Loading...
HomeMy WebLinkAboutC-2015 - Engineering services, amended agreement, Ensign View Park, Phase II;r. June 25, 1979 Hondo Company 10747 Crawford Canyon Road_;. Santa Ana, CA 92705 M Subjects Surety Great American Insurance Company Bonds No. 4 8 64 42 91 Project Ensign View Park Construction. Phase 111. Contract No. 2015 The City Council on May 29, 1979 accepted the work ot/subject property and authorised the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on June 7, 1979 in Book 13177, Page 1144. Please notify your surety company that bonds may be released 35 days after the recording date. DORIS GEORGE City Clerk DGsswk cc: Public Works Department I r r I REGO,X JI -1. R:;QUESTED � i `� ) ? 7 t)', Z 1 4 BY AND MAIL TO CITY OF NEWPORT I3 H 10 J 60 3300 W, NEWPORT B NEWPORT BEACH, CA 92660 'D RECORDED IN OFFICIAL RECORDS EXEf; , T OF ORANGE COUNTY, CALIFORNIA C2 5 m 3 P.M. JUN 7 1979 Pao past NO'T'ICE OF COMPLETION LEE A. BRANCH, County Recorder PUBLIC WORKS Jo All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on May 9, 1979 the Public Works project consisting of The Construction of Ensign View Park, Phase on which Hondo Company was the contractor, and Great American Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT BEACH -Public Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 30, 1979 at Newport Beach, California. a — TPublic Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on May 29, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on May 30, 1979 at Newport B ach, California. city Llerk 0 0 CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2015 Project ashes *4wr Park, — i5�e�� Attached is signed copy of subject contract for transmittal to the contractor!' Contractor: Address: 10747 Cr&rfard ranym R"d R,nyg An& Q 4197n% Amount: $ Effective Date: 8fotsnbef 27-1978 Resolution No. 9490. A��Di eo e Att. cc: Finance Department City Ifall 3300 Newport Boulevard, Newport Beach, California 92663 i 0 0 September 25, 1978 TO: CITY CLERK FROM: Public Works Department SUBJECT: CONSTRUCTION OF ENSIGN VIEW PARK, PHASE II CONTRACT NO. 2015 Attached are three copies of the subject contract documents. The contractor did not execute the bonding com- pany's copy. Please have the three copies executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. - eW An . Perry 0 Project Engineer KLP:jd Att. 0 h • - - _ _Q. M H CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2015 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 9-8-7R when signed by an Authorized Representative of HARTFORD INSURANCE COMPA Name of Insurance Company and when issued to City shall be valid and form part of Policy No. 72 C 067107 insuring HONDO COMPANY (Named Insured) expiring 5 -10 -79 NAME OF AGENT OR BROKER ROSSKOPF INSi1RANrF AGENCY ADDRESS - AGENT /BROKER 1275 F. i.AS TrTrAc DRIVE 00 n_nxALIJ W. xu55xUYr, TICE PRESIDENT IMPORTANT: This is the only evidence c i surance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2015 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective Authorized Representative of and when issued to City shall No. '72 C 067107 expiring 5 -10 -79 9 -8 -78 when signed by an HARTFORD INSURANCE COM Name o Insurance Company be valid and form part of Policy insuring RONDO COMPANY (Named Insured NAME OF AGENT OR BROKER ROSSKOPF INSURANCE AGENCY ADDRESS - AGENT /BROKER 1275 E. LAS TUNAS DRIVE SV41 GABRIEL, CALIFORNIA 91778 VICE PRESIDENT IMPORTANT: This is the/only evidence of insu &,once acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company 0 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2015 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 9 -8-78 when signed by an Authorized Representative of HARTFORD INiiURANCL COMPANY _TN_-a—me­-`3T Insurance Company and when issued to City shall be valid and form part of Policy No. 72 C 067107 insuring ;iGPtDU CO:;PANy (Named Insured expiring 5 -10 -79 NAME OF AGENT OR BROKER R0SSKU1,F INSURANCE AGENCY ADDRESS - AGENT /BROKER 1275 Z. LAS TUNAS i7RIVE S:'ii; GzV1AIELv CAL12ORNIA 91776 IMPORTANT: This is thgfonly evidence of insu -rance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF ENSIGN VIEW PARK, PHASE II Authorized by the City Council this 26th day of June, 1978 ores George, City Cler CONTRACT NO. 2015 SUBMITTED BY: HONDO COMPANY Contractor 10747 Crawford Canyon Road Ad ress CITY CLERK Santa Ana, California 92705 City zip 532 -1833 Phone $117,597.11* X69 938 -3 Total Bid Items 1 through 50 Incl. *Contract awarded by City Council (with agreement of contractor) includes base bid less items 24, 25, 27, 28, 32, 35, 37, 43, and portions of 38 and 47; additional units of work under items 44 and 49; and including deductive bid item No. 1. � Y • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2;30 P.M. (as determined by telephone time signal) on the 2nd day of August 191a, at which time they will be opened and read, for performing work as follows: ENSIGN VIEW PARK, PHASE II CONTRACT NO. 2015 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 idit.ion) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Caaualty). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. in case of a discrepancy between words and figures, the words shall prevail. In case of ar, error, in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 310123 Classification B Accompanying this proposal is Attached "Bidder's Bond" (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 532 -1833 Phone Number August 2, 1978 Date HONDO COMPANY Bidder's Name (SEAL) S /R. Lloyd uthorized Signature Authorized Signature Cartnarchi p Type � of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Morgan Gardner Mika Woods Bob I nyd Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address i 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. No. HONDO COMPANY Bidders Name S /R. Lloyd Authorized Signature Co- partner Type of Organization (Individual, Co- partnership or Corp.) Address . FOR AINAL SEE CITY CLERK'S FILE COO Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, HONDO COMPANY , as Principal, and GREAT AMERICAN INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) of the amount bid lars ($ J , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of ENSIGN VIEW PARK. PHASE II. CONTRACT NO. 2015 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 2nd day of August, 19 78 Corporate Seal (If Corporation) HONDO COMPANY Principal (Attach acknowled ement of Attorney -in- Fact} Jacqueline Schroeder, Notary Publjf.