performs the Project and/or Services contemplated by this
Contract (collectively, the "Indemnified Parties") from and against any and all claims
(including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or
indirectly) to any breach of the terms and conditions of this Contract, any Work performed
or Services provided under this Contract including, without limitation, defects in
workmanship or materials or Contractor's presence or activities conducted on the Project
(including the negligent, reckless, and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers,
subconsultants, subcontractors, anyone employed directly or indirectly by any of them or
for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Contract. This indemnity shall apply to all claims and liability regardless
of whether any insurance policies are applicable. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Project Work.
16.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
All American Asphalt, Inc. Page 6
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate termination
of this Contract by City. Contractor shall indemnify and hold harmless City for any and all
claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the provisions
of this Contract at the time and in the manner required, that party shall be deemed in
default in the performance of this Contract. If such default is not cured within a period of
two (2) calendar days, or if more than two (2) calendar days are reasonably required to
cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting party
written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
All American Asphalt, Inc. Page 7
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controllinq Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
All American Asphalt, Inc. Page 8
20.10 No Attorney's Fees. In the event of any dispute or legal action arising under
this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
local conditions under which the Work is to be performed, and has correlated all relevant
observations with the requirements of the Contract Documents.
22. WAIVER
A waiver by City or any term, covenant, or condition in the Contract Documents
shall not be deemed to be a waiver of any subsequent breach of the same or any other
term, covenant or condition.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct and
are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
All American Asphalt, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTQRNEY'S OFFICE
Date: �V{{ $$
By: pf
Aaron C. Harp IN•" 44144
City Attorney
ATTEST:
Date:
M
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Marshall "Duffy" Duffield
Mayor
CONTRACTOR: All American Asphalt,
Inc., a California corporation
Date:
By
Edward J. Carson
Vice President
Bv:
Michael Farkas
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt, Inc. Page 10
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTOR EY'S OFFICE
Date:
By:'¢� .
Aaron C. Harp^'
City Attorney
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
4ars�hallDuffy" Duffield
Mayor
ATTEST:� ►p CONTRACTOR: All American Asphalt,
Date: /'D Inc., a California corporation
Date:
By: c By: �—
Lei ani I. Brown Edwa d J. Car on
City Clerk
Attachments:
Vice President
Date: LAN 1 an
By:
Michael Farkas
Secretary
[END OF SIGNATURES]
Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
All American Asphalt, Inc. Page 10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verities only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
on 05/01/2018 before me, Rebecca Angela Parra Notary Public
Data Here Insert name and Title of the Officer
personally appeared Edward J. Carlson and Michael Farkas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
hi6A4er/their authorized capacity(ies), and that by his%hedtheir
REBECCA ANGELA torn signature(s) on the instrument the person(s), or the entity upon behalf
Notary Puxieo ou of which the person(s) acted, executed the instrument.
pWersida County
CommissiOn May 17x2021 '
MyCo"Mlp 1 certify under PENALTY OF PERJURY under the laws of the Stale of
California that the forgoing paragraph is true and correct.
WITNESS m=&&k
heofficial sea
ureSignat
Place Notary Seal Above I signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contract
Document Date: 04/24/2018 Number of Pages: Teri (10)
Signer(s) Other Than Named Above: City of Newport Beach
Capacity(ies) Claimed by Signer(s)
Signers Name: Edward J. Carlson
o Individual
X Corporate Officer—Title(s): Vice President
❑ Partner ❑ o Limited ❑ General
❑ Attorney in Fact
D Trustee
❑ Other:
Top of thumb here
Signet's Name: Michael Farkas
❑ Individual
XCorporate Officer —Title(s): Secretary
o Partner ❑ ❑ Limited ❑ General �.I
❑ Attorney in Fact
o Trustee
❑ Other:
Signer is Representing: I I Signer is Representing:
Top of rhumb here
Premium is included in the performance bond
Executed in: 2 Counterparts
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 7656584
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc, hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of Clearing and grubbing, Grading,
Landscape Establishment and Maintenance, Irrigation Improvements, Providing As -Built
drawings, and all other incidental items of work necessary to complete the work in place.
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit
Company of Maryland duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six
Hundred Four Thousand Two Hundred Eighty Four Dollars and 50/100
($604,284.50) lawful money of the United States of America, said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the terms of
the Contract; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
All American Asphalt, Inc. Page A-1
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 25th day of April 2018 .
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
Autho `ized SigfrnaturefTitle
�dwrn�cl J. CuY\soh�l�u�resdeN\
777 S. Figueroa Street Suite 3900 Los Angeles CA 90017 Rebecca Haas -Bates, Attorney -in -Fact
Address of Surety Print Name and Title
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTO N Y'S OFFICE
Date: j /8
Aaron C. Harp
City Attorney
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validitv of that document.
State of California
County of Riverside
on 05/01/2018 before me, Rebecca Angela Parra, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/shekhW executed the same in
his/her/iheir authorized capacity(ies), and that by his/hedtheir
^� 77Cp ANGELA PARA [
signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public"California
of which the person(s) acted, executed the instrument.
Rivetstde County
commission»xt9z'�szort
I certify under PENALTY OF PERJURY under the laws of the State of
My COMM. EXP
California that the forgoing paragraph is true and correct.
WITNESS my ha official sea
�J�//J
Signature /�/�� ` 2 ;` Z,
Place Notary Seel Above
Signature ''Notary Public
OPTIONAL
Though the information below is
not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document
Payment Bond No. 7656584
Document Date: 04/25/2018
Number of Pages: Three (3)
Signer(s) Other Than Named Above:
FidelitV and Deposit Company of Maryland
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
Signer's Name:
o Individual
o Individual
X Corporate Officer —Tille(s): Vice President o Corporate Officer—Title(s):
o Partner I' o Limited o General
o Partner 11 o Limited o General
o Attorney in Fact
o Attorney in Fact
o Trustee
Top of thumb here Top of thumb here
❑ Trustee
❑ Other:
o Other:
Signer is Representing:
Signer is Representing:
/_Cd 114►[e1h7A=IBic] J,IA►11
A notary public or other officer completing'
ompleting this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me, "Please See Attached'
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of )Ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
All American Asphalt, Inc. Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENY CIVIL
CODE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 04/25/2018 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
Name(*of SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(ay is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
hisfherMwk authorized capacity(reQ, and that by his(her/chair signature4on the instrument the person(*
or the entity upon behalf of which the persons) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
.MANE
Notary Public AMA- - California
grange County > Signature
Commis5ion:2188592
My comm. Expires Mar 27,2on Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Payment Bond No. 7656584 Document Date: 04/25/2018
Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt
Capacity(les) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ['Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of Maryland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
<'✓. VS'✓SV!/.\!i.'✓nyG�!LVG\✓<'✓\ySC � VG\aG�v2'✓S'Vi�V. iG<✓G'V«v.v iii'✓G'+SGL%. G'V <VStHf'✓'✓
Q • .v , ,
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instmment under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 2501 day of April , 2018
Michael C. Fay, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reportsfclaims(@,Zurichna.com
800-626-4577
Premium is for contract term and is subject
to adjustment based on final contract price
Executed in: 2 Counterparts
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 7656584
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 2,387.00 , being at the
rate of $ 3.95 thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to All
American Asphalt, Inc. hereinafter designated as the "Principal," a contract for The work
necessary for the completion of this contract consists of Clearing and grubbing, Grading,
Landscape Establishment and Maintenance, Irrigation Improvements, Providing As -Built
drawings, and all other incidental items of work necessary to complete the work in place.
in the City of Newport Beach, in strict conformity with the Contract on file with the office
of the City Clerk of the City of Newport Beach, which is incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six
Hundred Four Thousand Two Hundred Eighty Four Dollars and 50/100
($604,284.50) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach,
its successors, and assigns; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
All American Asphalt, Inc. Page B-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 25th day of April ,2018
All American Asphalt
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
777 S. Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address of Surety
(213)270-0600
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: %
Aaron C. Harp M- S
City Attorney
Auth rized Signature Itle
CaW0rd3.CCkAtw� II" ets:iAef�
Rebecca Haas -Bates, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
All American Asphalt, Inc. Page B-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE §
1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of Riverside
on 05/01/2018 before me, Rebecca Angela Parra, Notary Public
Dale Here Insert name and Title of the Officer
personally appeared Edward J. Carlson
Namels) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/shekhey executed the same in
his/her/their authorized capacity(les), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
REBECCA ANGELA PARHA
CBEC
i Public
I certify under PENALTY OF PERJURY under the laws of the State of
< ? aiversmecounry
California that the forgoing paragraph is true and correct.
Commission If 2192458
My Comm. Expires May 17, 2021
WITNESS my han fficial seal.
Lr—
Signature s 5/L
Place Notary Seal Above
Plac
Signature officiary Public
OPTIONAL
Though the information below is
not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document
Performance Bond No. 7656584
Document Date: 04/25/2018
Number of Pages: Three (3)
Signer(s) Other Than Named Above:
Fidelity and Deposit Comoanv of Maryland
Capacity(les) Claimed by Signer(s)
Signer's Name: Edward J. Carlson
Signer's Name:
o Individual
o Individual
X Corporate Officer — Title(s): Vice President o Corporate Officer — Title(s):
o Partner ❑ o Limited o General
o Partner L o Limited o General
o Attorney in Fact
o Attorney in Fact
❑ Trustee
Top of thumb here Top of rhumb here
❑ Trustee
o Other:
o Other:
Signer is Representing:
Signer is Representing:
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me, "Please See Attached*`
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
(seal)
County of )SS.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
All American Asphalt, Inc. Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL
CODE
A no public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On 04/25/2018 before me, A. MacFarlane, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Rebecca Haas -Bates
NameKof SignerN
who proved to me on the basis of satisfactory evidence to be the persons} whose name(s). is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(*, and that by his(her/their signature on the instrument the person(,*
or the entity upon behalf of which the persons) acted, executed the instrument.
A. MACFARLANE
Notary Public- California
z Orange County
Commission p 118"927,2
M.,
My Comm. Expires Mar 27, 2021
Place Notary Seal Above
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
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Performance Bond No. 7656584 Document Date: 04/25/2018
Number of Pages: Three(3) Signer(s) Other Than Named Above: All American Asphalt
Capacity(les) Claimed by Signer(s)
Signer's Name: Rebecca Haas -Bates
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Gd Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Fidelity and Deposit Company of MalTland
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
4••Z'+/4:vi �'e {ttei. v _ wK✓<$Stt. oaf' i'✓ v<' \u'w�/. 40
- ✓:\ L. V✓(L✓/'ei '✓ /.\.. \'$GCU4�✓iii✓:
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of April 2018
��a uun.q�
rAy j uw 86888
Michael C. Fay, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
www.reportsfclaims@zurichna.coin
800-626-4577
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees, volunteers, and any person or entity owning or
otherwise in legal control of the property upon which Contractor performs
the Project and/or Services contemplated by this Contract. Contractor shall
submit to City, along with the certificate of insurance, a Waiver of
Subrogation endorsement in favor of City, its elected or appointed officers,
agents, officials, employees, volunteers, and any person or entity owning or
otherwise in legal control of the property upon which Contractor performs
the Project and/or Services contemplated by this Contract.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
All American Asphalt, Inc. Page C-1
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees,
volunteers, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
contemplated by this Contract or shall specifically allow Contractor or others
providing insurance evidence in compliance with these requirements to
waive their right of recovery prior to a loss. Contractor hereby waives its
own right of recovery against City, and shall require similar written express
waivers and insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees,
volunteers, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
contemplated by this Contract shall be included as additional insureds
under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees,
volunteers, and any person or entity owning or otherwise in legal control of
the property upon which Contractor performs the Project and/or Services
contemplated by this Contract. Any insurance or self-insurance maintained
by City shall be excess of Contractor's insurance and shall not contribute
with it.
All American Asphalt, Inc. Page C-2
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. City reserves the right to require complete, certified copies of all
required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
All American Asphalt, Inc. Page C-3
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
I. Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
All American Asphalt, Inc. Page C-4
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
All American Asphalt, Inc. Page C-5
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. "
Date Received: 5/4/18 Dept./Contact Received From: Raymund
Date Completed: 5/4/18 Sent to: Raymund By: Jan
Company/Person required to have certificate: All American Asphalt—Contract 7189-1
Type of contract: Public Works
L GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Arch Specialty Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+/ XV
INSURANCE COMPANY: Zurich American Insurance Company
C.
ADMITTED Company (Must be California Admitted):
B.
Is Company admitted in California?
❑ Yes M No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
M Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
Is Company admitted in California?
include): Is it included? (completed Operations status does
❑ No
D.
not apply to Waste Haulers or Recreation)
M Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
UM, $2M min for Waste Haulers): What is limits provided?
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
M Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
(What is limits provided?)
its officers, officials, employees and volunteers): Is it
included?
M Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
❑ No
G.
included): Is it included?
M Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
H.
HIRED AND NON -OWNED AUTO ONLY:
is not limited solely by their negligence) Does endorsement
❑ Yes
M No
include "solely by negligence' wording?
❑ Yes M No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
M N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A M Yes ❑ No
11. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Zurich American Insurance Company
B.
AM BEST RATING (A-: VII or greater) A+/XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
M Yes
❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
$2,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
ADDITIONAL INSURED WORDING
❑ N/A
M Yes
❑ No
G.
PRIMARY & NON-CONTRIBUTORY WORDING
❑ N/A
M Yes
❑ No
H.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A
❑ Yes
M No
I.
NOTICE OF CANCELLATION:
❑ N/A
M Yes
0 No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 8/1/17 - 8/1/18
A.
INSURANCE COMPANY: Zurich American Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+ / XV
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
®Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
$1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
A
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
5/4/18
Date
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
RM approval needed for non -admitted status of general liability carrier. 12/21/17 Risk Management approved
use of non -admitted carrier.
Approved:
Risk Management Date
* Subject to the terms of the contract.
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
Contract No. 7189-1
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
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. 7189-1 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:
3 �21 ly
Date
(951) 736-7600 / (951) 736-7646
Bidder's Telephone and Fax Numbers
267073 A, C-12
Bidder's License No(s).
and Classification(s)
All American Asphalt
Bidder
Bidder's Auth rized Signature and Title
400 E. Sixth Street, Corona CA 92879
Bidder's Address
Bidder's email address: publicworks@allamericanasphalt.com
PR -1
City of Newport Beach Page 1
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS - PHASE 1 (C-7189-1), bidding on March 29, 2018 10:00 AM
Bid Results
Bidder Details
Vendor Name All American Asphalt
Address PO Box 2229
Corona, CA 92878
United States
Respondee Jerry LeBouef
Respondee Title Edtimator/Project Manager
Phone 951.736.7600 Ext. 204
Email Publicworks@allamericanasphalt.com
Vendor Type CADIR
License #
CADIR 1000001051
Bid Detail
Bid Format Electronic
Submitted March 29, 2018 9:57:04 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 136375
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title File Name File Type
Proposal Proposal_Newport Beach West Coast Landscape 7189-1.pdf General Attachment
Bid Bond Bid Bond—Newport Beach West Coast Landscape 7189-1.pdf Bid Bond
Line Items
Type Item Code U01M qty Unit Price Line Total Comment
BASE BID
1 Mobilization and Demobilization
LS 1 $35,000.00 $35,000.00
2 Traffic Control
LS 1 $75,000.00 $75,000.00
3 Clearing and grubbing
SF 22250 $0.60 $13,350.00
4 Demolish and Remove Existing Embossed Concrete Paving
SF 5400 $3.15 $17,010.00
5 Remove Existing 1-1/2" Valve, Cap Mainline and Splice Wire
EA 1 $157.00 $157.00
. r, 11H,.,n „ _.
City of Newport Beach
Page 2
WEST
COAST HIGHWAY LANDSCAPE IMPROVEMENTS - PHASE 1 (C-7189-1), bidding
on March 29, 2018 10:00
AM
Bid Results
Type
Item Code UOM
Qty
Unit Price
Line Total Comment
6
Remove Existing 1-114" Valve, Cap Mainline and Splice Wire
EA
2
$157.00
$314.00
7
Remove Existing 1" Valve, Cap Mainline and Splice Wire
EA
3
$157.00
$471.00
8
Excavate and Export Existing Unclassified Soil
CY
400
$115.00
$46,000.00
9
Remove Existing 12" Thick PCC Street Pavement
SF
5400
$3.50
$18,900.00
10
Furnish and Install Topsoil
CY
400
$50.00
$20,000.00
11
Install 4' Diameter GFRC Boulder
EA
3
$498.00
$1,494.00
12
Install 3' Diameter GFRC Boulder
EA
7
$410.00
$2,870.00
13
Install 2' Diameter GFRC Boulder
EA
12
$288.00
$3,456.00
14
Stain & Seal Existing Median Bomanite Pavement
LS
1
$30,000.00
$30,000.00
15
Install 1-112" Flow Sensor in Box
EA
1
$1,350.00
$1,350.00
16
Install Sensor Cable & Conduit, Trenching and Connection
LS
1
$525.00
$525.00
17
Install 2" Master Valve in Box
EA
1
$1,023.00
$1,023.00
18
Install 2" Ball Valve in Box
EA
2
$420.00
$840.00
19
Install New Branded Lids
EA
14
$32.00
$448.00
20
Provide Submittal Items to Engineer
LS
1
$500.00
$500.00
21
Provide "AsBuilt" Record Drawings and Controller Charts
LS
1
$1,100.00
$1,100.00
ulana,l3ids Inc.
City of Newport Beach
WEST
COAST HIGHWAY LANDSCAPE IMPROVEMENTS • PHASE 1
(C-71831), bidding
on March 29, 2018 10;00 AM
Bid Results
Type
Item Code
LION!
Qty
Unit Price
Line Total Comment
22
Inspect and Repair Existing Irrigation Systems
LS
1
$25,750.00
$25,750.00
23
Install Rotator Heads, and Lateral Lines
SF
9200
$1.55
$14,260.00
24
Install 1-1/2" Remote Control Valve
EA
1
$695.25
$695.25
25
Install 1-1/4" Remote Control Valve
EA
2
$618.00
$1,236.00
26
Install Quick Coupler Valves
EA
3
$489.25
$1,467.75
27
Install Finish Grading
SF
22250
$0.30
$6,675.00
28
Install Soil Preparation
SF
22250
$0.29
$6,452.50
29
Install Weed Abatement
SF
22250
$0.18
$4,005.00
30
Install 2" Deep Layer of Walk -On Mulch
SF
23800
$0.72
$17,136.00
31
Install 36" Box Cassia Leptophylla Tree
EA
24
$952.75
$22,866.00
32
Install 5 Gallon Shrub
EA
3800
$23.69
$90,022.00
33
Install i Gallon Shrub
EA
950
$10.82
$10,279.00
34
Perform 30 Day Establishment & 60 Day Maintenance
LS
1
$3,399.00
$3,399.00
Subtotal
$474,051.50
ADDITIVE ALTERNATIVE NO. 1
35
Clearing and Grubbing
SF
8650
$0.60
$5,190.00
36
Demolish and Remove Existing Embossed Concrete Paving
SF
1250
$4.00
$5,000.00
pa,t8ids. Inc.