- S /Rirhard K �lossk�nf Commission expires npc_ 6, 1981 Surety BY Attorney -in -Fact Title NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. HONDO COMPANY 10747 Crawford Canyon Road Santa Ana, California 92705 Subscribed and sworn to before me this 28th day of July 19 78 . My commission expires: January 22, 1980 S /BPttia A_ Devon Notary Public FOR ORIOAL SEE CITY CLERK'S FILE COPY 0 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed Page 6 P TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1978 Buccola Landscape Chapman Burke 630 -1300 1978 The Irvine Company Vir Grady 644 -4191 1979 rite/ of Whittiar Hafjeao Hamann 5,99 -9551 (nark 397P City Qf Irving Howard rraak 541 -2874 (parks) S /R. Lloyd Signed 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Ll 8 64 42 91 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 28 1978 has awarded to HONDO COMPANY hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF ENSIGN VIEW PARK PHASE II CONTRACT NO 2018 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 HONDO COMPANY as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FIFTY EIGHT THOUSAND SEVEN HUNDRED AND NINETY Dollars ($58,798.56 ), EIGHT DOLLARS AND FIFTY SIX CENT said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • • Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby 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 Principal and Surety above named, on the 8TH day of SFPTEmgER , 19'g_. GREAT AMERICAN INSt7RANCF Cn rUnN�al Name of Surety 6330 SAN VICENTE BLVD., LOS ANGELES, CA. Ad e of Surety Approved as to form: i ture an Tit' e o Authorized gent A K. WITT, ATTORNEY —IN —FACT 1 CA. ress o gent ROS =; 7F 1i;' A' ,, City t Y 12x5 E. Las T ;!s.as 7 • 287 -0974 I Caiii. 91773 Te ephone No. of Agent CU. 3 -0726 AT, 7 -G 14 i 0 STATE OF CALIFORNIA SS: COUNTY OF LOS ANGELES On --- 9_-$_- ZB-------------------------------------- before me, the undersigned, a Notary Public of said county and state, personally appeared - ______Sandra K. Witt t known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. � Notary Public BR(IZ)10 Loa Angeles 204337 0 0 Page 10 8 64 42 91 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 28 1978 has awarded to HONDO COMPANY hereinafter designated as the "Principal ", a contract for CONSTRUCTION OF ENSIGN VIEW PARK, PHASE II, CONTRACT NO. 2015 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, HONDO COMPANY as Principal, and GREAT AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED AND SEVENTEEN THOUSAND FIVE HUNDRED Dollars ($117,597.11 AND NINETY SEVEN DOLLARS AND ELEVEN CENTS said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety,. for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 Page 11 (Performance Bond - Continued) 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 Principal and Surety above named, on the 8TH day of SEPTEMBER , 1978 9 Approved as to form: C1 ty t rney pE , I ��orized Signature and T 16 GREAT AMERICAN INSURANCE COMPANY (Seal) Name of Surety 6330 SAN VICENTE BLVD., LOS ANGELES; CA•' Address of Surety \ . / .......... Signature and Title of Authorized Agent SANDRA K. WITT ATTORNEY -IN -FACT Address of Agent 1275 E. LAS TUNAS DRIVE SAN GABRIEL, CALIFORNIA 287 -0974 hwo:,,rr 15 ;a;e A'; Cy Telephone No. of Agent 1410 L. LaS tunas nve San Gabriel, Calif. 91778 CU. 3.0726 AT, 7.0974 STATE OF CALIFORNIA } 5s: ..-- .------ ----- -- _- .--- _- ._- _ - - - -- COUNTY OF Los ANGELES On -------- 9 8- 76. ------------- .------- .-------- ., before me, the undersigned, a Notary Public of said county and state, personally appeared ------- Sandy- a --- K,,--W itt ---------- ---------- -------------------------- ------------------------ known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. Notary P lib c M BR(12)10 Loa Augeks 209337 0 CONTRACT 0 Page 12 THIS AGREEMENT, made and entered into this�day lg-7—L, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and HONDO COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises. and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Ll 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: City Z CITY OF NEWPORT BEACH, CALIFORNIA By: ua2 & fa By: Title • • PR 1 of 10 CONTRACT NO. C -2015 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR ENSIGN VIEW PARK PHASE II PROPOSAL The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -2015 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: No. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE SITE DEMOLITION, GRADING & CONSTRUCTION Mobi jzdtion, 1. Lump sum Demo ition, clearing & grubbing Nine thousand @ Two hundred eighty Dollars and No Cents Lump Sum 2. 586 cu. yds Cut and placement of fill on site @ Six Dollars and Seventy Cents Per cu. yd. $ 6.70 $ LR • PR 2 of 10 Ensign View Park NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 3. 659 cu. yds. Cut and export off -site 4 R 11 7 91 0 @ Four Dollars and Pweu t y Y dfs". p Cents a 25 $ 2 800 75 Lump sum Finish grading and compaction, as specified Four thousand @ Four hundred ten Dollars and No Cents Lump Sum 8 each Construct 6 - 6" dia. catch basins per detail 213 lin. ft 165 lin. ft 23 lin. ft. 291 lin. ft 10A. 136 tons A.C. $ $ 4,410.00 @Forty -nine Dollars and No Cents $ 49.00 $ 392.00 Per each Construct 6" PVC drain line @Six Dollars and No Cents $ 6.00 $ 1-27R-On Per lin. ft. Construct 8" PVC drain line @Eight Dollars and No Cents $ R_nn $ 1. 2n _on Per lin. ft. Construct 18" R.C.P. drain line @Thirty Dollars and No Cents $ 30.00 $ 690.00 Per lin. ft. Construct type "A" P.C.C. curb, gutter per Std. Dwg. No. 182 -L. @3ix Dollars and No Cents Per lin. ft. Construct 2" A.C. pavement over 4" A.B. �qwP„ty -fi ye Dollars and Per tonrifty_,,,,p Cents IM $ 25.51 $x.469.36 • PR 3 of 10 Ensign View Park ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 105. Furnish and compact imported 272 tons aggregate base. @ Fourteen Dollars and No Cents $ 14.00 $ 3.808.00 Per ton 11. 476 lin. ft. Construct Type "B" PCC curbs per Std. Dwg. No. 182 -L. .(Include curb depressions & o' curb face) @ Six Dollars and Fifty Cents $ 6_sn $ 3.094.00 Per tin. ft. 12. Lump sum Construct Type II PCC Commercial drive approach per Std. Dwg. #161 -L One thousand @ Three hundred twenty Dollars and No Cents $ - -- $1,320.00 Lump sum 13. 