Page 3
City of Newport Beach
Page 4
WEST
COAST HIGHWAY LANDSCAPE IMPROVEMENTS - PHASE 1 (C•7189-1), bidding
on March 29, 2018 10:00
AM
Bid Results
Type
Item Code
UOM
Qty
Unit Price
Line Total Comment
37
Remove Existing 1-1/4" Valve, Cap Mainline and Splice Wire
EA
1
$160.50
$160.50
38
Remove Existing 1" Valve, Cap Mainline and Splice Wire
EA
1
$160.00
$160.00
39
Install 4' Diameter GFRC Boulder
EA
8
$500.00
$4,000.00
40
Install 3' Diameter GFRC Boulder
EA
16
$410.00
$6,560.00
41
Install 2' Diameter Boulder
EA
19
$297.00
$5,643.00
42
Install New Branded Lids
EA
8
$50.00
$400.00
43
Provide Submittal Items to Engineer
LS
1
$500.00
$500.00
44
Provide "As -Built" Record Drawings to Engineer and Controller Charts
LS
1
$1,000.00
$1,000.00
45
Inspect and Repair Existing Irrigation Systems
LS
1
$16,500.00
$16,500.00
46
Install Rotator Heads, and Lateral Lines
SF
2350
$1.84
$4,324.00
47
Install 1-1/4" Remote Control Valve
EA
1
$690.00
$690.00
48
Install Quick Coupler Valves
EA
1
$500.00
$500.00
49
Install Finish Grading
SF
8700
$0.30
$2,610.00
50
Install Soil Preparation
SF
6700
$0.32
$2,784.00
51
Install Weed Abatement
SF
8700
$0.20
$1,740.00
52
Install 2" Deep Layer of Walk -On Mulch
SF
10700
$1.00
$10,700.00
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS -PHASE 1 (C-7189-1), bidding on March 29, 2018 10:00 AM
Bid Results
Type
Item Code
UOM
Qty
Unit Price
Line Total Comment
53
Install 36" Box Cassia Leptophylla Tree
EA
6
$1,063.00
$6,378.00
54
Install 5 Gallon Shrub
EA
1490
$26.00
$38,740.00
55
Install 1 Gallon Shrub
EA
490
$12.00
$5,880.00
56
Perform 30 Day Establishment & 60 Day Maintenance
LS
1
$1,150.00
$1,150.00
Subtotal
$120,609.50
ADDITIVE ALTERNATIVE NO.2
57
Clearing and Grubbing
SF
410
$0.60
$246.00
58
Install New Branded Lids
EA
2
$35.00
$70.00
59
Provide Submittal Items to Engineer
LS
1
$700.00
$700.00
60
Provide "As -Built" Record Drawings and Controller Charts
LS
1
$700.00
$700.00
61
Inspect and Repair Existing Irrigation Systems
LS
1
$3,000.00
$3,000.00
62
Install Finish Grading
SF
410
$0.30
$123.00
63
Install Soil Preparation
SF
410
$0.50
$205.00
64
Install Weed Abatement
SF
410
$0.15
$61.50
65
Install 2" Deep Layer of Walk -On Mulch
SF
410
$1.00
$410.00
66
Install 5 Gallon Shrubs
EA
89
$25.00
$2,225.00
67
Install 1 Gallon Shrubs
EA
109
$12.00
$1,308.00
i;m:+t k3�As Inr
Page 5
City of Newport Beach
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS - PHASE 1 (C-7189-1), bidding on March 29, 2018 10:00 AM
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
68 Perform 30 Day Establishment & 60 Day Maintenance
LS 1 $575.00 $575.00
$9,623.50
$604,284.50
Amount Type
$159,000.00
$16,907.00
Subcontractors
Name & Address
Kato Landscape, Inc.
18182 Bushard Street
Fountain Valley, CA 92708
United States
V&E Tree Service
P.O. Boz 3280
Orange, CA 92865
United States
Description
Portion of Landscape
Clear & Grub
License Num
806122
654506
r'la r.et9 in:: Inc.
Subtotal
Total
CADIR
1000000086
1000001936
Page 6
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
WEST COAST HIGHWAY LANDSCAPING IMPROVEMENTS - PHASE I
CONTRACT NO. 7189-1
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE
2-9 SURVEYING
2-9.1 Permanent Survey Markers
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup Replace this section with the following:
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.4 Inspection and Testing
SECTION 5 - UTILITIES
5-1 LOCATION
5-2 PROTECTION
5-7 ADJUSTMENTS TO GRADE
1
1
1
1
1
2
2
2
2
2
2
2
2
3
3
3
3
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3
6-1.1 Construction Schedule 3
6-7 TIME OF COMPLETION 4
6-7.1 General 4
6-7.2 Working Days 4
6-7.4 Working Hours 4
6-9 LIQUIDATED DAMAGES 5
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
7-7 COOPERATION AND COLLATERAL WORK
7-8 WORK SITE MAINTENANCE
7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.6 Water Pollution Control
7-8.6.2 Best Management Practices (BMPs)
7-8.7.2 Steel Plates
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
7-10.3 Street Closures, Detours and Barricades
7-10.4 Safety
7-10.4.1 Safety Orders
5
5
5
S
6
6
6
6
7
7
7
7
8
8
7-10.5 "No Parking' Signs
7-10.6 Notices to Residents
7-15 CONTRACTOR'S LICENSES
7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
SECTION 9 - MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General
PART 2 CONSTRUCTION MATERIALS
SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class
PART 3 CONSTRUCTION METHODS
SECTION 300 ---EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
300-1.3.1 General
300-1.3.2 Requirements
300-1.5 Solid Waste Diversion
308-1 General
APPENDIX
APPENDIX A: SECTION 02810 LANSDCAPE IRRIGATION
SECTION 02900 LANDSCAPE PLANTING
SECTION 02970 LANDSCAPE MAINTENANCE
SOILS REPORT
i
9
9
9
11
22
22
22
i;]
22
22
22
22
23
23
24
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
WEST COAST HIGHWAY LANDSCAPE IMPROVEMENTS — PHASE I
CONTRACT NO. 7189-1
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. R -6084-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2015 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2009 Edition), including supplements. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased from Building News, Inc.,
990 Park Center Drive, Suite -E, Vista, CA 92081, 760-734-1113.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1 - GENERAL PROVISIONS
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE
Add to this section, "The work necessary for the completion of this contract consists of
Clearing and grubbing, Grading, Landscape Establishment and Maintenance, Irrigation
Improvements, Providing As -Built drawings, and all other incidental items of work
necessary to complete the work in place."
2-9 SURVEYING
2-9.1 Permanent Survey Markers
Delete this section and replace with the following: "The Contractor shall, prior to the
beginning of work, inspect the project for existing survey monuments and then schedule
a meeting with the City Surveyor to walk the project to review the survey monuments.
The Contractor shall protect all survey monuments during construction operations. In
the event that existing survey monuments are removed or otherwise disturbed during
the course of work, the Contractor shall restore the affected survey monuments at his
sole expense. The Contractor's Licensed Surveyor shall file the required Record of
Survey or Corner Records with the County of Orange upon monument restoration.
Page 1 of 79
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup Replace this section with the following:
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, one (1)
percent shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be
applied to the Subcontractor's actual cost (prior to any markups) of such work. A
markup of 10 percent on the first $5,000 of the subcontracted portion of the extra
work and a markup of 5 percent on work added in excess of $5,000 of the
subcontracted portion of the extra work may be added by the Contractor.
SECTION 4 - CONTROL OF MATERIALS
4-1 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
Page 2 of 79
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 - UTILITIES
5-1 LOCATION
Add the following after the 3rd paragraph: "Within seven (7) Calendar days after
completion of the work or phase of work, the Contractor shall remove all USA utility
markings. Removal by sand blasting is not allowed. Any surface damaged by the
removal effort shall be repaired to its pre -construction condition or better."
5-2 PROTECTION
In the event that an existing pull or meter box or cover is damaged by the Work and is
not re -useable, the Contractor shall provide and install a new pull or meter box or cover
of identical type and size at no additional cost to the City.
5-7 ADJUSTMENTS TO GRADE
The Contractor shall adjust or replace to finish grade of City -owned water meter boxes,
water valve covers, sewer manholes, sewer cleanouts and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
The time of completion as specified in Section 6-7, shall commence on the date of the
'Notice to Proceed.
6-1.1 Construction Schedule
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to the pre -construction meeting.
Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
Page 3 of 79
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General
The Contractor shall complete all work under the Contract within sixty (60) consecutive
working days after the date on the Notice to Proceed.
The Contractor shall ensure the availability and delivery of all material prior to the start
of work. Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6-7.2 Working Days
Revise 3) to read: "any City holiday, defined as January 15t (New Year's Day), the third
Monday in January (Martin Luther King Day), the third Monday in February (President's
Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September
(Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in
November (Thanksgiving and Friday after), December 24th, (Christmas Eve),
December 25th (Christmas), and December 31 st (New Year's Eve). If the holiday falls
on a Sunday, the following Monday will be considered the holiday. If the holiday falls
on a Saturday, the Friday before will be considered the holiday."
Add the following Section 6-7.4 Working Hours
6-7.4 Working Hours
Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through
Friday. All work requiring the closure of vehicular travel lane(s) shall take place
between 10:00 a.m. to 4:00 p.m. for eastbound traffic and between 7:00 a.m. to
3:00 p.m. for westbound traffic.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:00 p.m. to
6:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for
working outside the normal working hours must be made at least 72 hours in advance
of the desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Page 4 of 79
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
6-9 LIQUIDATED DAMAGES
"For each consecutive calendar day after the time specified in Section 6-7-1 for
completion of the work, the Contractor shall pay to the City or have withheld from
moneys due it, the daily sum of $1,800.00
"Execution of the Contract shall constitute agreement by the Agency and Contractor
that the above liquidated damages per day is the minimum value of the costs and
actual damage caused by the failure of the Contractor to complete the Work within the
allotted time.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services
If the Contractor elects to use City water, he shall arrange for a meter and tender an
$1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit
will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for
water usage and any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing of such water
7-7 COOPERATION AND COLLATERAL WORK
City forces will perform all shut downs of water facilities as required. The Contractor
shall give the City seven calendar days notice of the time he desires the shutdown of
water and/or sewer facilities to take place.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will
be allowed. The Contractor will be responsible for completing all water connections
within the time period allowed. The times and dates of any utility to be shut down must
be coordinated with the Engineer. The City must approve any nighttime work in
advance. It is the Contractor's responsibility to notify the affected business and
residents of the upcoming water shutdown with a form provided by the Engineer at least
48 hours minimum in advance of the water shut down."
Page 5 of 79
The Contractor shall provide and install new water meter and valve boxes. Existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve
boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th
Street. The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the City of Newport Beach Utilities Division at (949) 644-3011."
7-8 WORK SITE MAINTENANCE
7-8.4.3 Storage of Equipment and Materials in Public Streets
Construction materials and equipment may only be stored in streets, roads, or sidewalk
areas if approved by the Engineer in advance. It is the Contractor's responsibility to
obtain an area for the storage of equipment and materials. The Contractor shall
obtain the Engineer's approval of a site for storage of equipment and materials prior to
arranging for or delivering equipment and materials to the site. Prior to move -in, the
Contractor shall take photos of the laydown area. The Contractor shall restore the
laydown area to its pre -construction condition. The Engineer may require new base
and pavement if the pavement condition has been compromised during construction.
7-8.6 Water Pollution Control
Surface runoff water, including all water used during sawcutting operations, containing
mud, silt or other deleterious material due to the construction of this project shall be
treated by filtration or retention in settling basin(s) sufficient to prevent such material
from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The
Contractor shall also comply with the Construction Runoff Guidance Manual which is
available for review at the Public Works Department or can be found on the City's
website at www.newportbeachca.gov/publicworks and clicking on permits, then
selecting the link Construction Runoff Guidance Manual. Additional information can be
found at www.cleanwaternewport.com."
7-8.6.2 Best Management Practices (BMPs)
Add to this section: The Contractor shall submit a Best Management Practice (BMP)
plan for containing any wastewater or storm water runoff from the project site including,
but not limited to the following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
Page 6 of 79
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7-8.7.2 Steel Plates
"Steel plates utilized for trenching shall be the slip resistant type per Caltrans
Standards. In addition, steel plates utilized on arterial highways shall be pinned and
recessed flush with existing pavement surface."
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access
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.
The Contractor shall cooperate with the Engineer to provide advance notice to any and
all establishments whose access will be impacted by construction operations,
particularly sidewalk construction. The Contractor shall furnish and install signage,
barricades, delineators, yellow safety ribbon, and any other measures deemed
necessary by the Engineer to safely direct the public around areas of construction, and
into (and out of) the affected establishments. Such measures shall be shown on the
Detailed Traffic Control Plans (see Section 7-10.3)."
7-10.3 Street Closures, Detours and Barricades
The Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan showing typical closures and detour
plans(s). The Contractor shall be responsible for processing and obtaining approval of
a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to
the conditions of the traffic control plan. Typical closures shall conform to the
provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest
Edition. Traffic control and detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
Page 7 of 79
4. At a minimum, the Contractor shall maintain one lane of traffic in each
direction when completing their work.
5. Number one lane closure for eastbound traffic will be from 10:00 a.m. to 4:00
p.m. and 7:00 a.m. to 3:00 p.m. for westbound traffic.
6. Contractor shall provide detailed traffic control plans and SWPPP.
7-10.4 Safety
7-10.4.1 Safety Orders
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 by the
City at no cost to the Contractor. However, the City reserves the right to charge $2.00
per sign following any excessive abuse or wastage of the signs by the Contractor. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department
at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the
need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking"
signs are available at the Public Works Department public counter.
7-10.6 Notices to Residents and Businesses
Ten working days prior to starting work, the Contractor shall deliver a construction
notice to the adjacent 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 any construction, the Contractor shall distribute to
the adjacent residents a second written notice prepared by the City clearly indicating
specific dates in the space provided on the notice when construction operations will
start for each block or alley, 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.
Page 8 of 79
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 an
"A" and "C-27" License. At the start of work and until completion of work, the
Contractor and all Sub -contractors shall possess a valid Business License issued by
the City of Newport Beach.
7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
A stamped set of approved plans and specifications shall be on the job site at all times.
In addition, the Contractor shall maintain "As -Built" drawings of all work as the job
progresses. A separate set of drawings shall be maintained for this purpose. These
drawings shall be up-to-date and reviewed by the Engineer at the time each progress
bill is submitted. Any changes to the approved plans that have been made with
approval from the Engineer shall be documented on the "As -Built" drawings.
The "As -Built" shall be submitted and approved by the Engineer prior to final payment
or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material."
SECTION 9 - MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General
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:
Page 9 of 79
BASE BID ITEMS:
Item No. 1 Mobilization and Demobilization: Work under this item shall include
providing bonds, insurance and financing, establishing a field office, preparing the BMP
Plan and construction schedule, and all other related work as required by the Contract
Documents. It shall also include work to demobilize from the project site including but
not limited to site cleanup, removal of USA Markings and providing any required
documentation as noted in these Special Provisions. This pay item shall also include
costs for Caltrans double permit.
Item No. 2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs and all costs incurred
notifying residents. In addition, this item includes, if required, preparing traffic control
plans prepared and signed by a California licensed traffic engineer, and providing the
traffic control required by the project including, but not limited to signs, cones,
barricades, flashing arrow boards and changeable message signs, K -rail, temporary
striping, and flag -persons. This item includes furnishing all labor, tools, equipment and
materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of
Newport Beach Requirements.
Item No. 3 Clearing and Grubbing: Work under this item shall include, but not
limited to, the cost of all labor, equipment and material for removing and disposing of
the existing appurtenances, plant materials, tree trunks and roots of trees to be
removed, debris; and all other work items as required to complete the work in place.
The existing irrigation system shall be protected in place as noted on plans. Soils shall
be left in a condition ready for soil preparation.
Item No. 4 Demolish Existing Embossed Concrete Paving: Work under this
item shall include, but not be limited to the removal of all existing concrete paving as
denoted on the plans, removal of all debris, and all other work items as required to
complete the work in place as determined by the Engineer to be prepared for the
installation of soil amendments.
Item No. 5 Remove 1-1/2" Remote Control Valve, Cap Mainline and Splice
Wire: Work under this item shall include, but not limited to, the cost of all labor,
equipment and materials for excavating, removing existing valve, capping mainline and
splicing common wire, reusing plastic box and all other items as required to complete
the work in place.
Item No. 6 Remove 1-1/4" Remote Control Valve, Cap Mainline and Splice
Wire: Work under this item shall include, but not limited to, the cost of all labor,
equipment and materials for excavating, removing existing valve, capping mainline and
splicing common wire, reusing plastic box and all other items as required to complete
the work in place.
Item No. 7 Remove 1" Remote Control Valve, Cap Mainline and Splice Wire:
Work under this item shall include, but not limited to, the cost of all labor, equipment
and materials for excavating, removing existing valve, capping mainline and splicing
Page 10 of 79
common wire, reusing plastic box and all other items as required to complete the work
in place.
Item No. 8 Unclassified Excavation: Work under this item shall include but not be
limited to, the cost of all labor, equipment and material for excavating, hauling and
disposing of existing topsoil, pavement base, subgrade, abandoned utilities, any other
native/non-native underground material, all disposal fees, and all other work items as
required to complete the work in place.
Item No. 9 Remove 12" Thick P.C.C. Street Pavement: Work under this item
shall include but not be limited to, the cost of all labor, equipment and material for
sawcutting, removal and disposal of the existing 12 -inch thick P.C.C. tank road and all
other work items as required to complete the work in place.
Item No. 10 Import Top Soil Fill Material: Work under this item shall include, but
not be limited to, the cost of all labor, equipment and materials for transporting,
delivering, spreading, and compacting top soil, shaping and removing irregular
landforms and erosion damage to meet the finish grade requirements, and present a
smooth and properly drained landscape surface ready for finish grading and soil
preparation, and all other work items as required to complete the work in place as
determined by the Engineer. Costs shall include all testing at Soils Laboratory.
Item No. 11 Install Artificial GFRC 4 -foot Boulders: Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 12 Install Artificial GFRC 3 -foot Boulders: Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 13 Install Artificial GFRC 2 -foot Boulders: Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 14 Stain and Seal Existing Median Bomanite Pavement: Work under
this item shall be performed by Fox Painting Contractors and shall include, but not
limited to, the cost of all labor, equipment and materials to clean, stain and seal existing
median bomanite pavement, and all other work items as required to complete the work
in place.
Item No. 15 Furnish and Install 1-1/2" Flow Sensor: Work under this item shall
include, but not limited to, the cost of all labor, equipment and materials for furnishing
and installing new 1-1/2" flow sensor, valve boxes, and all other work items as required
to complete the work in place.
Page 11 of 79
Item No. 16 Furnish and Install Sensor Cable & Conduit, Trenching and
Connection: Work under this item shall include, but not limited to, the cost of all labor,
equipment and materials for furnishing and installing new electrical components, wiring
and cabling, electrical connections, conduit, and all other work items as required to
complete the work in place including an operational hookup to the existing controller
and shall be tested by Engineer.
Item No. 17 Furnish and Install 2" Master Valve in Box: Work under this item
shall include, but not limited to, the cost of all labor, equipment and materials for
furnishing and installing new 1-1/2" master valve, pipe material, electrical connections,
valve boxes, and appurtenances to make connection to the existing irrigation water
system, excavating, backfilling, and all other items as required to complete the work in
place. Installation shall be to existing controller and shall be tested by Engineer.
Item No. 18 Furnish and Install 2" Ball Valves in Box: Work under this item
shall, but not limited to, the cost of all labor, equipment and materials for furnishing and
installing new ball valves, pipe material, valve boxes, recycled water identification, and
appurtenances to make connection to irrigation water system, and all other items as
required to complete the work in place.
Item No. 19 Furnish and Install New Branded Lids: Work under this item shall,
but not limited to, the cost of all labor, equipment and materials for furnishing and
installing new branded irrigation box lids for all boxes, and appurtenances as required
to complete the work in place. All valve lid numbers shall match Irrigation plans.
Item No. 20 Furnish Submittal Items: Work under this item shall include, but not
limited to the cost of labor, equipment and materials for providing new submittal items
per Contract Specifications, and as directed by the Engineer, and all other work items
as required to complete the work.