6457 sq ft Construct 3z" min. thk. natural conc. paving w/ light broom finish @ One Dollars and Six y_five Cents $ 1.65 $10- 654.05 Per sq ft 14. 760 sq ft Construct 760 sq ft PCC stamped paving @ Thraa Dollars and Cents $ 3 Fn $ 2 660.00 Per sq t 15. Lump sum Construct cone. steps per detail Four thousand @ Four hundred sixty -fnur Dollars and No Cents $ ___ $ 4y4F4_nn Lump sum PR 4 of 10 Ensign View Park 11"19 ,(V/V,I111 1161-1 UL JVnAU I1V1, VI,11 IVIML N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 55 lin. ft. Construct PCC seat wall per detail @ Forty -cix Dollars and Per No lin. ft. Cents $ 46.00 $ 2,530.00 17. 232 lin. ft. Construct 18" PCC drain swale @ six Dollars and No Cents $ 6.00 $1.392.00 Per Iin. ft. 18. 2 each Install 3 "x8" galv. stl. "Thru Curb" drain @ Two hundred Dollars and No Cents $ 206.00 $ 400.00 Per each 19. Lump sum Construct PCC junction structure similar to Std. Dwg. #300 -L, 303 -L & 305 -L Modified Plan, & 1811x181' junction box @ Thirteen hundred Dollars and No Cents $ -- $1.300.00 Lump sum 20. Lump sum Construct PCC ramp similar to Std. Dwg.181 -L @ One hundred Dollars and No Cents $ _ $ loo.00 Lump sum 21. Lump sum Construct curb access depression similar to STD. Dwg. 181 -L. @ One hundred forty -five Dollars and Nn Cents $ _ $ 145.00 Lump sum NO. AND UNIT 22. Lump sum 23. 326 sq ft 0 24. 42ac1- 0 25. 4. j*-s -= 26. 12 each 0 27. }} -each • • PR5of 10 Ensign View Park CE Construct PCC catch basin per detail @ Six hundred Dollars and No Cents $ $ 600.00 Lump sum Install "Turfblock" per detail @ Three Dollars and No Cents $ 3.00 $ 078 On Per sq ft Furnish and install trash receptacles This item "Litter King" #L -24,or approved equal deleted from j @Otte- hundred eighty Dollars award of contract. and 0 No Cents $ 1Rn_nn $ 726_00 per each Install precast drinking fountain "Haws" #3050 or equal, and sump This item deleted from award of contract.' One thousand @Thrpp hundred pight,/_pight Dollars —''and 0 Nn Cents $ $ }s388 -AA Lump sum Furnish & install bicycle blocks @Twenty -five Dollars and No Cents $ 25.00 $ 3nn_nn Per each Install preconst. 6' benches #076 as manufactured by Landscape Structures, Inc. or approved equal This item deleted from award of contract. @Four hundred fifty Dollars and 0 No Per each Per $ 450.00 $4y959:g9 0 28. 2,-9&G4 Install 6' picnic tables with benches This item #600 as manufactured by Landscape deleted from Structures, Inc. or approved equal award of contract. @Six hundrPd Dollars and 0 Nn Cents $ 600.00 - 4�29e:ee • PR 6 of 10 Ensign View Park ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 29. Lump sum Install telescope to be provided by City F.O.B. on -site @ Two hundred fifty Dollars and No Cents $ - $ 250.00 Lump sum 30. Lump sum Relocate existing information sign with conc. footings @ Two hundred Dollars and No Cents $ - -- $ 200.00 Lump sum 31. 60 lin. ft. Construct 42" high chain link fence @ Five Dollars and No Cents $ -- $ 300.00 Per liT. ft. 32. Lump sum Construct amphitheater including 304 lin. ft. seatwall, stage, stage steps and backdrop. Install decomposed granite paving. Seventeen thousand @ Seven hundred fifty -nine Dollars and No Cents $ -- $17,759.00 Lump sum TOTAL PRICE FOR ITEMS 1 THROUGH 32 TOTAL SITE DEMOLITION, GRADING & CONSTRUCTION: Eighty -one thousand five hundred sixty -six E egly- n}ae- igeusan9- a }eht- hundred- twe;;gfear Dollars and Thirty -six Cents ALL SITE LIGHTING 33. Lump sum Install conduit with pull cords under all paved areas $ 81,566.36 - - -89- 824 -36 j @ Four hundred Dollars and No Cents $ Lump sum $ 400.00 • • PR 7 of 10 Ensign View Park ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. Lump sun Provide electrical hook up for automatic controller @Two hundred Dollars and No Cents $ 200.00 $ 200.00 Lump sun 0 35. _Lump. _s.= Complete all site electrical work except items 33 & 34 Nine thousand @Five hundred eighty -nine Dollars and Nn Cents Lump sun This item deleted from award of contract. TOTAL PRICE FOR ITEMS 33 THROUGH 35 TOTAL SITE ELECTRICAL: Six hundred ��.,- eheesape- eAe- kda�Red- eabiv -rtwe Dollars No and $ 600.00 No Cents. $_}9T }89:89 ALL SITE IRRIGATION 36. Lump sun TOTAL PRICE FOR ITEM 36 ALL SITE IRRIGATION AS PER PLANS AND SPECIFICATIONS: IIt Twenty -one thousand one hundred forty Dollars and No ..Cents $ 21,140.00 ALL SITE PLANTING 37. irunp -tte Relocate Olive tree, prune & clean -up This item existing plant material deleted from award of contract. @ Two thnusand five hundred Dollars and 0 Nn Cents $ Lump sum 38. Lump sum Provide soil preparation and finish This item grading @ Eleven thousand five hundred reduced by $2,500. @ Eourteeo- tdousaod_ Dollars and $ 11,500.00 No Cents $ - -- $ 14 ;999:99 Lump sum 0 0 PR 8 of 10 Ensign View Park TIER— QUVNTIT -- ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39. Lump sum Furnish and install ground cover from flats Two thousand @ Three hundred six Dollars and No Cents $ - -- $ 2,306.00 Lump sum 40. Lump sum Plant turf 41. Lump sum 42. 1 each @ Three thousand Seven hundre (tollars and No Cents $ - -- $ 3,700.00 Lump sum Hydroseed slopes @ One thousand five hundred Dollars No Cents $ - -- $ 1,500.00 Lump sum Furnish & Plant 36" box tree @ Five hundred fifty Dollars and No Cents $ 550.00 $ 550.00 Per each 0 43. 14 —e"h- Furnish & plant 24" box tree @One hundred seventy -seven Dollars and No Cents Per each 21 each 44. -7 each Furnish & plant 15 gal. trees @ Fifty -five Dollars and Cents Per eac 45. 44 each Furnish & Plant 5 gal. trees This item deleted from award of contract. $ 177.00 $- 2.472 -99- This item increased by 14 trees. 1,165.50 $ 55.50 99A -66 @ Twenty Dollars and No Cents $ ?n nn $ 880.o0 Per each • . PR 9 of 10 Ensign View Park .. ITEM QUANTITY ITEM DESCRIPTION I I UNIT TOTAL - NO. AND UNIT UNIT PRICE WRITTEN IN WORDS I PRICE PRICE 46. 3 each 115 each 47. Z11_4ach. 48. 11 each 654 each 49. 1198. aarli_ 50. Lump sum Furnish and plant 5 gal. espalier shrubs @ Twenty Dollars and No Cents Per each Furnish & plant 5 gal. shrubs @ Sixteen Dollars and �iie Cents Peer eac Furnish and plant 1 gal. vines $ 20.00 $ 60.00 Reduce quantity by 156. $ 16.65 @ S;x Dollars and Cents $ 6.70 Per eac Furnish and plant 1 gal. shrubs and vines $ 1,914:75 $- 4,612 :3§ $ 73.70 Increase quantity by 156. @ Six Dollars and $ 4,381.80 Seventy Cents $ 6:70 $.4r33649 Per each Provide 60 days maintenance @ Two thousand five hundred Dollars and No Cents $ = -- $ 21500.00 TOTAL PRICE FOR ITEMS 37 THROUGH 50 TOTAL SITE PLANTING: Thirty Thousand five hundred thirty -one - irta�eiabj_ hnusaad -seven hundred_eiohty_ four Dollars Seventy -fiv and �IipQ� -f3va- e Cents TOTAL PRICE FOR ITEMS 1 THROUGH 50 - BASE BID: One hundred thirty -three thousand eight hundred thirty -eight Aee- buadred - #a ## - aaee- #geusapd- aaae- buadred- tb4rtj Dollars Eleven Q-19 AZ and Ikartu -eae Cents $ 30,531.75 $--38.78445 $ 133,838:11 ¢- X59,938.33 i • • PR 10 of 10 Ensign View Park DEDUCTIVE BID ITEM NO. 1 Delete construction of amphitheater (seatwall, stage, stage steps and backdrop), and construct per alternate details. Deduct from Base Bid price: Sixteen thousand two hundred fifty -nine _ Dollars and No Cents $ 16,259.00 *TOTAL AMOUNT OF CONTRACT AWARDED BY CITY COUNCIL: One hundred seventeen thousand five hundred ninety -seven Dollars and Eleven Cents $117,597.11 HONDO COMPANY Bidder's Name August 2, 1978 Date S /R. Lloyd Authorized Signature CONTRACTOR'S LICENSE NO. 310123 CONTRACTOR'S ADDRESS 10747 Crawford Canvon Road. Santa Ana 92705 TELEPHONE NUMBER 532 -1833 *Contract awarded by City Council (with agreement of contractor) includes base bid less items 24, 25, 27, 28, 32, 35, 37, 43, and portions of 38 and 47; additional units of work under items 44 and 49; and including deductive bid item No. 1. CITY OF NEWPORT BEACH CONTRACT NO. C -2015 INDEX TO SPECIAL PROVISIONS FOR ENSIGN VIEW PARK - PHASE II PAGE DIVISION 1 - GENERAL REQUIREMENTS. . . . . . . . . . . . 1 Section lA Scope of Work: and Award of Contract. . . 1 Section 1B Supplementary General Conditions. . . . . 2 Section 1C Special Provisions. . . . . . . . . . . . 3 DIVISION 2 - SITE WORK . . . . . . . . . . . . . . . 6 Section 2A Demolition, Clearing & Grub6ing . . . . . 6 Section 2B Excavation & Site Grading . . . . . . . . 7 Section 2C Asphalt . . . . . . . . . . . . . . . . . 10 Section 2D Concrete . . . . . . . . . . . . . . . . . 12 Section 2F Special Landscape Items . . . . . . . . . 14 Section 2G Electrical Specifications . . . . . . . . 16. Section 2H Irrigation System . . . . . . . . . . . . 20 Section 2I Planting. . . . . . . ... . . . . . . . . 38 Section 2J Completion Cleaning . . . . . . . . . . . 54 • CITY OF NEWPORT BEACH . PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES & RECREATION DEPARTMENT SPECIAL PROVISIONS ENSIGN VIEW PARK - PHASE II DIVISION 1 - GENERAL REQUIREMENTS SECTION IA - SCOPE OF WORK; AND AWARD OF CONTRACT The work to be done under this contract consists of the construction of improvements for Ensign View Park at 2501 Cliff Drive, Newport Beach. The items of work consist of clearing and grubbing, grading, construction of an A.C. pedestrian and bicycle path, concrete rolled curbs and street paving, landscaping, access ramps, landscape lighting system, concrete and wood staircase with handrail, tot lot area, and miscellaneous street furniture, etc. The work requires furnishing all labor, equipment, material, transportation, and services necessary to complete all the work as shown on the City of Newport Beach Drawing No. P- 5083 -S and in accordance with these Special Provisions, the City's Standard Special Provisions and Drawings, and the City's Standard Specifications, where applicable, the 1973 Uniform Building Code and the 1975 National Electric Code. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc., 3044 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. Bidders, contractors, subcontractors, suppliers and other individuals affecting this work are hereby directed as a condition of this contract to obtain copies of these documents in the number of copies necessary to fully acquaint themselves with the articles contained herein. Special notice is given that no contractual adjustments, additional charges or any other compensation will be granted due to insufficient preparation or failure on the part of anyone to adequately understand the provisions and requirements set forth in these documents. Each bidder shall submit a price for each bid item listed in the bid proposal. The determination of the low bid shall be based upon the total price bid for the base bid (Items 1 -50 inclusive). The City expressly reserves the right to include the deductive bid item No. 1 in the award of contract; and the City also reserves the right to delete item No. 35 in its entirety from the award of contract. The City shall specify in its award of contract whether or not it wishes to include the deductive bid item No. 1 in the contract, and also whether or not it wishes to delete item No. 35 from the contract. CITY OF NEWPORT BEACH SECTION IA ENSIGN VIEW PARK Page 2 0 SECTION 1B - SUPPLEMENTARY GENERAL CONDITIONS The SUPPLEMENTARY GENERAL CONDITIONS contain additions to the Standard Specifications. In the event of conflict between the Supplementary General Conditions and the Standard Specifications, the Supplementary General Conditions will prevail. 18.1 SAFETY ORDERS The Contractor shall have, at the worksite, copies or suitable extracts of Construction Safety Orders and General Industrial Safety Orders issued by the State Division of Industrial Safety. He shall comply with the provisions of these and all other applicable laws, ordinances and regulations. 1B.2 GUARANTEES Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City and shall repair and replace any and all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and /or materials within the one (1) year period from date of acceptance, without any expense whatsoever to the City, ordinary wear and tear and usual abuse or neglect excepted. In the event of failure to comply with the above - mentioned conditions within a week after being notified in writing, the City is hereby autho- rized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefor immediately on demand. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 16 Page 3 SECTION 1C - SPECIAL PROVISIONS 1C.1 PRE - CONSTRUCTION CONFERENCE The Contractor and his superintendent shall meet with the City within ten (10) days after Award of Contract to discuss matters regarding the execution of the contract, and the scheduling and conduct of the work. IC.2 PROGRESS MEETING The City may require job progress meetings during the process of construction. The Contractor and any or all of.his subcontractors shall attend these meetings as directed. 