Item No. 21 Furnish "As -Built" Record Drawings and Controller Charts: Work
under this item shall include, but not limited to the cost of labor, equipment and
materials for providing "As -Built" record drawings per Contract Specifications, and as
directed by the Engineer, three irrigation controller charts and all other work items as
required to complete the work.
Item No. 22 Inspect and Repair Existing Irrigation Systems: Work under this
item shall include, but not be limited to an assessment of the existing irrigation systems
in both written and photographic manner to establish the specific tasks required to bring
the existing irrigation systems into a viable working condition acceptable to the
Engineer. Included in this task are the locating and flagging of existing heads, repair of
all main and lateral piping disturbed by the Contractor's work, and repair or replacement
of existing sprinkler heads and nozzles, All materials shall conform to the City's
Irrigation Materials list as available from the City. Work shall include all other work items
as required to complete the work in place as determined by and approved by the
Engineer.
Page 12 of 79
Item No. 23 Furnish and Install Rotator Heads and Lateral Lines: Work under
this item shall include, but not limited to, the cost of all labor, equipment and materials
for excavating, backfilling, furnishing and installing new irrigation heads and lateral
lines, pipe material, recycled water identification, and appurtenance such as tees,
elbows, etc., and all other items as required to complete the work in place.
Item No. 24 Furnish and Install 1-1/2" Remote Control Valves: Work under this
item shall include, but not limited to, the cost of all labor, equipment and materials for
excavating, backfilling, furnishing and installing new 1-1/2" remote control valves,
electrical connections, pipe material, valve boxes, and appurtenances to make
connection to irrigation water system and all other items as required to complete the
work in place.
Item No. 25 Furnish and Install 1-1/4" Remote Control Valves: Work under this
item shall include, but not limited to, the cost of all labor, equipment and materials for
excavating, backfilling, furnishing and installing new 1-1/4" remote control valves,
electrical connections, pipe material, valve boxes, and appurtenances to make
connection to irrigation water system and all other items as required to complete the
work in place.
Item No. 26 Furnish and Install Quick Coupler Valves: Work under this item
shall include, but not limited to, the cost of all labor, equipment and materials for
excavating, backfilling, furnishing and installing new quick coupler valves, pipe material,
valve boxes, and appurtenances to make connection to irrigation water system and all
other items as required to complete the work in place.
Item No. 27 Install Finish Grading: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for removing, disposing,
transporting, delivering, furnishing and installing top soil, shaping and removing irregular
landforms and erosion damage to meet the finish grade requirements, and present a
smooth and properly drained landscape surface, and all other work items as required to
complete the work in place as determined by the Engineer.
Item No. 28 Install Soil Preparation: Work under this item shall include, but not
be limited to, the cost of all labor, equipment and materials for soil amendments
installation, cross -ripping and rototilling to a minimum depth of 6 inches in areas where
work is possible without disturbing existing tree roots, marking of areas of work to be
rototilled in gypsum chalk for approval by the Engineer, care of existing tree roots, and
all other work items as required to complete the work in place as determined by the
Engineer.
Item No. 29 Perform Weed Abatement: work under this item shall include, but
not be limited to, the cost of all labor, equipment and materials for applying herbicides,
irrigation to completely wet the entire planting area, fertilization, removal and disposal of
all dead weeds and all other items as required to complete work in place prior to plant
installation.
Page 13 of 79
Item No. 30 Install 2 Inch Layer of Walk -On Mulch: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for
furnishing and installing a 2 -inch thick layer of mulch, and all other items as required to
complete the work in place.
Item No. 31 Furnish and Install 36" Box Cassia Leptophylla, (Gold Medallion
Tree): Work under this item shall include, but not be limited to, the cost of all labor,
equipment and materials for transporting, delivering, storing, furnishing, and installing
36" Box Cassia leptophylla, (Gold Medallion Tree), including soil amendments,
backfill fertilizers and all other items as required to complete the work in place.
Item No. 32 Furnish and Install 5 -Gallon Agave Attenuate 'Nova' (Blue Fox -Tail
Agave): Work under this item shall include, but not be limited to, the cost of all labor,
equipment and materials for transporting, delivering, storing, furnishing, and installing 5 -
Gallon Agave attenuate 'Nova' (Blue Fox -Tail Agave), including soil amendments,
backfill fertilizers and providing plant photos, and all other items as required to complete
the work in place.
Item No. 32 Furnish and Install 5 -Gallon Carissa Macrocarpa 'Green Carpet'
(Green Carpet Natal Plum): Work under this item shall include, but not be limited to,
the cost of all labor, equipment and materials for transporting, delivering, storing,
furnishing, and installing 5 -Gallon Carissa macrocarpa 'Green Carpet' (Green Carpet
Natal Plum): including soil amendments, backfill fertilizers and providing plant photos,
and all other items as required to complete the work in place.
Item No. 32 Furnish and Install 5 -Gallon Dianella Tasmanica 'Variegate',
(Variegated Flax Lily): Work under this item shall include, but not be limited to, the
cost of all labor, equipment and materials for transporting, delivering, storing, furnishing,
and installing 5 -Gallon Dianella tasmanica 'Variegata', (Variegated Flax Lily) including
soil amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 32 Furnish and Install 5 -Gallon Hesperaloe Parviflora 'Brakelights',
(Red Yucca): Work under this item shall include, but not be limited to, the cost of all
labor, equipment and materials for transporting, delivering, storing, furnishing, and
installing 5 -Gallon Hesperaloe parviflora 'Brakelights', (Red Yucca) including soil
amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 32 Furnish and Install 5 -Gallon Juncus Acutus, (Spiny Rush): Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for transporting, delivering, storing, furnishing, and installing 5 -Gallon Juncus
acutus, (Spiny Rush) including soil amendments, backfill fertilizers and providing plant
photos, and all other items as required to complete the work in place.
Item No. 33 Furnish and Install 1 -Gallon Aloe Rudikoppe 'Litte Gem', (Little
Gem Aloe): Work under this item shall include, but not be limited to, the cost of all
Page 14 of 79
labor, equipment and materials for transporting, delivering, storing, furnishing, and
installing one -gallon Aloe rudikoppe `Little Gem' (Little Gem Aloe), including soil
amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 33 Furnish and Install 1 -Gallon Senecio Mandraliscae (Kleinia): Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for transporting, delivering, storing, furnishing, and installing 1 -Gallon Senecio
mandraliscae (Kleinia) including soil amendments, backfill fertilizers and providing plant
photos, and all other items as required to complete the work in place.
Item No. 34 Perform 30 Day Landscape Establishment & 60 Day Landscape
Maintenance Phase: Work under this item shall include, but not be limited to, the cost
of all labor, equipment and materials for manpower, fertilizers, irrigation system
inspection and operation, plant material care and replacement if necessary, supervision
and all other items necessary to establish and maintain the landscaping for the entire
duration of the Landscape Establishment and Maintenance Phase.
Page 15 of 79
ADD ALTERNATE BID ITEM #1:
Item No. 1 Clearing and Grubbing: Work under this item shall include, but not
limited to, the cost of all labor, equipment and material for removing and disposing of
the existing appurtenances, plant materials, tree trunks and roots of trees to be
removed, debris; and all other work items as required to complete the work in place.
The existing irrigation system shall be protected in place as noted on plans. Soils shall
be left in a condition ready for soil preparation.
Item No. 2 Demolish Existing Embossed Concrete Paving: Work under this
item shall include, but not be limited to the removal of all existing concrete paving as
denoted on the plans, removal of all debris, and all other work items as required to
complete the work in place as determined by the Engineer to be prepared for the
installation of soil amendments.
Item No. 3 Remove 1-1/4" Remote Control Valve, Cap Mainline and Splice
Wire: Work under this item shall include, but not limited to, the cost of all labor,
equipment and materials for excavating, removing existing valve, capping mainline and
splicing common wire, reusing plastic box and all other items as required to complete
the work in place.
Item No. 4 Remove 1" Remote Control Valve, Cap Mainline and Splice Wire:
Work under this item shall include, but not limited to, the cost of all labor, equipment
and materials for excavating, removing existing valve, capping mainline and splicing
common wire, reusing plastic box and all other items as required to complete the work
in place.
Item No. 5 Install Artificial GFRC 4 -foot Boulders. Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 6 Install Artificial GFRC 3 -foot Boulders. Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 7 Install Artificial GFRC 2 -foot Boulders. Work under this item shall
include, but not be limited to the cost of all labor, equipment and material for digging the
hole to receive the boulder, regrading and removal of excess soil from the site, and all
other work items as required to complete the work in place.
Item No. 8 Furnish and Install New Branded Lids: Work under this item shall,
but not limited to, the cost of all labor, equipment and materials for furnishing and
installing new branded irrigation box lids for all boxes, and appurtenances as required
to complete the work in place. All valve lid numbers shall match Irrigation plans.
Page 16 of 79
Item No. 9 Furnish Submittal Items: Work under this item shall include, but not
limited to the cost of labor, equipment and materials for providing new submittal items
per Contract Specifications, and as directed by the Engineer, and all other work items
as required to complete the work.
Item No. 10 Furnish "As -Built" Record Drawings and Controller Charts: Work
under this item shall include, but not limited to the cost of labor, equipment and
materials for providing "As -Built" record drawings per Contract Specifications, and as
directed by the Engineer, three irrigation controller charts and all other work items as
required to complete the work.
Item No. 11 Inspect and Repair Existing Irrigation Systems: Work under this
item shall include, but not be limited to an assessment of the existing irrigation systems
in both written and photographic manner to establish the specific tasks required to bring
the existing irrigation systems into a viable working condition acceptable to the
Engineer. Included in this task are the locating and flagging of existing heads, repair of
all main and lateral piping disturbed by the Contractor's work, and repair or replacement
of existing sprinkler heads and nozzles, All materials shall conform to the City's
Irrigation Materials list as available from the City. Work shall include all other work items
as required to complete the work in place as determined by and approved by the
Engineer.
Item No. 12 Furnish and Install Rotator Heads and Lateral Lines: Work under
this item shall include, but not limited to, the cost of all labor, equipment and materials
for excavating, backfilling, furnishing and installing new irrigation heads and lateral
lines, pipe material, recycled water identification, and appurtenance such as tees,
elbows, etc., and all other items as required to complete the work in place.
Item No. 13 Furnish and Install 1-1/4" Remote Control Valves: Work under this
item shall include, but not limited to, the cost of all labor, equipment and materials for
excavating, backfilling, furnishing and installing new 1-1/2" remote control valves,
electrical connections, pipe material, valve boxes, and appurtenances to make
connection to irrigation water system and all other items as required to complete the
work in place.
Item No. 14 Furnish and Install Quick Coupler Valves: Work under this item
shall include, but not limited to, the cost of all labor, equipment and materials for
excavating, backfilling, furnishing and installing new quick coupler valves, pipe material,
valve boxes, and appurtenances to make connection to irrigation water system and all
other items as required to complete the work in place.
Item No. 15 Install Finish Grading: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for removing, disposing,
transporting, delivering, furnishing and installing top soil, shaping and removing irregular
landforms and erosion damage to meet the finish grade requirements, and present a
smooth and properly drained landscape surface, and all other work items as required to
complete the work in place as determined by the Engineer.
Page 17 of 79
Item No. 16 Install Soil Preparation: Work under this item shall include, but not
be limited to, the cost of all labor, equipment and materials for soil amendments
installation, cross -ripping and rototilling to a minimum depth of 6 inches in areas where
work is possible without disturbing existing tree roots, marking of areas of work to be
rototilled in gypsum chalk for approval by the Engineer, care of existing tree roots, and
all other work items as required to complete the work in place as determined by the
Engineer.
Item No. 17 Perform Weed Abatement: work under this item shall include, but
not be limited to, the cost of all labor, equipment and materials for applying herbicides,
irrigation to completely wet the entire planting area, fertilization, removal and disposal of
all dead weeds and all other items as required to complete work in place prior to plant
installation.
Item No. 18 Install 2 Inch Layer of Walk -On Mulch: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for
furnishing and installing a 2 -inch thick layer of mulch, and all other items as required to
complete the work in place.
Item No. 19 Furnish and Install 36" Box Cassia Leptophylla, (Gold Medallion
Tree): Work under this item shall include, but not be limited to, the cost of all labor,
equipment and materials for transporting, delivering, storing, furnishing, and installing
36" Box Cassia leptophylla, (Gold Medallion Tree), including soil amendments,
backfill fertilizers and all other items as required to complete the work in place.
Item No. 20 Furnish and Install 5 -Gallon Agave Attenuate 'Nova' (Blue Fox -Tail
Agave): Work under this item shall include, but not be limited to, the cost of all labor,
equipment and materials for transporting, delivering, storing, furnishing, and installing 5 -
Gallon Agave attenuate 'Nova' (Blue Fox -Tail Agave), including soil amendments,
backfill fertilizers and providing plant photos, and all other items as required to complete
the work in place.
Item No. 20 Furnish and Install 5 -Gallon Carissa Macrocarpa 'Green Carpet'
(Green Carpet Natal Plum): Work under this item shall include, but not be limited to,
the cost of all labor, equipment and materials for transporting, delivering, storing,
furnishing, and installing 5 -Gallon Carissa macrocarpa 'Green Carpet' (Green Carpet
Natal Plum): including soil amendments, backfill fertilizers and providing plant photos,
and all other items as required to complete the work in place.
Item No. 20 Furnish and Install 5 -Gallon Dianella Tasmanica 'Variegata',
(Variegated Flax Lily): Work under this item shall include, but not be limited to, the
cost of all labor, equipment and materials for transporting, delivering, storing, furnishing,
and installing 5 -Gallon Dianella tasmanica 'Variegata', (Variegated Flax Lily) including
soil amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Page 18 of 79
Item No. 20 Furnish and Install 5 -Gallon Hesperaloe Parviflora 'Brakelights',
(Red Yucca): Work under this item shall include, but not be limited to, the cost of all
labor, equipment and materials for transporting, delivering, storing, furnishing, and
installing 5 -Gallon Hesperaloe parviflora 'Brakelights', (Red Yucca) including soil
amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 20 Furnish and Install 5 -Gallon Juncus Acutus, (Spiny Rush): Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for transporting, delivering, storing, furnishing, and installing 5 -Gallon Juncus
acutus, (Spiny Rush) including soil amendments, backfill fertilizers and providing plant
photos, and all other items as required to complete the work in place.
Item No. 21 Furnish and Install 1 -Gallon Aloe Rudikoppe 'Litte Gem', (Little
Gem Aloe): Work under this item shall include, but not be limited to, the cost of all
labor, equipment and materials for transporting, delivering, storing, furnishing, and
installing one -gallon Aloe rudikoppe 'Little Gem' (Little Gem Aloe), including soil
amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 21 Furnish and Install 1 -Gallon Senecio Mandraliscae (Kleinia): Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for transporting, delivering, storing, furnishing, and installing 1 -Gallon Senecio
mandraliscae (Kleinia) including soil amendments, backfill fertilizers and providing plant
photos, and all other items as required to complete the work in place.
Item No. 22 Perform 30 Day Landscape Establishment & 60 Day Landscape
Maintenance Phase: Work under this item shall include, but not be limited to, the cost
of all labor, equipment and materials for manpower, fertilizers, irrigation system
inspection and operation, plant material care and replacement if necessary, supervision
and all other items necessary to establish and maintain the landscaping for the entire
duration of the Landscape Establishment and Maintenance Phase.
Page 19 of 79
ADD ALTERNATE BID ITEM #2:
Item No. 1 Clearing and Grubbing: Work under this item shall include, but not
limited to, the cost of all labor, equipment and material for removing and disposing of
the existing appurtenances, plant materials, tree trunks and roots of trees to be
removed, debris; and all other work items as required to complete the work in place.
The existing irrigation system shall be protected in place as noted on plans. Soils shall
be be left in a condition ready for soil preparation.
Item No. 2 Furnish and Install New Branded Lids: Work under this item shall,
but not limited to, the cost of all labor, equipment and materials for furnishing and
installing new branded irrigation box lids for all boxes, and appurtenances as required
to complete the work in place. All valve lid numbers shall match Irrigation plans.
Item No. 3 Furnish Submittal Items: Work under this item shall include, but not
limited to the cost of labor, equipment and materials for providing new submittal items
per Contract Specifications, and as directed by the Engineer, and all other work items
as required to complete the work.
Item No. 4 Furnish "As -Built" Record Drawings and Controller Charts: Work
under this item shall include, but not limited to the cost of labor, equipment and
materials for providing "As -Built" record drawings per Contract Specifications, and as
directed by the Engineer, three irrigation controller charts and all other work items as
required to complete the work.
Item No. 5 Inspect and Repair Existing Irrigation Systems: Work under this
item shall include, but not be limited to an assessment of the existing irrigation systems
in both written and photographic manner to establish the specific tasks required to bring
the existing irrigation systems into a viable working condition acceptable to the
Engineer. Included in this task are the locating and flagging of existing heads, repair of
all main and lateral piping disturbed by the Contractor's work, and repair or replacement
of existing sprinkler heads and nozzles, All materials shall conform to the City's
Irrigation Materials list as available from the City. Work shall include all other work items
as required to complete the work in place as determined by and approved by the
Engineer.
Item No. 6 Install Finish Grading: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for removing, disposing,
transporting, delivering, furnishing and installing top soil, shaping and removing irregular
landforms and erosion damage to meet the finish grade requirements, and present a
smooth and properly drained landscape surface, and all other work items as required to
complete the work in place as determined by the Engineer.
Item No. 7 Install Soil Preparation: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for soil amendments
installation, cross -ripping and rototilling to a minimum depth of 6 inches in areas where
work is possible without disturbing existing tree roots, marking of areas of work to be
rototilled in gypsum chalk for approval by the Engineer, care of existing tree roots, and
Page 20 of 79
all other work items as required to complete the work in place as determined by the
Engineer.
Item No. 8 Perform Weed Abatement: work under this item shall include, but not
be limited to, the cost of all labor, equipment and materials for applying herbicides,
irrigation to completely wet the entire planting area, fertilization, removal and disposal of
all dead weeds and all other items as required to complete work in place prior to plant
installation.
Item No. 9 Install 2 Inch Layer of Walk -On Mulch: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for
furnishing and installing a 2 -inch thick layer of mulch, and all other items as required to
complete the work in place.
Item No. 10 Furnish and Install 5 -Gallon Hesperaloe Parviflora 'Brakelights',
(Red Yucca): Work under this item shall include, but not be limited to, the cost of all
labor, equipment and materials for transporting, delivering, storing, furnishing, and
installing 5 -Gallon Hesperaloe parviflora 'Brakelights', (Red Yucca) including soil
amendments, backfill fertilizers and providing plant photos, and all other items as
required to complete the work in place.
Item No. 11 Furnish and Install 1 -Gallon Senecio Mandraliscae (Kleinia): Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for transporting, delivering, storing, furnishing, and installing 1 -Gallon Senecio
mandraliscae (Kleinia) including soil amendments, backfill fertilizers and providing plant
photos, and all other items as required to complete the work in place.
Item No. 12 Perform 30 Day Landscape Establishment & 60 Day Landscape
Maintenance Phase: Work under this item shall include, but not be limited to, the cost
of all labor, equipment and materials for manpower, fertilizers, irrigation system
inspection and operation, plant material care and replacement if necessary, supervision
and all other items necessary to establish and maintain the landscaping for the entire
duration of the Landscape Establishment and Maintenance Phase.
9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the
following: "From each progress estimate, five (5) percent will be retained by the
Agency, and the remainder less the amount of all previous payments will be paid."
Add to this section: "Partial payments for mobilization and traffic control shall be
made in accordance with Section 10264 of the California Public Contract Code."
Page 21 of 79
PART 2 CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class
Portland Cement concrete for construction shall be Class 560-C-3250.
SECTION 212 — LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
212-1.2.6 Soil Amendments
Soil amendments shall adhere to the soil. analyses and recommendations by
Waypoint Analytical, dated October 10, 2017 and Landscape Planting Specifications as
attached to these specifications, or as directed by the Engineer.
PART 3 CONSTRUCTION METHODS
SECTION 300 ---EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
http://newportbeachca.gov/index.aspx?paqe=157 and then selecting the link Franchised
Haulers List."
300-1.3.1 General
Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of
the Standard Specifications for Public Works Construction except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
Page 22 of 79
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas
of roadway removal and replacement.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items."
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words "1-'/ 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 and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention."
308-1 General
"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 of 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.
Kevin Pekar ((949) 795-2238) at the site to discuss City standards and requirements.
If required, the submittal shall adhere to the following guidelines.
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
Page 23 of 79
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre -approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
Page 24 of 79
SECTION 02810
LANDSCAPE IRRIGATION
PART 1 -GENERAL
1.01 SCOPE OF WORK:
n. Furnish all labor, materials, appliances, tools, equipment facilities,
transportation, and services necessary for and incidental to performing all
operations in connection with the installation of "Landscape Irrigation"
complete, as shown on the drawings and/or described herein.
B. Related work In other sections:
1. Landscape Planting
2. Landscape Maintenance
1.02 QUALITY ASSURANCE AND REQUIREMENTS:
A. Permits and Fees:
1. At the time of the award and until completion of work, the
Contractor shall possess a California Contractor's "A" and "C-27"
license.
2. At the time of the award and until completion of work, the
Contractor and all Sub -contractors shall possess a Business
License issued by the City where the project is located.
3. The Contractor shall obtain and pay for any and all permits and all
inspections as required.
B. Manufacturers Directions:
1. Manufacturer's directions and detailed drawings shall be followed in
all cases where the manufacturers of articles used in the contract
furnish directions covering points not shown in the drawings and
specifications.
C. Ordinances and Regulations:
1. All local, municipal and state laws and rules and regulations
governing or relating to any portion of this work are hereby
incorporated into and made a part of these specifications and their
provisions shall be carried out by the Contractor. Anything
contained in these specifications shall not be construed to conflict
Page 25 of 79
with any of the above rules and regulations or requirements of the
same. However, when these specifications and drawings call for or
describe materials, workmanship, or construction of a better quality,
higher standard, or larger size than is required by the above rules
and regulations, the provisions of these specifications and
drawings shall take precedence.
D. Contractor Responsibilities:
A qualified superintendent shall be present on the site at all times
during the progress of the work. The superintendent shall be fluent
in the English language.
2. The Contractor shall train each person in techniques for making
correct solvent and rubber gasket joints prior to their performing
work on the site.
3. The Contractor shall protect work and materials from damage
during construction and storage. Polyvinyl chloride, (PVC) pipe
and fittings shall be protected from dirt and sunlight.
The Contractor shall assume responsibility for damage to existing
construction and shall restore damaged property to the original
condition to the satisfaction of the Engineer.
5. The Contractor shall handle plastic pipe and fittings carefully and
store undercover to avoid UV or other damage.
6. Immediately notify the Engineer in case of discrepancies.
7. Do not proceed with installation in areas of discrepancy until all
such discrepancies have been resolved. If the Contractor provides
and installs material or performs work without resolving such
discrepancies, the Contractor shall be fully responsible for
removing, restocking and re -installation of such areas until all
discrepancies are resolved to the Engineer's satisfaction.
E. Codes and Regulations:
Verify that landscape irrigation systems may be installed in
accordance with all pertinent codes and regulations, the original
design, the reference standards, and the manufacturer's
recommendations. Any provision and installation of material not in
accordance with the above shall be removed and returned at the
contractor's expense.
Site Safety:
Page 26 of 79
Erect and maintain barricades, warning signs, lights and/or guards
as necessary or required to protect all persons on the site.
The Contractor shall be solely and completely responsible for
conditions of the job site, including safety of all persons and
property during the performance of the work. 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.
3. The right of the Landscape Architect to conduct construction review
or observation of the Contractor's performance shall not include
review or observations of the adequacy of the Contractor's safety
measures in, on, or near the construction site.
�. Explanation of Drawings:
Due to the scale of drawings, it is not possible to indicate all
offsets, fittings, sleeves, etc. which may be required. The
Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work accordingly,
furnishing such fittings, etc. as may be required to meet such
conditions. Drawings are essentially diagrammatic and indicative
of the work to be installed. The work shall be installed in such a
manner as to avoid conflicts between irrigation systems, planting,
and architectural features.
2. All work called for on the drawings by notes or details shall be
furnished and installed whether or not specifically mentioned in the
specifications.
The Contractor shall not willfully install the irrigation system as
shown on the drawings when it is obvious in the field that
obstructions, grade differences or discrepancies exist that might
not have been considered in the irrigation design. Such
obstructions or differences should be brought to the attention of the
Landscape Architect. In the event this notification is not performed,
the irrigation contractor shall assume full responsibility for any
revisions necessary to correct these discrepancies.
1.03 SUBMITTALS:
A. Material List:
The Contractor shall furnish the articles, equipment, materials, or
processes specified by name in the drawings and specifications.
No substitutions shall be allowed without prior written approval the
Landscape Architect.
Page 27 of 79
2. Submittals shall be provided within ten (10) working days from the
award of the contract. The complete formal material list on
Contractor's letterhead shall be submitted prior to the starting of
any work. Cut sheets may be included as backup to the formal
material list.
Catalog data and full descriptive literature may be submitted.
Although equipment on the plans may be different from the
examples below, the following is a guide for proper formal submittal
list format:
Item Description Man ufactu rer Model Size(s)
Backflow Preventer Febco 860 2"
Pop-up Spray Head Rainbird 1806 NA
Material list must include all irrigation materials utilized on the
project including fittings, glue, primer, etc.
e. Substitutions:
The contractor may submit proposed substitutions for equipment
and materials listed on the irrigation plans in the following manner.
The landscape contractor shall submit to the Landscape Architect
for approval on a separate sheet of contractor's letterhead paper
the following:
a. A statement indicating the reason for making each individual
proposed substitution (s).
b. Provide descriptive catalog literature, performance charts and
flow charts as required for each item the contractor proposes to
substitute, including the sales/manufacturer's regional
telephone number.
c. Provide the amount of cost savings or overage if the proposed
substitute item is approved.
2. Substituted equipment of materials installed or furnished without
prior approval of the Landscape Architect may be rejected and the
Contractor required to remove such materials from the site at his
own expense. The Engineer shall have the sole discretion in
accepting or rejecting any proposed substitution.
3. No exception taken to any item, alternate or substitute indicates
only that the product apparently meets the requirements of the
Page 28 of 79
drawings and specifications on the basis of the information or
samples submitted. All items must meet or exceed these
specifications.
4. Manufacturer's warranties shall not relieve the Contractor of his
liability under the guarantee. Such warranties shall only
supplement the guarantee.
5. Manufacturer's warranty is required on any product offered.
6. If, in the opinion of the Engineer, an unapproved substitution
proves to be unsatisfactory, the Contractor shall remove such work
and replace it with the originally specified item at the Contractor's
own cost.
c. Record Drawings:
The Contractor shall provide and keep up to date a complete
"record" set of heavy presentation bond (at least #30 weight) prints
which shall be corrected daily and show every change from the
original drawings and specifications and the exact locations, sizes
and kinds of equipment. These drawings may also serve as work
progress sheets and shall be the basis for measurement and
payment for work completed. This set of drawings shall be kept on
the site and shall be used only as an on-going record set.
The Contractor shall make neat and legible annotations thereon
daily as the work proceeds, showing the work progress as actually
installed. These drawings shall be available at all times for
inspection and shall be kept in a location approved by the
Engineer.
3. The project irrigation plans may be procured from the Landscape
Architect in PDF format via email. All printing of the PDF format
drawings shall be paid to a reprographics firm directly from the
Contractor. The plans shall be printed onto bond and all
information from the field set shall be applied to the bond plans in a
neat and orderly manner. Upon approval by the Engineer, the
contractor may then provide photo mylars of these plans for record
either to the Engineer. The cost of all these prints shall be paid to a
reprographics firm directly from the Contractor.
4. All additional markings on the mylar plans shall be neat, drawn in
waterproof ink by a technical ink pen designed specifically for use
on mylar material. Work completed in felt tip pen or ballpoint pen
shall be rejected because of the non -permanent nature of both
devices. All work shall be subject to the approval of the Engineer
Page 29 of 79
The Contractor shall verify the needs of the City Inspector or Local
City Planning Department as to any requirements for city -required
record drawings. The Contractor shall be responsible for providing
all drafting and required plans on the required medium to the City
Inspector as required. All costs for drafting services shall be borne
by the Contractor. This includes all microfilm or other processes the
city may deem necessary for record purposes to the satisfaction of
the City. The Landscape Architect is not responsible, nor
contracted for drafting Contractor record drawings.
The Contractor shall dimension from two (2) points of reference the
location of the following items. If buried, the depth shall also be
indicated. Buried lineal items ie, wire and pipe mainline shall be
dimensioned every 20' unless uniformly buried behind a curb or
hardscape where a note will suffice. The minimum height of
dimensions and/or notes shall be 1/8" unless otherwise directed by
the City Inspector. All printing must be readable and clearly
denoted. Provide a "bar scale" on the plan.
a. Water Point of Connection, (POC)
b. Electrical Point of Connection
c. Backflow preventers
d. Master valve
e. Flow sensor
f. Gate or ball valves
g. Quick coupling valves
h. Remote control valves
i. Routing of pressure main line piping, ( dimension max. 100'
along routing)
j. Routing of control and common wire
k. Pull Boxes
i. Other related equipment
On or before the date of the final inspection at the end of the
Maintenance Phase, the Contractor shall deliver the corrected and
completed mylar to the Engineer. Delivery of the mylar will not
relieve the contractor of the responsibility of furnishing required
Page 30 of 79
information that might have been omitted from the prints compiled
at the site. The Contractor shall be fully responsible for correct
record drawings.
�. Controller Charts:
Record drawings shall be evaluated by the Landscape Architect
and/or City Inspector before controller charts are prepared.
2. Provide three controller charts for each controller, unless otherwise
directed by the City Inspector.
3. The chart shall show the area controlled by each automatic
controller and shall be sized ''/z" smaller than the controller door on
all sides.
4. The chart is to be a reduced drawing of the actual record drawings.
However, in the event the controller sequence is not legible when
the drawing is reduced, it shall be revised and made readable when
the final controller chart is completed.
5. The chart shall be at least a 30# presentation bond copy. A
differing color shall be used to indicate each valve and the same
color used to identify the area of coverage for that valve.
6. When completed and approved, the chart shall be hermetically
sealed by a plastic lamination process. The plastic laminating
sheets shall each be a minimum of 20 mil. thick.
The charts shall be mounted using Velcro tape.
Controller charts shall be completed and approved prior to final
inspection of the irrigation system.
E. Operation and Maintenance Manuals:
Prepare and deliver to the Engineer within ten calendar days prior
to completion of construction, hard -covered, three rings binders
containing the following information:
a. Index sheet stating Contractor's name, address and telephone
number, list of equipment with name and addresses of local
manufacturer's representatives.
b. Catalog and parts sheets on every material and equipment
installed under this contract.
c. Guarantee statement
Page 31 of 79
d. Complete operating and maintenance instructions on all major
pieces of equipment.
e. Equipment list providing the following for each item:
1. Manufacturer's name
z. Make and model number
3. Name and address of local manufacturer's
representatives
a. Spare parts list in detail
2. Provide two (2) manuals, unless otherwise directed by the Engineer
or City Inspector.
F. Equipment to be furnished:
Supply as a part of this contract the following tools and equipment:
a. Two (2) sets of special tools required for removing,
disassembling and adjusting each type of sprinkler and valve
installed under this contract.
b. Two (2) five-foot valve keys for operation of ball/gate valves (as
required).
c. Two (2) keys for each new automatic controller enclosure
d. Two (2) keys for each new automatic controller
e. Two (2) keys for each new backflow preventer enclosure.
f. Two (2) quick coupling valve keys.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING:
X Handling of PVC Pipe and Fittings:
The Contractor is cautioned to exercise care in handling, loading,
unloading, and storing of PVC pipe and fittings. All PVC pipe shall
be transported in a vehicle which allows the length of pipe to lie flat
so as not to subject it to undue bending or concentrated external
load at any point. Any section of pipe that has been dented or
damaged will be discarded and, if installed, shall be replaced with
new pipe.
Page 32 of 79
1.05 GUARANTEE:
A. The guarantee for the irrigation system shall be made in accordance with
the attached form. The general conditions and supplementary conditions
of these specifications, if any, shall be filed with the Engineer or his
representative prior to acceptance of the irrigation system.
A copy of the guarantee form shall be included in the Operations and
Maintenance Manual.
c. The beginning date of the one-year guarantee shall be from the written
final acceptance date established by the Engineer at the end of the
Maintenance Phase. If no Maintenance Phase is included in the contract,
the beginning date shall be from the acceptance date established by the
Engineer at the end of the Construction Phase.
D. The guarantee form shown below shall be re -typed onto the Contractor's
letterhead and contain the following information:
GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM
We hereby guarantee that the irrigation system we have furnished and installed
is free from defects in materials, equipment and workmanship, and the work has
been completed in accordance with the drawings and specifications. We agree
to repair or replace any defects in material equipment or workmanship which
may develop during the period of one year from the date of acceptance. We
also guarantee to repair or replace any damage resulting from the defects, or the
repairing or replacing of such defects at no additional cost to the Engineer. We
shall make such repairs or replacements within a reasonable time as determined
by the Engineer after receipt of written notice form the Engineer. All repair work
shall completed to the satisfaction of the Engineer. In the event of our failure to
make such repairs or replacements within a reasonable time after receipt of
written notice from the Engineer, we authorize the Engineer to proceed to have
said repairs or replacements made at our expense. We will pay the costs and
charges therefore upon demand. Any temporary repairs made by others to keep
the irrigation system operable, does not void or relieve the Contractor of his
responsibilities during the guarantee period.
PROJECT:
ADDRESS:
LOCATION:
SIGNED:
ACCEPTANCE:
SIGNED:
PHONE:
Page 33 of 79
PART 2 — PRODUCTS
2.01 MATERIALS:
a. General:
1. Use only new materials of brands and types noted on the drawings,
specified herein, or approved equivalents.
B. Existing Automatic Controllers:
Electrical work shall conform to all applicable codes, ordinances
and union authorities having jurisdiction. Only qualified electricians
shall work with high voltage design, equipment or wiring.
2. The Contractor shall notify the Engineer should repairs be
necessary to the controller or enclosure after inspecting it.
See drawing notes for contact should the central control system
need to be adjusted.
C. Automatic Controller:
The automatic controller shall be of the size and type shown on the
drawings.
2. The Engineer prior to installation shall approve final location of
automatic controllers.
3. Unless otherwise noted on the plans. The 120 -volt electrical power
to the automatic controller location shall be furnished by the
Engineer. The final hook-up of the automatic controller to the 120 -
volt power source shall be the responsibility of the irrigation
contractor.
D. Control Wiring:
Connections between the automatic controllers and the electric
control valves shall be made with insulated direct burial copper wire
AWG -UF 600 volt. Pilot wires sharing the same automatic
controller shall be the same color. Common wire shall be white in
color. Provide different colors for each controller installed on the
same project. Install wire in accordance with valve manufacturer's
specifications and wire chart. In no case shall wire size be less
than #14. Wire sizes shall be 14 ga. up to 750', 12 ga. up to1200',
10 ga. up to 2,000' from valve to controller.
2. Wiring shall occupy the same trench and shall be installed along
the same route as pressure supply or lateral lines wherever
Page 34 of 79
possible
Where more than one wire is placed in a trench, the wiring shall be
secured together with vinyl cable ties at intervals of ten (10) feet,
and placed under the pipe for protection from shovels.
4. An expansion curl shall be provided within three (3) feet of each
wire connection. The expansion curl shall be of sufficient length at
each splice connection at each electric control valve so that in case
of repairs, the valve bonnet may be brought to the surface without
disconnection of the control wires. Control wires shall be laid
loosely in the trench without stress or stretching of control wire
conductors.
All splices shall be made with 3M Direct Bury Splice Kit DBY/DBR-
6. Use one wire connector per wire splice. An expansion loop of 18
inches shall be provided at each wire connection and/or directional
turn.
6. Field splices between the automatic controller and electric control
valves will not be permitted without prior approval of the Landscape
Architect.
7. All extra valve wires and the common wire, shall extend from the
controller to a pull box at the farthest valve location for future or
spare wires. If more than one route is available for extra wires,
contact the Landscape Architect for the number of extra wires to be
run in differing directions.
Pressure Regulating Valves:
Pressure Regulating Valves shall be placed either in a valve box or
on the upstream riser to the backflow preventer per plan.
2. The system pressure at the system pressure regulating valve shall
be set to 25% over the highest pressure required by the system.
Normally -Closed Master Valves:
Master valves shall be the size and type as shown on the drawings.
Solenoid, if different from that normally supplied, shall be as
specified on the drawings.
The remote control valve shall be a normally closed, 24VAC-50/60
cycle solenoid actuated globe pattern design capable of having a
flow rate specified on the drawings and a pressure loss not to
exceed manufacturer's specifications. The valve pressure rating
Page 35 of 79
shall not be less than 2,000 PSI, (13.8 bars, metric).
4. The valve body and bonnet shall be constructed of heavy cast
brass, diaphragm shall be of nylon reinforced buna-n rubber. All
other internal parts shall be made of bronze, brass, and stainless
steel to ensure corrosion resistance.
5. The valve shall have both internal and external manual open/close
control, (internal and external bleed), for manually opening and
closing the valve without electrically energizing the solenoid. The
valve shall have internal manual bleed to prevent flooding of the
valve box. The valve shall house a fully encapsulated, one-piece
solenoid. The solenoid shall have a captured plunger with a
removable retainer for easy servicing, and a leverage handle for
easy turning. This 24VAC 50/60 Hz solenoid shall open with 19.6
VDC minimum at 200 PSI, (13.8 bars metric). At 24VAC average
inrush current, it shall not exceed .41 amps. Average holding
current shall not exceed .23 amps.
6. The valve shall have a contamination -proof (CP) self -flushing nylon
filter screen located a the valve inlet to filter out debris and prevent
clogging of the hydraulic control ports and assure reliable
operation.
7. The valve shall have a stainless steel flow control stem and cross
handle for regulating or shutting off the flow of water. The valve
must open or close in less than one minute at 200 PSI, (13.8 bars
metric), and less than 30 seconds at 20 PSI, (1.4 bars metric).
8. The valve construction shall be such as to provide for all internal
parts to be removable from the top of the valve without disturbing
the valve installation.
9. The controller assembly shall be provided with a Master Valve
Power assembly for the purpose of powering the master valve
circuit independent of controller operation to pressurize the
mainline for supplemental watering. This assembly shall consist of
a timing module (with variable timing in thirty minute increments for
up to three hours) mounted to the face of the backboard and pre-
wired to a terminal interface board.
G. Flow Sensors:
Flow sensing equipment shall be an insertion type with a non-
magnetic, spinning impeller, (paddle wheel) as the only moving
part. The sensor sleeve will be brass or 316 stainless steel with the
impeller and sensor housing being glass -filled PPS. A Pinion
bearing shall be inserted through the impeller and the shaft
Page 36 of 79
material shall be tungsten carbide. The sensor will be supplied with
a 2" NPT adapter for installation into any commercially available
weld -on fitting or pipe saddle. The adapter shall have two (2)
ethylenepropylene O -rings. The sensor electronics will be potted in
an epoxy compound designed for prolonged immersion. Electrical
connections shall be two (2) single conductor 18AWG leads
eighteen (18) inches long. Insulation shall be direct burial "UF"
type, colored red for the positive lead and black for the negative
lead. Insertion of the sensor into any pipe size shall be 1-1/2
inches from the inside wall to the end of the sensor housing. The
sensor shall operate in line pressures up to 400 PSI and liquid
temperatures up to 22- degrees Fahrenheit, and operate in flows of
one (1) foot per second up to thirty (30) feet per second. This flow
sensor shall be manufactured by Rainbird, model number as
specified on the drawings.