1C.3 TIME FOR COMPLETION All work to be performed under this Contract shall be completed within ninety (90) consecutive calendar days after award of Contract by City. The time slated for completion shall include final clean- up of the premises and up to the time when the maintenance/ establishment period begins. The maintenance /establishment period will start at the conclusion and acceptance of construction and run for a minimum of sixty (60) days. 1C.4 CONSTRUCTION SURVEY STAKING Field surveys for control of all park grading and construction shall be the responsibility of the Contractor except that field surveys for the control of roadway work including street paving, and curb and gutter shall be provided by the City. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made thereof. The Contractor's licensed engineer or surveyor shall submit a Statement of Certification verifying the accuracy of the grading work in conformance with the documents. CITY OF NEWPORT BEACH SECTION 1C ENSIGN VIEW PARK Page 4 • 1C.5 SITE MAINTENANCE & PROTECTION Special attention is directed to Section 7 -8 of the Standard Specifications regarding site maintenance and Sections 5 -2, 5 -3, 5 -4 and 7 -9 regarding protection of existing utilities and improvements. 1C.6 RETENTION OF EXISTING TREES AND PLANT MATERIAL 1C.6.1 Protection. All existing trees and shrubs not indicated on plan for remova —hall be undisturbed and protected from damage. All vehicles shall be kept a minimum of 20' away and so routed that no limbs are broken or bark damaged or removed. No guy wires, ropes, drag lines or other fastenings shall be attached to or around any tree shown to remain. No fuel or contaminants shall be stored adjacent to existing trees. The City shall be notified if conflicts exist between drawings and site disposition of trees and shrubs designated to be preserved. 1C.6.2 Root Pruning. If roots larger than 2" in diameter are encountered in the grading process, they shall be cut with approved pruning tools. Ripping of roots is not permitted. 1C.6.3 Injury or Damage, Tree damage is any damage to trees such as scarring, breaking, tearing or bruising of trunk, branches.or'.limbs. If any tree is injured or destroyed during the course of /or as a result of construction operation, the Contractor shall repair the damages or replace the tree on a replacement basis of an equal size or payment to the City for an equal container size and labor to plant. All replacement and payment shall be made by the Contractor at no additional prices to the City. The City shall be the final judge of the need and extent of replacement or payment. His judgment will be final. 1C.6.4 Tree Surgery. Any tree damaged irrespective of its location shall be repaired by a qualified tree surgeon. The tree surgeon shall be adequately qualified and subject to approval by the City. All compensation for such surgical work shall be borne by the Contractor with no additional price or costs to the City. Surgical work shall include but not be limited to the following: - tracing and shaping wounds - removing damaged limbs - "cleaning" broken limbs - sealing of all cuts and wounds CITY OF NEWPORT BEACH SECTION 1C ENSIGN VIEW PARK 1C.6.5 Other Landscape Damage. Unless otherwise indicated on the drawings, the retention and protection of all shrub material is of utmost importance. Damage or destruction of such material shall be replaced on an equal size basis or payment to the City for an equal container size equal to those prices quoted in the Form of Proposal. All replacement and payment shall be made by the Contractor at no additional prices to the City. The City shall be the final judge of the need and extent of replacement or payment. His judgment will be final. 1C.7 WATER The Contractor shall make his own provisions for obtaining and apply- ing water necessary to perform his work. If the Contractor wishes to use available City water, it will be his responsibility to make arrangements for water purchases by contacting the City's Assistant Utilities .Superintendent, Mr. Jim Frost, at (714) 640 -2221. 1C.8 CLEAN -UP The Contractor shall clean up and remove from the site, all unused materials and debris resulting from the performance of the work no less than each Friday before leaving the site, once a week and /or the last working day each week. All trash shall be removed com- pletely from the project site. CITY OF NEWPORT BEACH SECTION 1C ENSIGN VIEW PARK Page Page 6 DIVISION 2 - SITE WORK SECTION 2A - DEMOLITION, CLEARING & GRUBBING 2A.1 STANDARD SPECIFICATIONS All Demolition, Clearing and Grubbing work shall conform to the City's Standard Specifications. 2A.2 ITEMS OF WORK The work is shown on the Demolition Plan. No separate payment will be made for any item not shown on the base bid proposal. Therefore, all work shall be included in the base bid price. The finished project shall reflect the spirit and intent of the plans. 2A.3 DEMOLITION, CLEARING AND GRUBBING a. The entire project area shall be cleared and grubbed in conform- ance with Section 300 -1 of the Standard Specifications except as modified on the drawings and herein. All work shall be conducted in an orderly and workmanlike manner. As far as is practicable, noise and dust shall be kept at a minimum in deference to the surrounding community. b. All cleared material shall be removed from the site and disposed of in a legal manner. No burning will be permitted. c. Protect trees and plant material shown to remain as per Section 1C.6. d. Do not trim or cut existing trees or plant material except as directed by the City. See Section 2I for specifications for transplanting of the existing olive tree, and clean -up of existing trees. 2A4. INSPECTION The City shall maintain continuous inspection of all work. CITY OF NEWPORT BEACH SECTION 2A ENSIGN VIEW PARK Page 7 SECTION 2B - EXCAVATION & SITE GRADING 26.1 STANDARD SPECIFICATIONS All Excavation & Site Grading work shall conform to the City's Standard Specifications. 2B.2 ITEMS OF WORK The work is shown on the drawings. No separate payment will be made for any item not shown on the base bid proposal. Therefore, all work shall be included in the base bid price. 28.3 TOLERANCE All areas of the site, including all earth mounds and walkway areas shall be rough graded to a tolerance of +/- 0.1 foot as indicated on the plans. All areas shall be left neat, smooth and uniform in appearance. 2B.4 SUBSURFACE DATA A letter regarding subsurface conditions is available for the Contractor's inspection at the Public Works Department, City Hall, 3300 Newport Boulevard, Newport Beach, California. Attention is directed to Section 2 -7 of the Standard Specifications regarding subsurface data. 2B.5 EXISTING UTILITIES The Contractor shall investigate and protect all existing utilities in conformance with Section 5 of the Standard Specifications. Known utilities are indicated on the drawings. Prior to performing con- struction work, the Contractor shall be responsible for requesting each utility company to locate its facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the drawings. 2B -6 EXISTING. PLANT MATERIAL Attention is directed to Section 1C.6 of these specifications. 2B -7 SITE ROUGH GRADING The Contractor shall grade the site to the lines and grades shown on the plans. Debris, other deleterious materials, organic or non - organic debris or concrete, etc., encountered during the grading operation shall be removed from the site and disposed of in a legal manner. Excess cut material not used in the grading operation shall be removed from the site and disposed of in a legal manner. CITY OF NEWPORT BEACH SECTION 2B ENSIGN VIEW PARK . Page 8 • 2B.7 (continued) The lump sum price bid for site rough grading shall include but not be limited to the required unclassified excavation and fill necessary to bring the paved areas to sub -grade elevation and the turf and ground cover areas to a uniform grade below finished grade. Except for the work included in clearing and grubbing, this item shall also include all costs involved with the removal and disposal of debris, other deleterious materials, organic or non - organic debris, or concrete encountered in the grading operation. 2B.8 FILL a. All fill material must be approved by the City. b. On site excavated materials free of organic contaminants are to be used where approved. c. Fill material must be approved by the City and shall be non - expansive, predominantly granular material, free from organic contaminants, must be capable of attaining the required compacted densities as may be required to attain final grade. d. Rock larger than 6 inches in diameter shall be removed from all fills to be compacted. e. Fill shall be compacted per sec. 301 -1.3 of Std. Specs. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2B 0 0 Page 9 2B.9 OMITTED. 28.10 DRAINAGE a. Drain inlets, outlets, drain pipes and revetted slope shall be installed as indicated on the drawings, and specified.herein. Where required, connections to existing piping shall be made. b. If during construction and the ensuing maintenance period, drainage problems arise out of contractor work such as, but not limited to, low spots, slides, gullies and general erosion, the Contractor shall be responsible to.repair these areas to a con- dition equal to their original condition and in so doing, shall prevent further drainage problems from occurring. 2B.11 TRENCHING a. Trenching shall conform to Standard Specifications Section 306 except as modified by drawings or herein. b. Trenching and Backfill under Paving: (1) Trenches located under areas where paving, asphaltic concrete or concrete, will be installed shall be backfilled with sand (a layer six inches below the pipe and three 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 un- disturbed soil and shall be left in a firm unyielding condition. All trenches shall be left flush with the adjoining grade. Sleeves shall be installed under paving as per plan. (2) Generally, piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of side- walks and /or concrete is necessary, it shall be done and re- placed by the Contractor as part of the contract cost. Per - mission to cut or break sidewalks and /or concrete shall be obtained from the City. (3) Provide for a minimum cover of twenty -four inches for all sleeves installed under asphaltic concrete paving. Paint locations of sleeves on paving or curb above. CITY OF NEWPORT BEACH SECTION 28 ENSIGN VIEW PARK Page 10 SECTION 2C - ASPHALT 2C.1 REFERENCE STANDARDS Asphaltic concrete Section 302 -5 and Section except as herein modified. 2C.2 ITEMS OF WORK 0 work shall be in conformance with 400 -4 of the Standard Specifications The work is shown on the drawings. No payment will be made for an item shown on the drawings or specified herein that is not specifi- cally set forth in the Base Bid Proposal. Therefore, all costs and prices shall be included in the proposal. Work shall include but will not be limited to construction of asphaltic concrete paving for vehicular and pedestrian use. Prior to placement of base, the area to receive paving shall be fine graded to the lines and grades shown on the plans accounting for depth of base and pavement and compacted to 90%-minimum relative compaction. 2C.3 PRODUCTS 2C.3.1 As haltic Concrete. Asphaltic concrete shall be Type III - C3 - R - 4000, placed to a minimum 2" or 3" thickness as shown on plans. 2C. 3.2 Tack Coat. Where pavingis to be placed directly on an existing asphalt concrete surface.or against concrete improvements, a tack coat shall be applied in'accordance with Section 302 -5.3 of the Standard Specifications. 2C.3.3 Prime Coat. Prime coat shall be applied prior to placement of asphalt concrete in accordance with Section 302 -5.2 of the Standard Specifications. 2C.3.4 A re ate Base. Aggregate base shall conform to and shall be placed in con ormance with Sections 200 -2.4 and 301 -2 of the Standard Specifications. 2C. 3.5 Weed Killer. "Borescu" applied at 5 to 10 lbs. per 100 sq ft: "Po ybor Chlorate" applied at 2 to 4 lbs. per 100 sq. ft., or "Noxweed # .10" applied at 2 gallons per 100 sq ft. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2C • Page 11 2C.4 CONSTRUCTION & INSTALLATION 2C.4.1 Protection of Work. Curbs, walls and other work to be covered with suitable material and protected from injury by equipment and contact with oil, emulsion or asphalt. All manholes, catch basins and other gratings to be covered with suitable material so that no asphalt or emulsion will come in contact with the inside walls or floors of the structures. Any damage to such work shall be repaired and /or replaced at Contractor's expense. 