Flow sensors shall be of the type and size specified on the
irrigation drawings. Where flows vary dramatically from low to high,
a manifold with low and high flow sensing capabilities may be
necessary that can be read flows separately depending on the
stations attached to each.
H. Communication Cable
All data communications wire connecting flow sensors to the
electronics that are buried below grade, with conduit, shall be
constructed to direct burial specifications similar to
Telecommunications Exchange Cable (REA PE -89).
The cable shall be constructed of 20AWG or larger copper
conductors twisted into pairs of varying lengths to prevent cross
talk. Conductors shall be insulated with polyethylene or propylene
with a suggested working voltage of 350 volts. The cable shall
feature an aluminum -polyester shield and be finished with a black
high-density polyethylene jacket. The cable should be equivalent
to Belden No. 9883 or Anxiter E-000319DFC.
3. It is important that all wire connections be absolutely watertight with
no leakage to ground or shorting from one conductor to another.
Epoxy type wire connector kits such as 3M Series 3500 Scotch-
LOK connector packs or 3M Series 7000 Epoxy Wire Connector
Kits shall be used. If one connector is used for both wire
connections, the splices shall be staggered to prevent shorting.
Install per manufacturer's specifications.
Ball Valves:
Shall be as specified on plans.
Page 37 of 79
J. Quick Coupling Valves:
Quick coupling valves shall have a brass two-piece body designed
for working pressure of 150 PSI operable with quick coupler key.
Key size and type shall be as shown on plans.
Hinge cover shall be of heavy duty brass construction with a
durable high quality locking yellow, (potable) or purple, (reclaimed)
thermoplastic rubber cover bonded to it in such a manner that it
becomes a permanent -type cover.
Locate valves within 12 inches of hardscape edge unless otherwise
noted on plans.
4. Normally closed master valve systems shall either have a master
valve over -ride device within the controller to manually open the
master valve during quick coupler use, or connect the master valve
to a designated control valve station to open the master valve
during quick coupler operation. Refer to the irrigation drawings.
K. Electric Remote Control Valves:
Electric control valves shall be of the size and type shown on the
drawings.
Unless otherwise noted on plan or construction details, all electric
control valves shall have a manual flow adjustment.
Provide and install one control valve box for each electric control
valve.
4. Provide and install Christy tags with valve sequence for each valve.
�. Valve Boxes:
Ball Valves: Use 10" diameter x 10" deep round boxes, Carson
industries #910 -10 -Green Blank with green bolt down cover or
approved equal. Extension sleeve shall be PVC -6" minimum size.
Brand top as indicated below.
Flow Sensors: Use 10" diameter x 10" deep round boxes, Carson
industries #910 -10 -Green Blank with green bolt down cover or
approved equal. Extension sleeve shall be PVC -6" minimum size.
Brand top as indicated below.
Pull Boxes: Use 10" diameter x 10" deep round boxes, Carson
industries #910 -10 -Green Blank with green bolt down cover or
approved equal. Extension sleeve shall be PVC -6" minimum size.
Page 38 of 79
Brand top as indicated below.
4. All existing and new boxes shall receive new branded lids. All valve
numbers shall match lid numbering for easy identification of valves.
Identification numbers shall be branded onto the box lids in 2 inch
high letters and numbers as follows:
a. BV: Ball Valve
b. FS: Flow Sensor
c. MV: Master Valve
e. QC: Quick Coupling Valve
f. RCV-#: Remote Control Valve and Station Number
M. Buried Potable PVC Pressure Main Line Pipe and Fittings:
Pressure main line piping shall be PVC schedule 40 for all mainline
piping 1-1/2" and smaller with solvent -welded joints, PVC Class
315 for all mainline piping 2" through 3" with solvent -welded joints.
2. Pipe shall be made from NSF approved Type 1, Grade 1 PVC
compound conforming to ASTM resin specification D 1784 or D
2241. All pipe must meet requirements as set forth in Federal
Specification PS -21-70 (Solvent -Weld Pipe) and meet
requirements of Cell Classification 124548. This compound shall
have a 2,000 -PSI hydrostatic design stress rating.
3. Install blue colored warning tape 12" over all new potable water
main lines.
N. Potable PVC solvent -weld fittings
1. PVC solvent -weld fittings shall be Schedule 80, 1-2, 11-1 NSF
approved conforming to ASTM test procedure D 2466.
2. Solvent cement and primer for PVC solvent -weld pipe and fittings
shall be of the type and installation methods prescribed by the
manufacturer.
3. All PVC pipe must bear the following markings:
a. Manufacturer's name
Page 39 of 79
b. Nominal pipe size
c. Schedule or Class
d. Pressure rating in PSI
e. NSF (National Sanitation Foundation) approval
Date of extrusion
4. All fittings shall bear the manufacturer's name or trademark,
material designation, size, applicable IPS schedule and NSF seal
of approval. Fittings shall be standard weight Schedule 40,
injection molded of PVC fitting compound which meets current
ASTM D 1784-69 and requirements described in Cell Classification
13454B. Threads required in plastic fittings shall be injection
molded. Tees and ells shall be side gated.
o. Buried Potable PVC Non -Pressure Lateral Line Pipe:
1. Non -Pressure buried lateral line pipe shall be PVC Schedule 40
with solvent -weld joints, ''/2" shall be Class 315.
2. Pipe shall be made from NSF approved, Type 1, Grade II PVC
compound conforming to ASTM resin specification D1784. All pipe
must meet requirements set forth in Federal Specification PS -22-70
with an appropriate standard dimension ratio.
P. Threaded Nipples:
1. Threaded nipples shall be standard weight, schedule 80, grey, with
molded threads.
2. Assemble threaded fittings using teflon tape applied to male
threads only.
Q. Joint Primer:
1. Type as recommended by manufacturer of pipe.
2. Type IPS -P-70 or equivalent for Flex hose to PVC fittings.
R. Joint Cement:
1. Solvent type as recommended by manufacturer.
S. Brass Pipe and Fittings:
Page 40 of 79
Where indicated on the drawings, use 85% red brass, schedule 40
screwed pipe conforming to Federal Specification #WW -P-351.
2. Fittings shall be medium red brass, screwed, 125 pound class
conforming to Federal Specification #WW -P-460.
3. Assemble using teflon tape applied to male threads only.
T. Sleeves:
Pipe sleeves for potable water and wires shall be white Schedule
40 PVC pipe a minimum of two times the diameter of the interior
irrigation pipe. Sleeve pipes shall me a minimum of 1-1/2" for
water lines. Oversized sleeves are acceptable at no additional cost
to Engineer.
2. Sleeves shall be of a minimum size to accept pipe "bell joints".
3. Multiple non -pressure lateral water pipes may be placed within a
single sleeve if approved by the Landscape Architect.
4. Mainline sleeves shall consist of only one pipe per sleeve.
5. In no cases shall wires be placed within the same sleeve as water
pipes. Wires shall be encased within a separate sleeve.
u. Warning Tape (Detectable):
All new PVC mainline pipelines shall have a detectable warning
tape placed in the trench 12 inches above the pipe.
2. 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
us 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 three (3) inches.
Warning tape (detectable) shall be as supplied by T. Christy
Enterprises, Thor Enterprises, Inc. Griffolyn Co., 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 User's Manual. Do not provide
location tape over lateral non -pressure lines.
New Potable Water Mainline Pipelines shall receive blue colored
warning tape (detectable) with Black lettering identifying the potable
pressure water pipeline. Lettering shall be a minimum of one (1)
inch high letters with the wording: "CAUTION: BURIED POTABLE
Page 41 of 79
WATER LINE BURIED BELOW". Christy's Part Number TA -DT -3 -
BW
v. Sprinkler Heads:
All sprinkler heads shall be of the size, type and deliver the same
rate of precipitation with the diameter (or radius) of spray, pressure
and discharge in GPM as shown on the drawings. Refer to City
Irrigation Equipment List.
2. All spray type sprinklers shall have a screw adjustment.
3. Riser/swing joint assemblies shall be fabricated in accordance with
the irrigation construction details shown on the drawings.
Riser nipples for all sprinkler heads shall be the same size as the
base opening in the sprinkler body.
5. The sprinkler body, stem, nozzle and screen shall be constructed
of heavy-duty, ultra -violet resistant plastic. It shall have a heavy-
duty stainless steel retract spring for positive pop down and a
ratcheting system for easy alignment of the pattern. Pop-up height
shall be as specified in the model number.
6. The sprinkler shall have a soft elastomer pressure activated co -
molded wiper seal for cleaning debris from the pop-up stem as it
retracts into the case to prevent the sprinkler from sticking up and
to minimize "flow -by".
The sprinkler shall have a matched precipitation rate plastic nozzle
with an adjusting screw capable of regulating the radius and flow.
When so indicated on the design, pop-up spray sprinklers shall
also include check valves, pressure regulating device as specified
or variable arc nozzles having an infinite arc adjustment of 0
degrees to minimum 330 degrees. The sprinkler shall be capable
of housing under the nozzle protective, non -clogging filter screens
or pressure compensating screens. The screen shall be used in
conjunction with the adjusting screw for regulating.
8. The sprinkler shall have a pop-up flush plug pre-installed. The plug
shall prevent debris from clogging the sprinkler during installation
and allow for the system to be flushed before nozzling. The plug
shall be bright orange in color and constructed of polypropylene
material.
PART 3 — EXECUTION
3.01 INSPECTION:
Page 42 of 79
A. Site Conditions:
Exercise extreme care in excavating and working near existing
utilities. Contractor shall be responsible for damage to utilities that
are caused by his operations or neglect. Check existing utility
drawings or call utility companies for existing utility locations.
2. Coordinate installation of sprinkler irrigation materials, including
pipe, so there shall be no interference with utilities, other
construction or planting or trees, shrubs and ground covers.
3. The Contractor shall carefully check all grades to satisfy him that
he may safely proceed before starting work on the sprinkler
irrigation system. Verify that the specified depths for buried
materials and equipment can be maintained.
4. The Contractor shall receive approval from the Engineer prior to
installing irrigation that the finish grades are acceptable.
A. Physical Layout:
The irrigation lines as indicated on the drawings are diagrammatic.
All piping and equipment shall be installed within the project
boundaries, even if shown outside the boundaries on the drawings.
Equipment or piping shown outside the boundaries on the drawings
is for design clarity only. Install all piping and equipment within
planting areas.
Prior to installation, the Contractor shall stake out all pressure
supply lines, routing and location of sprinkler heads. Install all
materials and piping to avoid conflict with trees, shrubs, and all
underground utility services. Contact the Landscape Architect
immediately if obstructions prevent routing as denoted on plans.
3. Lay out irrigation emitters/heads and make any minor adjustments
required due to differences between actual site conditions and the
drawings. Adjustments shall be maintained within the original
design intent and only after receiving approval from the Landscape
Architect. Do not exceed the maximum or minimum spacing
indicated by the manufacturer.
B. Water Supply:
Sprinkler irrigation system shall be connected to water supply
points of connection as shown on drawings.
Page 43 of 79
2. Connections shall be made at approximate locations as shown on
the drawings. Contractor is responsible for minor changes caused
by actual site conditions.
3. The water source for the point of connection shall either be existing
or brought to the location by the General Contractor or others for
connection by the Landscape Contractor.
C. Electrical Supply:
An electrical connection for automatic controller shall be made to
electrical points of connection as shown on the drawings.
2. Connections shall be made at approximate locations as shown on
the drawings. Contractor is responsible for minor changes caused
by actual site conditions.
3. The electrical source for the point of connection of the controller
shall ither be existing or brought to the location by the General
Contractor or Engineer for connection by the Landscape
Contractor.
3.03 INSTALLATION:
A. Trenching:
Dig trenches straight to support pipe continuously on bottom of the
trench. Lay pipe to an even grade. Trenching excavation shall
follow layout indicated on the drawings or as noted.
a. Provide for a minimum of eighteen- (18) inches cover for all
buried pressure supply lines.
b. Provide for a minimum of twelve- (12) inches cover for all
buried non -pressure lateral lines.
c. Provide for a minimum of eighteen- (18) inches cover for all
buried control wiring.
s. Backfilling:
The trenches shall not be backfilled until all required tests are
performed. Trenches shall be carefully backfilled with the
excavated materials approved for backfilling, consisting of earth,
loam, sandy clay, sand or other approved materials, free from large
Page 44 of 79
clods of earth, stones, asphalt, concrete or other construction or
organic debris such as plant refuse. Backfill shall be mechanically
compacted in landscaped areas to a dry density equal to adjacent
undisturbed soil in planting areas. Backfill will conform to adjacent
grades without dips, sunken areas, humps or other surface
irregularities.
2. A fine granular material backfill will be initially placed on all lines.
No foreign matter larger than one-half (1/2) inch in size will be
permitted in the initial backfill.
3. If settlement occurs and subsequent adjustments in pipe, valves,
sprinkler heads, lawn or planting, or other construction are
necessary, the Contractor shall make all required adjustments
without cost to the Engineer.
Flooding may be accepted in lieu of tamping only upon written
approval of the Engineer.
5. Truck wheels shall not be used for compacting soil.
Boring, Trenching and Backfill Under Paving:
Trenches located under areas where paving, asphalt concrete or
concrete will be installed, shall be backfilled with sand (a layer six
(6) inches below the pipe and four (4) 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 soil and shall be left in a firm unyielding condition. The
sprinkler irrigation Contractor shall set in place; cap and pressure
test all piping under paving prior to the paving work.
2. Piping under existing street paving shall be installed by boring. No
hydraulic driving shall be permitted. Where any cutting or breaking
of sidewalks, curbs, streets and/or concrete is necessary it shall be
done and replaced by the Contractor as part of the contract cost.
Permission to cut or break sidewalks, curbs, streets and or
concrete paving shall be expressly obtained from the city Public
Works Department in writing prior to performing work. All boring
under streets shall be under the supervision of the city Public
Works department and be in conformance to all details, guidelines,
regulations or specifications as provided by the city's Public Works
department.
Provide for a minimum cover of twenty-four (24) inches between
the top of the pipe and the bottom of the aggregate base for all
pressure and non -pressure piping installed under asphalt concrete
Page 45 of 79
paving. Verify dimension with Engineer prior to boring.
D. Assemblies:
Routing of sprinkler irrigation lines as indicated on the drawings is
diagrammatic. Install lines (and various assemblies), in such a
manner as to conform to the details on the drawings.
2. Install no multiple assemblies on plastic lines. Provide each
assembly with it's own outlet.
3. Install all assemblies specified herein in accordance with respective
detail. In the absence of detail drawings or specifications
pertaining to specific items required to complete work, perform
such work in accordance with the best standard practice and with
the manufacturer's specifications. PVC pipe and fittings shall be
thoroughly cleaned of dirt, dust and moisture before installation.
Installation and solvent welding methods shall be as recommended
by the pipe and fitting manufacturer.
4. On PVC to metal connections, the Contractor shall work the metal
connections first. Teflon tape shall be used on male threads on all
threaded PVC to PVC, and on all threaded PVC to brass pipe
connections. Red lead and boiled linseed oil shall be applied to
male threads on all galvanized pipe connections. Light wrench
pressure is all that is required. Where threaded PVC connections
are required, use threaded PVC adapters into which the pipe may
be welded.
5. Open pipe or tubing ends shall be taped closed during installation
to prevent any foreign matter from entering the system.
E. 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. In case of reclaimed water
crossings, refer to local cross connection details and codes.
2. Place location tape above all mainline piping per irrigation
drawings.
High voltage wiring for Automatic Controller:
The Contractor or Engineer shall provide 120 -volt power
connection to the automatic controller location. The Landscape
Contractor shall make the final hookup to the controller.
2. All work on high voltage electrical systems shall be done by a
Page 46 of 79
licensed electrician.
3. All electrical work shall conform to local codes, ordinances and
union authorities having jurisdiction.
G. Low Voltage Wiring:
1. Place new wiring in the same trench and route as the pressure
supply lines where possible.
2. Install new wiring prior to new main line installation.
3. Secure wire(s) together at 10 feet on -center maximum, with vinyl
cable ties attached to the mainline. If mainline is not present.
Bundle and secure wires with vinyl cable ties at 10 feet on center.
4. Provide a 24 -inch expansion loop at each connection and at each
directional change.
5. Use a continuous wire between controller and remote -control
valves. Should splicing be required, make splices in an approved
box.
6. Use white for all ground wire circuits.
H. Remote Control Valves:
1. Install valves where shown on the drawings and per details. When
grouped together, allow at least twelve (12) inches between valve
boxes. Install each remote control valve in a separate valve box.
Align boxes with adjacent paving in a neat manner, squared to the
walk and each other.
I. Valve Box Installation:
1. Provide at all locations indicated.
2. Fill below box with a minimum of 6" layer of pea gravel. Compact
prior to installation of box.
3. "Brand" identification number on each valve box in 2 -inch -high
characters (letters and numbers) indicating controller letter and
valve number within the sequence. See drawings for numbering
method.
4. Provide and install Christy tags with valve sequence for each valve.
�. Flushing of System:
Page 47 of 79
After all new sprinkler pipe lines and risers are in place and
connected, and all necessary diversion work has been completed,
and prior to installation of sprinkler heads, the control valves shall
be opened, and a full head of water used to flush out the system.
2. Heads/emitters shall be installed only after flushing of the system
has been accomplished.
K. Sprinkler Heads:
Install the sprinkler heads or emitters as designated on the
drawings. Sprinkler heads and/or emitters to be installed in this
work shall be equivalent in all respects to those itemized on the
drawings.
2. Spacing of sprinkler heads and/or emitters shall not exceed the
maximum as indicated on the drawings. In no case shall the
spacing exceed the maximum recommended by the manufacturer.
L. Adjusting system:
Adjust valves alignment and coverage of irrigation heads/emitters.
These changes or adjustments shall be made at no additional cost
to the Engineer.
The entire system shall be operating properly before any planting
operations commence.
3.04 TEMPORARY REPAIRS:
A. 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.
3.05 EXISTING TREES:
A. Where it is necessary to excavate adjacent to existing trees, the
Contractor shall use all possible care to avoid injury to trees and tree
roots. Excavation in areas where two (2) inch and larger roots occur shall
be done by hand. All roots two (2) inches and larger in diameter, except
directly in the path of pipe or conduit, shall be tunneled under and shall be
heavily wrapped with burlap, to prevent scarring or excessive drying.
Where a ditching machine is run close to trees having roots smaller than
two (2) inches in diameter, the wall of the trench adjacent to the tree shall
be hand trimmed, making clean cuts through roots. Roots one-half (1/2)
Page 48 of 79
inch and larger in diameter shall be painted with two coats of tree seal, or
equivalent. Trenches adjacent to trees should be closed within twenty-
four (24) hours; and where this is not possible, the side of the trench
adjacent to the tree shall be kept shaded with burlap or canvas.
3.06 FIELD QUALITY CONTROL:
A. Adjustment of the System:
The Contractor shall flush clean and adjust all sprinkler heads for
optimum performance and to prevent overspray or runoff onto
walks, roadways and buildings as much as possible.
2. If it is determined that adjustments in the irrigation equipment will
provide proper and more adequate coverage, the Contractor shall
make such adjustments prior to planting at the contractor's cost.