2C. 4.2 Weed Killer. After grading, rolling of s.ub -base and installation of header, and prior to placing of asphaltic concrete, treat all sub -. grade or base to receive asphaltic concrete, except areas within 20' or within the dripline of existing trees, with soil sterilant or contact -type weed killer, in accordance with manufacturer's instruc- tions. Take extreme precaution to confine weed poison to area to be covered by asphaltic concrete. The soil of any planting area contam- inated by sterilant shall be removed and replaced as determined by the City. Provide all necessary protection to prevent injury or damage to life or property. 2C.4.3 Finish. The surface shall pitch l% to drain unless indicated other- wise. All areas shall be tested by watering down to indicate water pockets. 2C.4.4 Tolerance. Plus or minus 1/4 inch at any point. At no point shall the surface fail to drain. 2C.4.5 No asphaltic material shall be laid when the temperature of the air is 50 degrees F. or less, and falling, or during unfavorable weather conditions. 2C.4.6 Protection. Protect from traffic during all operations in a manner approved by the City. CITY OF NEWPORT BEACH SECTION 2C ENSIGN VIEW PARK Page 12 0 0 SECTION 2D - CONCRETE 2D.1 CONCRETE PAVING, CURBS, AND MISCELLANEOUS CONCRETE The concrete paving, curbs, walls and miscellaneous concrete construction shall conform to the requirements of Sections 302.6, 303 -5 and 201 -1 of the Standard Specifications except as herein modified. 2D.1.2 Stamped Concrete Paving 2D.1.2.1 Scope: Furnish and install ornamented concrete paving, in ungrouted fishscale cobblestone pattern as directed. 20.1.2.2 Samples: Prepare samples of ornamented concrete, miminum size 2' -0" square, meeting all requirements of this specification. Unacceptable work shall be removed and replaced. Do not place concrete on project until samples are approved. 2D.1.2.3 General Requirements: Concrete work shall be performed by Contractor regularly engaged in such work. The following contractors have been approved: John T. Dryden Leonite Concrete, Inc. P.O. Box 206 1570 East Edinger Coronado, Calif. 92118 Santa Ana, Calif. (714) 437 -1153 (714) 640 -4349 Ray Jordan, Patterned Concrete P.O. Box 583 San Juan Capistrano, Calif. 92675 (714) 496 -5504 Sullivan Concrete Textures P.O. Box 1033 Pacific Palisades, Calif. 90272 (213) 454 -8671 2D.1.2.4 Materials: a. Cement: ASTM C 150 Type. b. Aggregate: Conform to ASTM C 33, maximum size 1/4 ". c. Water: Fresh, clean and potable. d. Admixture: Air - entraining agent complying with ASTM C -260 an or normal -set or retard -set water - reducing complying with ASTM C 494. e. Color Topping: L. M. SCOFIELD "Lithochrome ". Color A -24 "Russet" CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2D Page 13 2D.1.2.4 (continued) f. Wax Sealer: Wax sealer by same manufacturer specified for co or topping material. 2D.1.2.5 Mix Design: Establish a mix design for the work. Concrete shall have a minimum compressive strength of 3,000 psi. Admixture, as specified, may be used. Agents containing calcium chloride will not be permitted in the mix. 2D.1.2.6 Placing and Coloring: Place concrete between concrete headers as indicated on drawings. Screed level and wood float to a uniform surface. Dust on color topping by dry -shake method and float to imbed color. Repeat process until desired color has been obtained. Apply a minimum of 60 pounds of color topping per 100 square feet. Trowel only after the final floating. Final surface shall be some- what rough to resemble cobblestone. 2D.1.2.7 Patterning: When trowelling has been completed and while concrete is still in plastic stage of set, entire surface shall be stamped with the proper pattern, to 3/4" depth. Layout work so patterns are balanced. 2D. 1. 2.8 Curing: Apply Colorwax sealer in the matching color, thinned in the proportion of 4 parts wax to 3. parts mineral spirits (paint thinner). Apply uniformly with a roller or motor driven power sprayer. Cover- age shall be approximately 600 to 650 square feet per gallon of unthinned colorwax. 2D.2 CLEAN -UP The Contractor shall clean up and remove from the premises all unused material debris resulting from the performance of the work of this Section. CITY OF NEWPORT BEACH SECTION 2D ENSIGN VIEW PARK Page 14 • 0 SECTION 2F - SPECIAL LANDSCAPE ITEMS 2F.1 GENERAL All of the provisions of the General Conditions, Supplementary General Conditions, and the Special Conditions of the Specifications shall apply with the same force and effect as though written in full herein. 2F.2 SCOPE The work of this section includes all labor, materials, and equip- ment required to install and /or construct site furnishings. The work shall be performed in accordance with the best standards of practice relating to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings and these specifications. All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work are hereby in- corporated 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 con- flict 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. 2F.3 PRODUCTS 2F.3.1 Two (2) Drinking Fountains. Haws No. 3050, Step 6615 with sump. Install as detailed. 2F.3.2 Twelve (12) Bicycle Blocks. Cast Concrete Brooks (tel: 714- 523 - 8111), Artlo Tel: 714 - 637 -2120), or approved equal. 2F.3.3 Two (2) Picnic Tables. 6' table with benches Landscape Structures #600 or approved equal. Install as per manufacturer's instructions. 2F.3.4 Eleven (11) Benches. 6' bench direct bury type, in 2 - 12" diameter by 24" deep concrete footings. Landscape Structures #076 (tel: 714- 633 -1571) or approved equal. Install per manufacturer's instructions. 2F.3.5 Four (4) Trash Receptacles. 30" x 24" diameter wood slat enclosure, Litter King #L -24, or approved equal, to house 22 gallon brown trash container and dome top, Litter King #D -14, or approved equal. Install and set in 12" sq. conc. ftg., as per manufacturer's instructions. CITY OF NEWPORT BEACH SECTION 2F ENSIGN VIEW PARK J 2F.4 EXECUTION • Page 15 If during construction or the ensuing maintenance period, any mechanical, structural or finish problems arise out of the Contractor's work, or through defects in materials, the Contractor shall be responsible to repair these areas to a condition equal to their original, and in so doing, shall prevent further problems from occurring. CITY OF NEWPORT BEACH SECTION 2F ENSIGN VIEW PARK Page 16 9 0 SECTION 2G - ELECTRICAL SPECIFICATIONS 2G.1 GENERAL 2G.1.1 Scope All labor, materials, and services required for the installation of complete and satisfactory operable electrical systems. Include all work shown on the drawings and specified herein. 