Lowering or raising of sprinkler heads by the Contractor shall be
accomplished within five (5) days after notification by the Engineer.
4. All sprinkler heads shall be set perpendicular to finished grade
unless otherwise designated on the drawings.
B. Testing of Irrigation System:
The Contractor shall request the presence of the Landscape
Architect at the intervals listed below in advance of any testing.
2. The Contractor shall provide "walkie-talkies" for communication
from the review area to the controller location.
3. The Contractor shall provide current record drawings at each
review.
Before testing mainlines, fill the lines with water for a period of at
least 24 hours.
All hydrostatic mainline testing shall be completed prior to the
installation of remote control valves, quick couplers, or other valve
assemblies.
6. Test all pressure mainline pipes under hydrostatic pressure of 150
PSI and prove watertight. Testing of pressure main line piping shall
occur prior to installation of electric control valves or quick coupling
valves.
7. All piping under paved areas shall be tested under hydrostatic
pressure of 150 PSI and proved water tight, prior to paving.
Page 49 of 79
Sustain pressure in tested lines for not less than two (2) hours. If
leaks develop, replace joints and repeat test until entire system is
proven watertight.
9. All hydrostatic tests shall be made in the presence of the
Landscape Architect. The test may be made in the presence of the
General Contractor's superintendent only if written acceptance of
the test is forwarded to the Engineer and Landscape Architect
immediately after testing. No pipe shall be backfilled until it has
been observed, tested with all couplings exposed and all pipe
sections center loaded, and approved in writing.
10. The Contractor shall furnish the force pump and all other test
equipment necessary for the testing of the irrigation system.
11. The Contractor shall make all necessary provisions for thoroughly
bleeding the line of air and debris.
12. When the irrigation system is completed, perform a coverage test
in the presence of the Landscape Architect, to determine if the
water coverage for the planting areas is complete and adequate.
Furnish all materials and perform all work required to correct any
inadequacies of coverage due to deviation from plans, or where the
system has been willfully installed as indicated on the drawings
when it is obviously inadequate for field conditions. This test shall
be accomplished before any groundcover or shrub material is
planted.
13. Upon completion of each phase of work, the entire system shall be
tested and adjusted to meet site requirements to the satisfaction of
the Landscape Architect.
3.07 MAINTENANCE:
A. The entire sprinkler irrigation system shall be under full automatic
operation prior to any planting.
a. The Contractor shall keep the irrigation system completely operational for
the entire length of the Construction and Maintenance Phases or work.
3.08 CLEAN-UP:
A. Clean up shall be made as each portion of work progresses. Refuse and
excess dirt shall be removed from the site, all walks and paving shall be
broomed or washed down, and any damage sustained on the work or
others shall be repaired to original conditions.
Page 50 of 79
3.09 FINAL OBSERVATION PRIOR TO ACCEPTANCE:
A. The Contractor shall operate each system in its entirety for the Landscape
Architect at the time of final observation at the end of the Maintenance
Phase. Any items deemed not acceptable by the Landscape Architect
shall be reworked to the complete satisfaction of the Landscape Architect.
e. The Contractor shall show evidence to the Landscape Architect that the
Engineer has received all accessories, charts, record drawings and
equipment as required before the final observation can occur.
3.10 OBSERVATION SCHEDULE:
A. The Contractor shall be responsible for notifying the Engineer in advance
for the following observations, according to the following time schedule.
The number of site visits may vary with the contract between the
Landscape Architect and the Engineer. The Contractor shall be familiar
with the number and type of irrigation observations necessary prior to
work. Typical observations may consist of , but not be limited to the
following:
1. Pre -job conference 7 days
2. Pressure supply line installation and testing 48 hours
3. Lateral line and sprinkler installation 48 hours
4. Coverage / Performance test 48 hours
5. Observation to begin Maintenance Phase 7 days
6. Final observation at the end of the Maintenance
Phase 7 days
-End-
SECTION 02900
LANDSCAPE PLANTING
PART 1 -GENERAL
1.04 SCOPE OF WORK
A. Landscape planting work includes, but is not limited to, operations and
furnishing of all labor, materials, tools and equipment necessary to
Page 51 of 79
complete all soil preparation, fine grading, weed control, erosion control,
planting, watering, plant establishment and incidental work which may be
required to complete "Landscape Planting" and as shown on the drawings
and as described hereinafter.
B. Related Work Specified in Other Sections:
1. Landscape Irrigation
2. Landscape Maintenance
1.05 QUALITY ASSURANCE AND REQUIREMENTS
a. Permits and Fees:
At the time of the award and until completion of work, the
Contractor shall possess a California Contractor's "A" and "C-27"
license.
At the time of the award and until completion of work, the
Contractor and all Sub -contractors shall possess a Business
License issued by the City of the project location.
The Contractor shall obtain and pay for all permits and all
inspections as required.
B. Manufacturer's Directions:
Manufacturer's directions and detailed drawings shall be followed in
all cases where the manufacturers of articles used in the contract
furnish directions covering points not shown in the drawings and
specifications.
C. Ordinances and Regulations:
All local, municipal and state laws and rules and regulations
governing or relating to any portion of this work are hereby
incorporated into and made a part of these specifications and their
provisions shall be carried out by the Contractor. Anything
contained in these specifications shall not be construed to conflict
with any of the above rules and regulations or requirements of the
same. However, when these specifications and drawings call for or
describe materials, workmanship, or construction of a better quality,
higher standard, or larger size than is required by the above rules
and regulations, the provisions of these specifications and
drawings shall take precedence.
o. Contractor Responsibilities:
Page 52 of 79
A qualified superintendent shall be present on the site at all times
during the progress of the work. The superintendent shall be fluent
in the English language.
The Contractor shall assume responsibility for damage to existing
construction and shall restore damaged property to the original
condition to the satisfaction of the Engineer.
3. Immediately notify the Landscape Architect in case of
discrepancies with these plans.
4. Do not proceed with installation in areas of discrepancy until all
such discrepancies have been resolved. If the Contractor provides
and installs material or performs work without fully resolving such
discrepancies, the Contractor shall be fully responsible for
removing, restocking and re -installation of such areas until all
discrepancies are resolved to the Engineer's satisfaction.
E. Source Quality Control:
Submittal of pictures shall not be considered as a final inspection of
plant material. Final acceptance or rejection of plant material shall
only be considered on-site with the actual plant material being
observed.
1.06 SUBMITTALS
a. The following submittals will be required:
1. Work Schedule if requested by Engineer on Contractor's
letterhead or another format required by Engineer.
2. Materials List noting product name and supplier on Contractor's
letterhead. Cut sheets may be included as backup to the listing.
3. Plant Materials List on Contractor's letterhead denoting supplier
and including photographs of each plant material including both
trees and shrubs. List trees with caliper, height, and spread.
Shrubs with height and spread.
Samples of each soil amendment (1 -quart minimum) with
laboratory analysis.
Guarantees, Warranties, and written certifications on Contractor's
letterhead submitted to the Engineer.
6. Certificate of Inspection of plant material by State or Federal
Page 53 of 79
Authority shall be presented if requested to the Engineer.
7. Submittals shall be provided within ten working days from the time
of award of contract.
8. Import soils testing.
1.07 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery:
1. Deliver fertilizer to site in original unopened containers bearing
manufacturer's guaranteed chemical analysis, name, trademark,
and conformance to state law.
2. Deliver all plants with legible identification labels for easy
identification.
a. Label trees, evergreens, bundles of containers of like
shrubs, or groundcover plants. Place plants in lots of similar
material, spread apart for ease of viewing individual plants
prior to the observation. Contractor shall leave enough room
around lots and individual plants for ease of viewing and
movement between lots for observation.
a. Use durable waterproof labels with water-resistant ink which
will remain legible for at least 60 days.
3. Protect plant material during delivery to prevent damage to root ball
or desiccation of leaves.
4. The Contractor shall notify the Landscape Architect forty eight (48)
hours in advance of delivery of all plant materials and shall submit
an itemized list of the plants.
5. The Engineer shall have sole discretion regarding acceptability of
plant material.
a. Storage:
1. Store plant material in the shade and protect from the weather.
2. Maintain and protect plant material not to be planted within four (4)
hours.
C. Handling:
1. Do not drop plant materials.
2. Do not pick up container plant material by stems or trunks.
1.08 JOB CONDITIONS
Page 54 of 79
A. Perform actual planting only when weather and soil conditions are suitable
in accordance with locally accepted industry practice.
1.09 SITE SAFETY
A. Erect and maintain barricades, warning signs, lights and/or guards as
necessary or required to protect all persons on the site.
t3. The Contractor shall be solely and completely responsible for conditions
of the job -site, including safety of all persons and property during the
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.
c. The right of the Landscape Architect to conduct construction review or
observation of the Contractor's performance shall not include review or
observations of the adequacy of the Contractor's safety measures in, on
or near the construction site.
1.10 SAMPLES AND TESTS
A. The Engineer reserves the right to take and analyze samples of materials
for conformity to specifications at any time. Rejected materials shall be
immediately removed from the site at the Contractor's own expense. The
cost of testing of materials not meeting specifications shall be paid by the
Contractor. Refer to the soil laboratory analysis and report within these
specifications.
1.11 GUARANTEE AND REPLACEMENT
A. All plant material installed under the contract shall be guaranteed against
any and all poor, inadequate or inferior materials and/or workmanship for
a period of one (1) year for trees, and ninety (90) days for shrubs, vines
and groundcovers from the effective date of completion of the
Maintenance Phase of the project as established by the Engineer. Any
plant found to be dead or in poor condition due to faulty materials or
workmanship, as determined by the Landscape Architect, shall be
replaced by the Contractor at his expense. Material to be replaced within
this guarantee period shall be replaced by the Contractor within seven (7)
days of written notification by the Engineer.
e. Any materials found to be dead, missing or in poor condition during the
Maintenance Period shall be replaced immediately. The Landscape
Architect shall be the sole judge as to the condition of the material.
A written guarantee shall be submitted at the completion of the
Maintenance Phase showing the date of final acceptance by the Engineer
Page 55 of 79
and the date of the end of the guarantee period, or periods for phased
work, for shrubs and trees.
D. The guarantee periods shall not be extended for any individual shrub or
tree, or groups, replaced at any time during the guarantee period. The
guarantee for all project shrubs and trees shall end at the stated
guarantee time lengths as bid and agreed upon, even if shrubs or trees
planted during that time have a reduced guarantee period.
1.12 OBSERVATIONS:
A. All observations are to be initiated by the Engineer. The Contractor shall
request observations at least to the times noted below for each
observation required.
B. Observation will be required for the following parts of the work:
1. Pre -job conference: 72 hrs.
2. Review of plant material at nurseries or field locations: 7 day
notice.
3. Soil amendments and/or delivery of plant material: 72 hours.
4. Layout of plant material prior to excavating planting pits: 72 hours.
5. In progress planting: 72 hours.
6. Final walk-through for completion of improvements: 7 days notice.
7. Final walk-through for acceptance: 7 days notice.
PART 2 — PRODUCTS
2.01 MATERIALS
A. All materials shall be of standard, approved and first grade quality and
shall be in prime condition when installed and accepted. Any
commercially processed or packaged material shall be delivered to the
site in the original unopened container bearing the manufacturer's
guaranteed analysis. Contractor shall supply the Engineer with a sample
of all supplied materials accompanied by analytical data from an approved
agronomic laboratory source illustrating compliance or bearing the
manufacturer's guaranteed analysis upon request.
B. Amendments all planting areas:
1. Nitrogen fortified organic amendment
Page 56 of 79
C. Amendments at sample location #1:
Per import soils recommendations
D. Amendments at sample location #2:
Turf Supreme (16-6-8)
2. Triple superphosphate (0-45-0)
E. Amendments at sample location #3:
Turf Supreme (16-6-8)
F. Amendments at sample location #4:
Per import soils recommendations
G. Import Top Soil:
Topsoil shall consist of a natural, fertile, friable, sandy loam soil
possessing the characteristics of representative soils in the vicinity
which produce heavy growth of crops, grasses, or other vegetation
and shall be obtained from natural well drained areas. Before
shipping, the surface at the source of supply is to be stripped to a
depth of two inches to remove weed seeds, roots, etc. For bidding
purposes, imported topsoil shall consist of either fine sand or loamy
sand textured soil meeting the following specifications:
Silt plus clay content of the soil shall not exceed 30% by weight
with a minimum 95% passing the 2.0 millimeter sieve. The sodium
absorption ratio (SAR) shall not exceed 6 and the electrical
conductivity (ECe) of the saturation extract of the soil shall not
exceed 3.0 millimhos/centimeter at 25 degrees Centigrade. The
boron content of this soil shall be no greater that 1 ppm as
measured on the saturation extract. The pH shall not exceed 7.0
and be not less than 6.0.
This specification applies to import soil to be used for top soil and
backfill purposes. To insure conformance, samples of the import
soil shall be submitted to Waypoint Analytical (714) 282-8777, soil
laboratory for analysis prior to shipping. Reference Lab No: 17-283-
0012, October 20, 2017 (Median samples #1 and #4) for original
soil sample analysis. The Contractor at his own expense, shall
obtain soil samples from his intended top soil source and have a
soil analysis performed to ensure conformity with the soil
laboratory's specifications. Topsoil shall not be delivered to the
Page 57 of 79
work site prior to approval by the Engineer. Any delay caused by
the failure of soil tests to meet these specifications shall be the sole
responsibility of the Contractor. All import soil shall be approved by
the soils laboratory prior to shipping. Soils not meeting soil
laboratory requirements shall be rejected at the Contractor's own
cost. All import soil shall receive a new agronomic soils test for soil
suitability and nutrient levels with amendment and fertilization
recommendations.
The source of soil shall be free from Bermuda grass and other
noxious weeds or grasses. Topsoil shall be free from refuse,
heavy roots, clay lumps, stones larger than one inch in size,
noxious weeds, sticks, brush, litter and other deleterious
substances. In no case shall there be more than five percent by
volume of the following: stones larger than one -inch, coarse sand,
and small clay lumps.
The Contractor shall furnish the Engineer with the proposed source
or sources of topsoil to be used at least fifteen (15) working days
prior to delivery.
Plant Material:
Plant material shall be obtained from one source nursery if possible
to avoid alternative varieties and/or species of plants, and plants
that may have been grown under non -similar conditions with non -
similar materials and/or non -similar care.
Plants shall be in conformance with the California State
Department of Agriculture's regulation for nursery inspections, rules
and rating. All plants shall have a normal habit of growth and shall
be sound, healthy, vigorous and free of insect infestations, plant
diseases, sunscalds, fresh abrasions of the bark, excessive
abrasions, or other objectionable disfigurements. Tree trunks shall
be sturdy and well "hardened" off. All plants shall have normally
well-developed branch systems, not sparse, irregularly spaced, thin
branched or having off -balanced head. All shall have vigorous and
fibrous root systems that are not root or pot-bound. The root
conditions of the plants furnished by the Contractor in containers
will be determined by removal of earth from the roots of not less
than two plants of each species or variety. Where container -grown
plants are from several sources, the roots of not less than two
plants of each species or variety from each source will be
inspected. In case the sample plants inspected are found to be
defective, the Landscape Architect reserves the right to reject the
entire lot or lots of plants represented by the defective samples.
The Engineer is the final judge of acceptability. Any plants
rendered unsuitable for planting because of this inspection will be
considered as samples and will be provided at the expense of the
Page 58 of 79
Contractor.
3. The size of the plants will correspond with that normally expected
for species and variety of commercially available nursery stock or
as specified in the drawings. The minimum acceptable size of all
plants, measured before pruning with the branches in normal
position, shall conform to the measurements, specified on the
drawings. Plants larger in container size than specified may be
used with the approval of the Landscape Architect. But the use of
larger plants will make no change in contract price. If the use of
larger plants is approved, the ball of earth or spread of roots for
each plant will be increased proportionately.
4. Rejection or substitutions:
a. All plants not conforming to the requirements herein
specified, shall be considered defective and such plants,
whether in place or not, shall be marked as rejected and
immediately removed from the site of the work and replaced
with new plants at the Contractor's expense. The plants
shall be of the species, variety, size and condition specified
herein or as shown on the drawings. Under no conditions
will there be any substitution of plants or sizes listed on the
accompanying plans, except with the expressed written
consent of the Landscape Architect.
5. Pruning:
a. At no time shall trees or plant materials be pruned, trimmed
or topped prior to delivery. Any alteration of their shape
shall be conducted only with the approval and when in the
presence of the Landscape Architect.
6. Plant material shall be true to botanical and common name and
variety as specified in, "A Checklist of Woody Ornamental Plants in
California," Manual 32, published by the University of California
School of Agriculture (1963).
7. Nursery Grown and Collected Stock:
a. Grown under climatic conditions similar to those in locality of
the project.
b. Container -grown stock in vigorous, healthy condition not
root -bound or with root system hardened off.
c. Use only liner stock plant material that is well-established in
removable containers or formed homogeneous soil sections.
Page 59 of 79
8. Substitute plant material will not be permitted without specific
written approval by the Engineer.
Tree Staking Material:
Stakes for Tree Support:
a. Wood Stakes
Stakes shall be straight grained lodgepole pine.
Stakes shall be free from knots, checks, splits, bends,
or disfigurements. Minimum nominal size for 15
gallon and 24" box trees shall be 2" in diameter x 10'
and/or 12' long, pointed at one end. Minimum size for
36" box and larger shall be 3" diameter x 12' and/or
14' long, pointed at one end. Adjust to fit tree size.
Treat all stakes with copper naphthanate.
Tree supports shall be rubber "Cinch -Tie" tree ties available at
V.I.T. products, (800) 729-1314, allowing limited trunk movement.
3. Guying Materials:
a. Duckbill Tree Support Kits including Duckbill anchors, wire
rope (attached to anchor), tree collars, and wire rope
clamps.
b. Install Model 40 DTS Kit for trees up to 3 inch caliper, Model
68 DTS Kit for trees up to 6 inch caliper and Model 88 DTS
Kit for trees up to 11 inch caliper.
c. Install per manufacturer's specifications and
recommendations.
d. Install three (3) guy wires per tree unless over 11" caliper.
Trees over 11" caliper shall have the number of anchors
determined by a certified Arborist. Wires shall be be highly
visable white vinyl coated wire rope in traffic areas, and
galvanized steel in non -traffic areas. Verify type of wire with
Engineer prior to installation.
e. Foresight Products, Commerce City, CO, (800) 325-5360.
Mulch Cover:
All shrub planting areas other than slopes over 4:1 shall receive a
surface layer of nitrogen fortified shredded tree and plant material
mulch. The mulch shall consist of "Forest Floor 0'-4"" mulch as
Page 60 of 79
manufactured by Aguinaga Fertilizer Company, Irvine, California,
(949) 786-9558. Provide depth of 2" minimum over finish grade in
general planting areas, and 1" depth within watering berm around
plant base. No bare earth shall be showing through mulch cover.
Curbs, walks, or other paving shall be located 1" over the top of the
mulch cover. Move mulch away from the tree or shrub root crown to
prevent constant moisture at the base of the tree or shrub.
K. Root Barriers:
Use linear type 24" minimum deep root barriers for trees at edges
of any paving as referenced on plan and install per manufacturers
recommendations and per Planting Plans. Absolutely no circular or
barrier placement is to be at the root ball. All root barriers shall be
placed adjacent to hardscape as per manufacturers specifications.
L. Miscellaneous Materials:
1. Sand:
a. Washed plaster sand or equivalent having no weeds, debris
or chemicals to inhibit plant growth.
2. Herbicides:
a. Pre -emergent herbicide: Ronstar or equivalent
b. Post -emergent herbicide: Round -up or equivalent
PART 3 — EXECUTION
3.01 INSPECTION
A. Verify that final grades have been established prior to beginning planting
operations.
e. Inspect trees, shrubs, and liner stock plant material for injury, insect
infestation and trees and shrubs for improper pruning.
C. Do not begin planting until irrigation mainline pressure test and irrigation
coverage tests are accepted.
3.02 INSTALLATION
A. Preparation of Planting Beds
1. At the completion of the demolition, clearing and grubbing work, the
areas to receive top soil and/or soil conditioners shall be deep
ripped to a depth of at least nine (9") inches. Amendments at the
Page 61 of 79
following rates shall then be rototilled into the top six (6") inches in
a homogeneous manner. Care shall be given to existing palm tree
roots that they not be damaged during this work. The surface of the
soil shall then be brought to a smooth, uniform surface free of ruts,
furrows and other irregularities to the Engineer's satisfaction.
Swales, ponds and mounds shall be removed.
Planting Bed Amendments and rates: (Refer to Planting Plans for
sample locations). Note: Rates and fertilizers may have to be
adjusted depending on analysis of selected compost if selected for
amendment. Provide any compost to the soils laboratory for
analysis and recommendations.
Area of Sample #1:
Area to receive import soil, refer to these
specifications and plans.
Area of Sample #2:
Nitrogen fortified organic amendment, (compost,
redwood or fir sawdust):
4 cu. yds. per 1,000 sq. ft.
Turf Supreme ((16-6-8)
10 lbs. per 1,000 sq. ft.
Triple superphosphate (0-45-0):
3 lbs. per 1,000 sq. ft.
Area of Sample #3:
Nitrogen fortified organic amendment, (compost,
redwood or fir
sawdust):
4 cu. yds. per 1,000 sq. ft.
Turf Supreme (16-6-8)
10 lbs. per 1,000 sq. ft.
Area of Sample #4:
Area to receive import soil, refer to these
specifications and plans.
All soil areas shall be compacted and settled by application of
heavy irrigation to a minimum depth of twelve (12) inches.
Page 62 of 79
e. Final Grades:
1. After the foregoing specified deep watering, minor modification to
grade may be required to establish the final grade. These areas
shall not be worked until the moisture content has been reduced to
a point where working it will not destroy soil structure.
a. Finish grading shall insure proper drainage of the site.
b. Eliminate all erosion scars.
C. At time of planting, the top two (2) inches of all areas to be
planted or seeded shall be free of stones, stumps, or other
deleterious matter one (1) inch in diameter or larger, and
shall be free from all wire, plaster, or similar objects that
would be a hindrance to planting or maintenance.
d. Rake surface to a smooth finish surface.
C. Dispose of Excess Soil:
1. Dispose of unacceptable or unused excess soil off-site in a manner
consistent with local codes.
D. Maintenance of Final Grades:
It shall be the responsibility of the Contractor to maintain the final
grades throughout the Construction Phase. All erosion shall be
properly repaired at the Contractor's own cost to the Engineer's
satisfaction. Any slope soil run-off onto adjacent paving areas,
concrete swales or streets shall be cleaned regularly by the
Contractor.
3.04 PLANTING INSTALLATION
A. General:
1. Actual planting shall be performed during those periods when
weather and soil conditions are suitable and in accordance with
locally accepted practice, as approved by the Landscape Architect.
2. Only as many plants as can be planted and watered on that same
day shall be distributed in a planting area.
3. Containers shall be opened, and plants shall be removed in such a
manner that the ball of earth surrounding the roots is not broken.
The plants shall be planted and watered as herein specified
Page 63 of 79
immediately after removal from the containers. Containers shall
not be opened prior to placing the plants in the planting area.
e. Weed Control:
After soil preparation and establishment of final grades prior to any
planting, the Contractor shall irrigate thoroughly for a period of
time, two to three weeks, until the weed seeds have germinated.
When there is sufficient weed seed germination, the Contractor
shall apply a post -emergent contact herbicide according to the
directions of the manufacturer, conforming to any and all codes
affecting herbicide handling and use.
2. The contractor shall then wait an additional two (2) weeks to allow
the herbicide to dissipate, then plant as indicated in the plans and
specifications.
3. The Contractor shall remove any residual foliage. Roots shall be
removed except on slopes 2:1 or greater where they shall remain to
add to the slope's stability.
c. Lay -out of Major Plantings:
Once finish grade is established, and irrigation installed, the
Contractor shall place all shrubs and trees on the ground in their
original containers in the locations and in the quantities as shown
on plan. These locations shall be approved by the Landscape
Architect. Failure to get approval prior to installation may result in
the post -planting changing of locations, plant facing direction, or
the addition or deletion of new plant material to achieve the desired
visual effect at the Contractor's cost.
2. Do not begin any excavation until plant locations and plant beds
are acceptable to the Engineer.
o. Excavation for Planting:
Pits and Trenches:
a. Dig vertical sides and flat bottom on all pits and trenches.
b. Plant pits shall be square for box material, and circular for
container material.
C. All plant pits for shrubs shall be dug twice the diameter and
the depth of the root ball, allowing for the root crown to be
approximately 1/2 inch to 1 inch above finish grade.
Page 64 of 79
d. Refer to plans for the size of tree and shrub plant pits.
E. Tree and Shrub Backfill
a. Backfill shall consist of native soil only per soils laboratory
report in sample areas #2, #3 and #4. Backfill in sample
area #1 shall include uniformly blended calcium carbonate
lime at 2 lbs. per cubic yard of backfill. Install only plant tab
fertilizer as denoted in these specifications.
F. Planting of Trees and Shrubs:
1. Excavation for planting shall include the stripping and stacking of all
acceptable topsoil encountered within the areas to be excavated
for trenches, tree holes, plant pits and planting beds.
2. Excess soil generated from the planting holes and not used as
backfill or in establishing the final grades shall be removed from the
site in a manner consistent with all local codes.
3. Protect all areas from excessive compaction when trucking plants
or other materials to the planting site.
4. All excavated holes shall have vertical sides with roughened
surfaces.
5. Planting tablets shall be set with each plant on the top of the root
ball while the plants are still in their containers so the required
number of tablets to be used in each hole can be easily verified.
Install the number of planting tablets per manufacturer's
recommendations.
6. Can Removal:
a. Cut cans on two sides with an acceptable can cutter
b. Do not injure root ball
C. Do not cut cans with a spade or ax
d. Carefully remove plants without injury of damage to the root
ball
e. After removing the plant, superficially cut edge -roots with a
knife on three sides
7. Box removal:
Page 65 of 79
a. Remove bottoms of plant boxes before planting
b. Remove sides of box without damage to root ball after
positioning plant and partially backfilling
8. Center plant in pit or trench.
9. Face plants with fullest growth into prevailing wind, unless other
wise directed by the Landscape Architect
10. Set plants plumb allowing root crown to extend 1" above
surrounding finish grade and hold rigidly in position until soil has
been tamped firmly around base of the root ball.
11. All plants which settle deeper than 1" above finish grade shall be
raised to the correct level. After the plant has been properly
placed, backfill shall be added to the hole to cover approximately
one-half of the height of the root ball or per soils laboratory
recommendations if available. At this stage, water shall be added
to the top of the partly filled hole to thoroughly saturate the root ball
and adjacent soil.
12. After the water has completely drained, planting tablets shall be
placed as indicated on the product labels.
13. Backfill the remainder of the hole per the soils laboratory
recommendations.
14. Hand backfill and hand tamp leaving a slight depression around
bases of plants, and leaving the root crown 1" above finish grade.
In no way shall the root crown be installed below surrounding finish
grade.
15. Once finish grade has been established, an earthen basin shall be
constructed around the plant using amended soil if amendments
have been specified in the backfill mix. The basins shall be of a
sufficient depth to hold 2" depth of water for shrubs and 4" depth of
water for trees.
16. Earthen basins shall be constructed around plants as follows.
Shrub basins may encroach into tree basins, but all basins must
meet the following sizes.
a. One -gallon plants - min. 1' diameter
Five -gallon plants — min. 1'-6" diameter
c. Twenty four inch (24") box — min. 4' diameter
Page 66 of 79
d. Thirty six inch (36") box — min. 6' diameter
e. Palms - refer to arborist's recommendations
17. Pruning:
a. Pruning shall be limited to the minimum necessary to
remove injured twigs and branches and to compensate for
loss of roots during transplanting, but never to exceed one-
third of the branching structure.
18. Staking and Guying:
a. Staking of all trees shall conform to tree staking and tree
guying details.
b. One tree of each size shall be staked and approved by the
Engineer prior to continued staking.
3.03 FERTILIZATION
A. Contractor shall fertilize all planting areas as denoted in the agronomic
soils laboratory report for the Establishment period and for on-going
Maintenance.
3.05 CLEAN-UP
A. After all planting operations have been completed; remove all trash,
excess soil, empty plant containers and rubbish from the property. All
scars, ruts or other marks in the ground caused by this work shall be
repaired and the ground left in a neat and orderly condition throughout the
site. The Contractor shall pick up all trash resulting from this work no less
frequently than each Friday before leaving the site, once a week, and/or
the last working day each week throughout the Construction Phase. All
trash shall be removed completely from the site.
B. The Contractor shall leave the site area broom -clean and shall wash down
all paved areas within the contract area, leaving the premises in a clean
condition throughout the Construction Phase.
-END-
SECTION 02970
Page 67 of 79
LANDSCAPE MAINTENANCE
PART 1 —GENERAL
1.13 SCOPE OF WORK:
A. Furnish all labor, materials, transportation, and services necessary to
provide landscape maintenance to the project as described herein.
B. Related Work Specified In Other Sections:
1. Landscape Irrigation
2. Landscape Planting
1.14 GENERAL MAINTENANCE:
A. The length of the maintenance period shall be sixty (60) days for
landscape establishment phase and thirty (30) days for the maintenance
phase.
B. Maintenance of plant materials shall include, but not be limited to
trimming, pruning, watering, fertilization, weed control, cultivation, pest
control and clean up. The Contractor shall keep the site in a state of
perpetual growth and repair.
C. All hardscape shall be kept clear of debris from the maintenance
operations, erosion run-off, irrigation water, or wind blown debris. Clean
up of walks shall be the Contractor's responsibility. Street gutters shall be
included within the debris/siltation removal program.
�. The Contractor shall provide a general clean-up operation at least once a
week for the purpose of removing trash or debris which may accumulate
from the use of the area, wind blown debris, or other refuse.
E. All personnel on the project shall be well trained, clean, neat at all times,
and be conversant with these specifications.
F. All work shall be performed in accordance with the best landscape
maintenance practices and in keeping with the high aesthetic level of the
facilities being maintained.
G. Contractor shall be responsible for removing all weeds in joints of
sidewalks, curbs, and hardscape throughout the project.
H. All landscape areas shall be patrolled weekly by the Contractor to check
Page 68 of 79
for vandalism damage, broken tree branches, rodents, insects, pests, and
diseases.
I. Water management:
1. Water only as required to allow penetration into the soil and avoid
excess run-off. Once plant material is established, water only as
needed to maintain healthy plant material.
2. Avoid water waste by setting controllers appropriately for the
current season and weather. Soak and Cycle methods are
preferred. Contractor shall be certain that "smart" controllers are
properly set and connected to correct weather station signals.
J. Avoid blocking the clear view of signs, illumination of light fixtures, the
airflow out of vents and conflict with pedestrians and vehicles or their
views.
K. Safety of users shall be a prime goal of maintenance especially in regard
to pruning of trees and trimming of ground covers away from walkways
and/or structures. Maintain a minimum of eight (8) feet clearance below
trees in walkway areas..
L. The Contractor, at his own expense, shall replace all plant material that
has failed during the maintenance phase.
1.15 QUALITY ASSURANCE:
A. Work Force:
1. The Contractor's representative shall be experienced in landscape
maintenance and shall have received an education in ornamental
horticulture. The Contractor shall give his personal supervision to
the work or shall have a competent foreman on the job site at all
times during progress of the work.
2. The Contractor shall provide and maintain a current list of
emergency telephone numbers for 24-hour emergency response.
The Contractor shall initiate remedial action within two (2) hours
from the time of notification.
1.16 SUBMITTALS:
A. Submittals shall be provided within ten working days from the time
of award of contract.
B. The following submittals will be required:
1. Deliver to the Engineer a materials List noting product (generic)
Page 69 of 79
name on Contractor's letterhead, supplier and contact information.
Include fertilizer schedule. Product cut sheets may be included for
backup to formal listing of materials on Contractor's letterhead.
1.17 MAINTENANCE PHASE:
A. The Contractor shall continuously maintain all areas involved in this
contract during the progress of the work and during the Maintenance
Phase until final acceptance of the work by the Engineer.
B. Improper maintenance or poor condition of any plantings as determined
by the Landscape Architect, during or at the end of the scheduled
maintenance period may cause postponement of the final completion date
of the contract. Project maintenance shall be continued by the Contractor
until all work is acceptable to the Engineer.
c. Projects will not be segmented into separate Maintenance Phases unless
specific work phases are indicated with the contract documents.
o. Any period of time the Contractor fails to adequately maintain plantings,
replace unsuitable plants, perform weed control or other work, as
determined by the Engineer, that time will not be credited to the plant
maintenance period, and shall be added on the end of the Maintenance
Phase.
E. The Contractor's maintenance period shall be extended to the Engineer's
satisfaction should the provisions within these plans and specifications not
be fulfilled to the Engineer's satisfaction. See Section 2.09 for further
information regarding Landscape Architect's responsibility with Notice of
Substantial Compliance.
1.18 START OF MAINTENANCE PHASE:
The Maintenance Phase shall not start until all elements of construction,
planting, and irrigation for the entire project are complete.
E. The Contractor shall request an observation to begin the Maintenance
Phase after all planting and related work has been completed in
accordance with the contract documents. If such criteria are met to the
satisfaction of the Engineer, a field notification shall be issued to the
Contractor from the Engineer, to establish the effective beginning date of
the Maintenance Phase. The Engineer has the ultimate authority in
setting the beginning date for the Maintenance Phase.
1.19 GUARANTEE AND REPLACEMENT:
A. All plant material installed under this contract shall be guaranteed against
any and all poor, inadequate or inferior materials and/or workmanship for
Page 70 of 79
a period of one year for trees and 90 days for shrubs. This guarantee
shall begin from the date of final acceptance at the end of the
Maintenance Phase as established by the Engineer. Any plant material
found to be dead, missing or in poor condition as determined by the
Engineer, shall be replaced by the Contractor at his expense.
B. Any materials found to be dead, missing, or in poor condition as
determined by the Engineer, shall be replaced. The Engineer shall be the
sole judge as to the condition of material. Material to be replaced within
the guarantee period shall be replaced by the Contractor within seven (7)
days of written notification, not just prior to inspection.
C. The installing Contractor and the on-going Maintenance Contractor shall
walk the site at the end of the Maintenance Phase prior to turn -over of
Maintenance to the on-going Maintenance Contractor. The on-going
Maintenance Contractor shall document any and all on-going
maintenance issues or concerns that he believes he may be liable for
after the turn -over of maintenance responsibilities. This shall include any
and all plant materials which appear to be dead, missing or in poor
condition, and any irrigation equipment installation or materials that may
appear suspect to malfunction during the guarantee period. This shall
include all plants which were planted towards the end of the Maintenance
Phase and which have not had the benefit of 90 day minimum growth.
Documentation may include flagging, photographs, written report or
combination of such. Only items noted as suspect by the on-going
Maintenance Contractor and reviewed and agreed to by the installing
Contractor and Engineer shall be covered during the guarantee period by
the installing Contractor. In case of disagreement, the Engineer shall be
the sole judge as to the determination of any suspect materials or
installations.
�. Plants installed near the end of the Guarantee period shall be guaranteed
by the installing Contractor only until the final acceptance of the
Guarantee period by the Engineer.
1.20 FINAL PROJECT SUBMITTALS:
A. Prior to the date of the final inspection at the end of the Maintenance
Phase, the Contractor shall acquire from the Landscape Architect mylar
prints at the Contractor's expense, and record from the job record set all
changes made during construction, label as 'Record Drawings', and
deliver to the Engineer. Prior to the date of final inspection at the end of
the Maintenance Phase, the Contractor shall deliver to the Engineer the
"Landscape and Irrigation Guarantee" as required. All other submittals as
incorporated in the Irrigation and Planting Specifications shall also be
completed prior to the final acceptance by the Engineer.
PART 2 — EXECUTION
Page 71 of 79
2.01 MAINTENANCE:
A. Maintenance shall conform to the following standards:
All areas shall be kept free of debris and all planted areas shall be
weeded and cultivated at intervals of not more than seven (7) days.
Watering, mowing, rolling, edging, trimming, fertilization, spraying
and pest control, as may be required, shall be included in the
maintenance period.
The Contractor shall be responsible for maintaining adequate
protection of the entire project area. Damaged areas caused by
erosion, tire damage, grafitti, pests or other damage as deemed by
the Engineer shall be repaired at the Contractor's expense.
All sidewalks, paved areas and other areas adjacent to the planting
areas shall be cleaned of all debris, soil, or other materials at
intervals of not more than seven (7) days.
2.02 TREE AND SHRUB CARE:
A. Watering:
Maintain a large enough water basin around plants in groundcover
areas so that enough water can be applied to establish moisture
through the major root zone. When hand -watering, use a water
wand to break the water force. Use mulches to reduce evaporation
and frequency of watering.
B. Pruning:
Trees:
a. Prune trees to select and develop permanent scaffold
branches that are smaller in diameter than the trunk or
branch to which they are attached that have vertical spacing
of from 18" to 48" and radial orientation. Other pruning shall
be performed to correct the following:
so permanent scaffold branches do not overlay one
another
to eliminate diseased or damaged growth
to eliminate narrow V-shaped branch forks that lack
strength
Page 72 of 79
4. to reduce toppling and wind damage by thinning out
crowns
5. to maintain growth within space limitations
6. to maintain a natural appearance
to balance crown with roots
b. No stripping of lower branches, (raising up), of young trees
be permitted unless trees are in conflict with walkways,
driveways, views or care of building facilities. Lower
branches shall be retained in a pinched back condition with
as much foliage as possible to promote caliper trunk growth,
(tapered trunk). Lower branches can be cut flush with the
trunk only after the tree is able to stand erect without staking
or other support. No stubbing of major branches will be
accepted.
c. Trees shall be thinned out and shaped when necessary to
prevent wind and storm damage. The primary pruning of
deciduous trees shall be done during the dormant season.
Damaged trees or those that constitute health or safety
problems shall be pruned at any time of the year as
required.
d. All tree pruning shall be done with hand equipment operated
from the ground. If trees are larger than able to be pruned in
such a manner, the condition will be brought to the attention
of the Engineer.
e. Remove no more than 50% of a plant's foliage during
pruning operations.
f. Lower branches on established street trees shall be pruned
8' up for pedestrian clearance and 12' up for vehicular
clearance.
g. Topping of trees will not be tolerated unless approved by the
Engineer.
2. Shrubs:
a. The objectives of shrub pruning are the same as for trees.
Shrubs shall not be clipped in balled or boxed forms unless
such is required by the design.
b. All burning cuts shall be made to lateral branches or buds or
flush with the trunk. Stubbing will not be permitted.
Page 73 of 79
c. Remove any spent blossoms or flower stalks after flowering.
d. Hedges and most plant masses shall be pruned into a mass
form, not individual plant balls or boxes.
c. Staking and Guying:
Remove stakes and guys as soon as they are no longer needed.
Stakes and guys are to be inspected to prevent girdling of trunks or
branches and to prevent rubbing that causes bark abrasions.
Trees found damaged shall be replaced at the Contractor's
expense.
�. Weed Control:
Keep basins and areas between plants free of weeds. Use
recommended legally approved pre -emergent and post -emergent
herbicides and removal by hand methods. Avoid frequent soil
cultivation that destroys shall roots. Use mulches to help prevent
weed seed germination. Avoid post -emergent herbicides in
groundcover areas where overspray may kill young rooted cuttings.
Use of chemical spraying may be necessary to rid turf areas of
noxious weeds.
3. Weed control is on-going and shall be consistently performed until
the end of the Maintenance Phase. Just prior to the end of the
Maintenance Phase, the Contractor shall perform a final weed
spraying and removal through the entire project. Should the project
meet "industry standard" as determined by the Landscape Architect
at the end of the Maintenance Phase, the Engineer shall be
responsible for weed control from that point forward. The weed
control program shall be extended if the weed control program
does not meet "industry standard" as determined by the Landscape
Architect, until substantial compliance is determined by the
Landscape Architect.
E. Mulch
Replace mulch in planting areas and basins to meet original
requirements of details and specifications. Replacement mulch
shall be considered a part of the maintenance and provided and
installed at the cost of the contractor's maintenance program.
F. Insect Control:
Maintain a reasonable control with approved materials and
Page 74 of 79
methods that are legally accepted in the area. Obtain approval of
materials and methods from the Engineer prior to work.
G. Disease and Pest Control:
The Contractor shall be responsible to control all diseases and
pests during the Maintenance Phase. All disease and pest control
materials and methods shall be at the direction of a licensed pest
control operator. The Engineer shall be made aware of all methods
and materials to be used for disease and pest control. The
Contractor shall implement the control measures exercising
extreme caution in using pesticides and taking all necessary steps
to ensure the safety of the public.
Fertilization:
No fertilization is required during the first 30 days after planting. At
approximately 60 days after planting uniformly broadcast sulfur
coated urea at the rate of 5 lbs. per 1,000 sq. ft.
2. Avoid applying fertilizer to the root ball and base of main stem;
rather spread evenly under plant to the drip line. For on-going
fertilization schedule, refer to the soils laboratory report at the end
of these specifications.
2.03 MULCH
a. Maintain original mulch depth by providing and installing approved project
mulch in all specified planting areas on a regular basis and at the end of
the Maintenance Period.
2.04 IRRIGATION SYSTEM
k The Contractor shall check all systems for proper operation a minimum of
once a month.
B. Conventional overhead systems shall be flushed out after removing the
last sprinkler head at each end of the lateral at 30 day intervals. All
conventional heads are to be adjusted as necessary for 100%, head-to-
head coverage.
C. Set and program automatic controllers for ET input or for seasonal water
requirements.
D. Repair all damage to the irrigation system at the Contractor's expense.
Repairs shall be made within one watering cycle. All replaced equipment
shall match the equipment specified on the plans and specifications.
Page 75 of 79
E. Replace irrigation equipment with same type and size as originally
designed. Replacements by other manufacturers are not acceptable
unless no longer available. All substitutions shall be approved prior to
installation by the Engineer.
2.05 FINAL ACCEPTANCE
A. The Contractor shall be aware that the landscape shall be in a vigorous
and thriving condition prior to final acceptance. All plant material which
may still be under stress from the Construction Phase shall at this time be
rejected and replaced by healthy and vigorous plant material prior to final
acceptance.
e. All plant material shall have new growth trimmed neatly, turf shall be
mowed, and all hardscape shall be cleaned prior to final acceptance.
C. Should the project meet substantial compliance to the plans and
specifications in the Landscape Architect's opinion, the Landscape
Architect shall provide a notice of substantial compliance to the Engineer.
This notice will be sent after the final site visit at the end of the
Maintenance Phase. This notice will indicate that the intent of the plans
and specifications has been fulfilled to "industry standard" in the opinion of
the Landscape Architect. Industry standard is being defined herein as
work that has reached a normal or reasonable point of completion
normally expected and consistent with that degree of care and skill
ordinarily exercised by contractors under similar circumstances within the
local region. This will relieve the landscape architect from any and all
further work relative to this project. Should substantial compliance not be
met, a punch list of sub -standard items not meeting "industry standard" in
the opinion of the Landscape Architect shall be generated and sent to the
Engineer. These items will need to be addressed and completed prior to
the final letter of substantial compliance being sent.
o. Upon final acceptance of the project by the Engineer, a date shall be
agreed upon and set in writing verifying the final date of the ninety (90)
day shrub and one (1) year tree guarantee periods.
E. Any on-going conflicts which may exist between the Contractor and the
Engineer regarding maintenance issues may be resolved per further
agreement extensions, new agreements, or other legal means available
outside this contract.
-END-
Page 76 of 79
Waypoint'
ANALYTICAL
Anaheim Office
Lab No: 17-283-0012
October 20, 2017
Kobzeff & Associates Landscape Architechture
22792 Center Drive Suite 107
Lake Forest, CA 92630
PROJECT: WEST PACIFIC COAST HIGHWAY PROJECT -NEWPORT BEACH, CA
Attached are the results of the analysis performed on four soil samples that were collected from the above mentioned
project site by the client and received by our laboratory on October 10, 2017. These samples were analyzed for nutrient
levels and soil suitability in preparation for a landscape renovation.
Analytical Results:
Salinity (ECe) is elevated in Sample 1 and 4 from 4.1 dS/m to 4.8 dS/m which could restrict the growth of salt sensitive
plants. Salinity is safe in Sample 2 and 3. Soluble sodium is safe and properly balanced by calcium and magnesium in all
samples, as indicated by the low sodium adsorption ratio (SAR) values.
Boron is slightly elevated at 1.43 ppm in Sample 1 and elevated in Sample 4 at 2.57 ppm which could restrict the growth
of a boron sensitive plants. Boron is safe and sufficient to meet plant nutritional requirements for that element in the
remaining samples.
The reaction of the soil is moderately acidic at 5.2 in Sample 1 which is lower than preferred by most plants.
Incorporating lime will move the pH upwards towards the preferred slightly acidic range. The soil ranges from moderately
acidic (6.0) to slightly alkaline in the remaining samples which is in the preferred range and no pH adjustment is
recommended. Qualitative lime is favorably absent.
Nitrogen is low in Sample 2 and Sample 3. Nitrogen is optimum in Sample 1 and abundant in Sample 4. Phosphorus is
well supplied in Sample 1 and Sample 4. Phosphorus is low in Sample 2 and low optimum Sample 3. Phosphorus is low
optimum in the West and the Field Side while very low elsewhere. Potassium is low optimum in S.T. Side and optimum
elsewhere. Calcium is optimum in all samples. Magnesium is below optimum in Sample 2 and 3 while sufficient elsewhere.
Manganese is abundant in Sample 1 and 4 while low elsewhere. Copper is abundant in Sample 1 and 4. Zinc is well
supplied in Sample 1. Zinc is optimum in Sample 2 and 3 while very low in Sample 4. Iron is low optimum in Sample 1
and 4 while low in the remaining samples.
Comments
The primary concern is the elevated boron and salinity in Sample 1 and 4. Proper plant selection will be an important
factor in establishing a successful landscape if these conditions are truly representative. It is recommended to submit
additional samples to test for boron to determine if the levels in Sample 1 and 4 are representative of the areas. A sample
at 2-12" and 12-24" will determine if the boron will be an issue for the sensitive trees such as Gape Myrtle and Arbutus
unedo. If the levels are representative, use plants tolerant of these conditions such as Phoenix dactylifera. Removal of
boron by leaching is about three times as difficult as for other salts. We recommend the first several irrigations should be
especially thorough to try to accomplish some leaching prior to planting. Irrigations should begin after the incorporation
of the organic amendment and prior to the incorporation of any pre -plant fertilizer. The soil should be allowed to dry
moderately between thorough irrigations to avoid overly wet conditions for an extended period.
4741 East Hunter Ave., Ste. A Anaheim CA 92807
(714) 282-8777 0 (714) 282-8575 fax
www.waypointanalytical.com
Page I of 7
Waypoint,
ANALYTICAL
Recommendations
Surface Soil Preparation for Turf. Groundcover and Mass Planting
If feasible, prior to amending the areas where severe compaction exists, the surface soil should be ripped or tilled to a 9 -
inch depth. Uniformly broadcast and blend the following with existing soil to a 6 -inch depth.
Materials
Nitrogen fortified organic
amendment
(compost* or redwood or fir
sawdust)
Lime (calcium carbonate)
Turf Supreme (16-6-8)
Triple superphosphate (0-45-0)
Amount per 1000 sq.ft. Location
4 cu. Yards All locations
25 lbs. Sample 1
10 lbs. Sample 2 & 3
3 lbs. Sample 2
*Rates and fertilizers may have to be adjusted depending on analysis of selected compost
Tree and Shrub Planting Guidelines
1. Excavate planting pits at least twice the diameter of the rootball.
2. The top of the rootball should be at or slightly above final grade.
3. To improve soil chemistry, uniformly blend 2 lbs. of calcium carbonate lime per cubic yard of backfill soil in the Sample 1
location.
4. Organic material is not required in the backfill; however if you wish, the amended surface soil or a soil blend
consisting of no more than 20% by volume organic matter can be placed in the upper 12 inches of backfill only. Soil
below this depth should not contain any added organic matter because of the threat of plant disease and/or
anaerobic soil conditions developing.
5. Place slow release fertilizer tablets in the upper 12 inches of backfill at manufacturer's recommended rates. If
fertilizer amended soil is used as a backfill the addition of slow release fertilizer tablets is not necessary.
6. Do not cover the original rootball with other soil. Ideally, a temporary soil berm is often constructed around the
outer edge of the rootball to help channel water into the rootball and then into surrounding soil until roots are
established in the backfill and the rootball is no longer the sole source of water for the plant.
7. Ideally, a weed and turf free zone, preferably 2-3 ft. in diameter, should be maintained just beyond the diameter of
the planting hole. A 2-4 inch deep layer of coarse mulch can be placed around the tree or shrub; mulch should be
kept a minimum 4-6 inches from the trunk.
4741 East Hunter Ave., Ste. A Anaheim CA 92807
(714) 282-8777 G (714) 282-8575 fax
www.waypointanalytical.com
Page 2 of 7
(20)
Wa ®int.:
ANALYTICAL
Maintenance Fertilization
Fertilizers are not required in the maintenance program within the first 30 days after planting. Uniformly broadcast sulfur
coated urea at the rate of 5 lbs. per 1000 sq. ft. The first application should occur approximately 60 days after planting,
with repeat applications every 60-90 days or as growth and color dictate. In early fall and spring, substitute a complete
fertilizer such as 16-6-8, or equal, for the sulfur coated urea at the rate of 6 lbs. per 1000 sq. ft. to ensure continuing
supplies of phosphorus and potassium. Tree and shrub plantings can be maintained with the above fertilizers; however,
the frequency between applications should be every 120 days, with the first application 90 days after planting. Follow
each fertilization with a thorough irrigation. When plants have become well established, fertilizer applications can be less
frequent.
As noted above, iron and manganese are below optimum. When these nutrients are low, especially in an alkaline soil,
deficiencies can sometimes show in the plants. If deficiencies show once plants have become established, they may be
addressed upon the first sign of deficiency. Symptoms of manganese deficiency may be seen as a general loss of color in
the young leaves, followed by yellowing between veins and brownish -black spots appearing. Iron deficiency symptoms
are often characterized by yellow, almost white, interveinal chlorosis on the youngest growth. If these symptoms are
apparent once plants are established, then application of iron and/or manganese chelate at the manufacturer's label rate
may improve appearance. Chelates are generally more effective on alkaline soils than some of the other forms of trace
elements. These can be applied either foliar or soil applied at manufacturer's rates if deficiencies begin to show.
If we can be of any further assistance, please feel free to contact us.
Joe Kiefer
4741 East Hunter Ave., Ste. A Anaheim CA 92807
(714)282-8777 0 (714)282-8575fax
www.waypointanalytical.com
Page 3 of 7
4741 East Hunter Ave. Suite A
Waypoint Anaheim, 28 92807
Main 714-282-8777 0Fax 714-282-8575
ANALYTICAL www.waypointanalytical.com SOIL ANALYSIS
Send To:
Project :
Report No :
17.283.0012
Kobzeff & Associates Landscape Architechure
West Pacific Coast Highway Project
Cust No:
09618
22792 Center Drive
Newport Beach, CA
Date Printed:
10/16/2017
Suite 107
Date Received :
10/10/2017
Lake Forest, CA 92630
Page:
1 of 4
Lab Number :
11300
Sample Id : Sample 1
SATURATION EXTRACT - PLANT SUITABILITY
r
Test
Effect on Plant Growth
Result Sensitive Crops Many Clops'^'.,
Restricted Restricted
Salinity (ECe)
4.1 dS/m '
Sodium Adsorption
171
Ratio (SAR)'
Boron (B)
1.43 ppm 92i
Sodium (Na)
8.3 meq/L S,
Chloride (Cl)
Carbonate (003)
Bicarbonate (HCO3)
Fluoride (F)
Structure and water infiltration of mineral soils potentially adversely affected at SAR values higher than 6.
EXTRACTABLE NUTRIENTS
Cu, Zn, Mn and Fe were analyzed by DTPA extract.
PARTICLE SIZE ANALYSIS
Graphical interpretation is a general guide. Optimum levels will vary by crop and objectives.
Page 4 of 7
4741 East Hunter Ave. Suite A
Waypoint. Anaheim, CA 92807
-8575
Main 714-252-8777 °Fax 714-282-8575
ANALYTICAL www.waypointanalytical.com SOIL ANALYSIS
Send To:Project
:
Report No: 17-283.0012
Kobzeff & Associates Landscape Architechure
West Pacific Coast Highway Project
Cust No : 09618
22792 Center Drive
Newport Beach, CA
Date Printed : 10/16/2017
Suite 107
Phosphorus(P) - Olsen 7 ppm 0.4
Date Received : 10/10/2017
Lake Forest, CA 92630
Ratio (SAR)'
Page : 2 of 4
Magnesium (Mg) 66 ppm 0.7
Magnesium -sat. ext. 1.3 meq/L
Lab Number: 11301
Sample Id: Sample 2
SATURATION EXTRACT - PLANT SUITABILITY
Effect on Plant Growth
Test Result - Sensitive Crops M
Restricted R`
Result Sufficiency
FactorLow
SOIL TEST RAnNGS
Medium Oplimarp`
Salinity(ECe) 0.6 dS/m
Available -N 15 ppm 0.5
�' _
Y; j
'1134 -
Sodium Adsorption
0.39
7 ppm
8 ppm
39 meq/kg
Phosphorus(P) - Olsen 7 ppm 0.4
Potassium (K) 104 ppm 1.3
Potassium - sat. ext. 0.4 meq/L
Ratio (SAR)'
Calcium - sal. ext. 4.3 meq/L
Magnesium (Mg) 66 ppm 0.7
Magnesium -sat. ext. 1.3 meq/L
Copper (Cu) 0.8 ppm 1.5
Boron (B) 0.31 ppm
'1067
Manganese (Mn) 1 ppm 0.2
_
I
J
Iron (Fe) 4 ppm 0.2
Sodium (Na) 0.7 meq/1-
eq/LChloride
Sulfate - sat. ext. 3.1 meq/L 1.0
Exch Aluminum
Chloride(Cl)
Carbonate (003)
Bicarbonate (HCO3)
Fluoride (F)
Structure and water infiltration of mineral soils potentially adversely affected at SAR values higher than 6.
EXTRACTABLE NUTRIENTS
Test
Result Sufficiency
FactorLow
SOIL TEST RAnNGS
Medium Oplimarp`
V
Available -N 15 ppm 0.5
�' _
Y; j
'1134 -
7 ppm
8 ppm
39 meq/kg
Phosphorus(P) - Olsen 7 ppm 0.4
Potassium (K) 104 ppm 1.3
Potassium - sat. ext. 0.4 meq/L
Calcium (Ca) 642 ppm 1.0
Calcium - sal. ext. 4.3 meq/L
Magnesium (Mg) 66 ppm 0.7
Magnesium -sat. ext. 1.3 meq/L
Copper (Cu) 0.8 ppm 1.5
Zinc (Zn) 3 ppm 1.4
'1067
Manganese (Mn) 1 ppm 0.2
_
I
J
Iron (Fe) 4 ppm 0.2
Boron (B) - sat. ext. 0.31 ppm 1.0
Sulfate - sat. ext. 3.1 meq/L 1.0
Exch Aluminum
Cu, Zn, Mn and Fe were analyzed by DTPA extract.
PARTICLE SIZE ANALYSIS
Graphical interpretation is a general guide. Optimum levels will vary by crop and objectives.
Page 5 of 7
4741 East Hunter Ave. Suite A
Waypoint. Anaheim,28 -8575
Maln 714-282-8777 0Fax 714-282-8575
ANALYTICAL www.waypointanalytical.com SOIL ANALYSIS
Send To:
I Project :
Report No : 17-283-0012
Kobzeff & Associates Landscape Architechure
West Pacific Coast Highway Project
Cust No: 09618
22792 Center Drive
Newport Beach, CA
Date Printed : 10/16/2017
Suite 107
Potassium - sat. ext. 0.2 meq/L
Date Received : 10/10/2017
Lake Forest, CA 92630
Magnesium (Mg) 57 ppm 0.6
Page: 3 of 4
Copper (Cu) 1.0 ppm 1.8
Zinc (Zn) 5 ppm 2.4
Lab Number: 11302
Sample ld : Sample 3
SATURATION EXTRACT - PLANT SUITABILITY
Structure and water infiltration of mineral soils potentially adversely affected at SAR values higher than 6.
Test
Available -N
Result
20 ppm
Sufficiency
Factori1=,LGw
0.5
EXTRACTABLE NUTRIENTS
SOIL TEST RATINGS
Medium Optimum%, V H..
_ _�
_
567
il"W
15
42
ppm
ppm
meq/kg
Phosphorus (P) - Olsen 16 ppm 0.7
Potassium (K) 72 ppm 0.7�
Potassium - sat. ext. 0.2 meq/L
Calcium (Ca) 700 ppm 1.0
Calcium - sat. ext. 2.7 meq/L
Magnesium (Mg) 57 ppm 0.6
Magnesium -sal. ext. 0.7 meq/L
Copper (Cu) 1.0 ppm 1.8
Zinc (Zn) 5 ppm 2.4
Manganese (Mn) 0 ppm
Iron (Fe) 7 ppm 0.3
Borun(B)-set. ext. 0.26 ppm 0.9
Sulfate - sat. ext. 1.7 meq/L 0.6
Exch Aluminum
Cu, Zn, Mn and Fe were analyzed by DTPA extract.
PARTICLE SIZE ANALYSIS
Graphical interpretation is a general guide. Optimum levels will vary by crop and objectives.
Page 6 of 7
4741 East Hunter Ave. Suite A
Waypoi n Anaheim, 92807
Main 714-282-8777 0Fax 714-2288 2-8575
ANALYTICAL www.waypointanalytical.com SOIL ANALYSIS
Send To:
Project :
Report No : 17.283-0012
Kobzeff & Associates Landscape Architechure
West Pacific Coast Highway Project
Cust No: 09618
22792 Center Drive
Newport Beach, CA
Date Printed : 10/16/2017
Suite 107
Date Received : 10/10/2017
Lake Forest, CA 92630
Page: 4 of 4
Lab Number: 11303
Sample Id : Sample 4
SATURATION EXTRACT - PLANT SUITABILITY
Structure and water infiltration of mineral soils potentially adversely affected at SAR values higher than 6.
EXTRACTABLE NUTRIENTS
Cu, Zn, Mn and Fe were analyzed by DTPA extract.
V-1 it l M R=IW YA=0IF-MM11
Graphical interpretation is a general guide. Optimum levels will vary by crop and objectives.
Page 1 of 7