2G.1.2 Code Rules and Regulations All work and materials shall be in full accordance with the latest rules and regulations of the governing electrical code. Nothing in these plans and specifications shall be construed to permit work not conforming to code. 2G.1.3 Permits and Fees Procure all licenses and permits and pay all fees necessary to the prosecution and completion of the work. At completion of the work the Electrical Contractor shall deliver to the City's authorized representative, through the General Contractor,•a certificate of acceptance issued by the local authorities, approving the complete electrical installation. 2G.1.4 Workmanship All material and equipment shall be installed in a neat workmanlike manner. Any material and equipment not so installed shall be removed and replaced at the expense of the Contractor. 2G.1.5 Guarantee Guarantee all materials and equipment for one year from the date of acceptance by City. 2G.1.6 Cutting and Patching The Contractor shall do all cutting and patching necessary in connection with his work and shall make all repairs in a manner satisfactory to the City's authorized representative. He shall repair any damage done to the work of other trades. 2G.1.7 Inspection Work and materials covered by this specification shall be subject to inspection at any time by the City's authorized representative. Should any material not conform with specifications, the Contractor shall, within three days after being notified by the City's authorized representative, remove material from the premises, and, if the material in question has already been installed, the entire expense of removing and replacing same shall be borne by the Contractor. CITY OF NEWPORT BEACH SECTION 2G ENSIGN VIEW PARK 2G.1.8 Grounding 2G. 1.9 • Page 17 The neutral conductor, conduits, and utilization equipment shall be permanently and effectively grounded in accordance with the latest rules of the governing electrical code. Drawings Architectural, plumbing and structural drawings shall be consulted together with electrical drawings. The Contractor shall familiarize himself with his work and such other work as must be carried on in conjunction therewith, in order that materials can be properly installed. The drawings indicate general arrangement of circuits, outlets and other work. 2G.1.10 Shop Drawings Within a reasonable time after award of the contract, and in ample time to prevent delay in construction, the Contractor shall submit to the City's authorized representative for approval five (5) copies of the following drawings prepared by him in accordance with the plans and specifications. a. Pull boxes b. Light poles c. Light fixtures d. Panels e. Wiring 2G.2 MATERIALS 2G.2.1 Conduit a. Rigid conduit shall have U.L. label, zinc coated exterior with zinc or enamel interior and shall be used when installed in or under concrete slabs, in contact with the earth, under public roadways, in masonry walls or exposed on building exterior. Rigid conduit in contact with earth shall be encased 3" on all sides with a concrete envelope, or wrapped with Hunts Wrap Process No. 3. b. PVC Schedule 40 may be used in lieu of rigid steel conduit. Install a code sized insulated conductor (green) ground wire in conduit for continu- ity of equipment ground. 2G.2.2 Outlets Outlet and junction boxes used outside of building shall be cast aluminum as manufactured by Crouse -Hinds Type "FS" or equal with conduit hubs as required. CITY OF NEWPORT BEACH SECTION 2G ENSIGN VIEW PARK Page 78 • 2G. 2.3 Wire and Cable a. Conductors shall be copper #12 AWG minimum unless specifically noted otherwise on drawings. b. Conductors #10 AWG and smaller shall be solid and #8 AWG and larger shall be stranded. Type "THW ", 600 volt, insulation shall be used for all conductors, unless otherwise noted. 2G.2.4 Disconnect Switches Shall be fusible, normal duty, externally operated horsepower rated, 250 -volt, NEMA Type 3R enclosure, with provision for padlocking. 2G.2.5 Panelboards Shall be General Electric Type NLAB or approved equal by Square D Co., I.T.E., Bulldog, Zinsco, Westinghouse, or Cutler Hammer. All circuit breakers shall have provisions for padlocking in the "off" position. Panels shall be a minimum of 20" wide by 5 -3/4" deep. Provide a type - written directory mounted inside the door in a metal frame which shall clearly identify each circuit as to use and location. All circuit breakers shall have 10,000 A.I.C. minimum, unless other- wise noted. Provide engraved plastic screw -on nameplate indicating panel designation. 2G.2.6 Light Fixtures As detailed and specified on drawings, complete with lamps. 2G.3 EXECUTION a. Bury underground conduit to a depth of not less than 24" below finish grade. b. Run exposed conduits at right angles or parallel to structural members, walls, floor or ceiling. c. Install long radius bends (nine times the diameter of conduit) in under- ground runs in excess of 100 feet. 2G.4 INSTALLATION OF CONDUCTORS a. Conductors shall be continuous between outlets or junction box and no splices shall be made except in outlet boxes, pullboxes, panelboard gutters or hand - holes. CITY OF NEWPORT BEACH SECTION 2G ENSIGN VIEW PARK 2G.4 INSTALLATION OF CONDUCTORS (CONT.) • Page 19 b. All joints, splices and taps #10 and smaller (including fixture pigtails) connected with "Ideal" wing nuts or scotchlok connectors, #8 and larger connected with solderless connector or 100% electrolytic copper. c. Oil or grease shall not be used when pulling conductors. Approved cable lubricants only. d. Train conductors neatly in panels, cabinets and equipment. Retighten pressure type lugs on panels and equipment after load has been applied. All branch circuits shall be left tagged in the panelboards, in all gutters and in all junction boxes where used circuits terminate for the purpose of identifying the various circuits. Feeders and mains shall be tagged in the switchboards. The method of tagging shall be with adhesive type marker equal to "Brady ". e. Install a polyvinyl rope pull wire in all empty conduits. CITY OF NEWPORT BEACH SECTION 2G ENSIGN VIEW PARK Page 20 • • SECTION 2H - IRRIGATION SYSTEM 2H.1 GENERAL All of the provisions of the General Conditions, Supplementary General Conditions, and the Special Conditions of the Specifications shall apply with the same force and effect as though written in full herein. 2H.2 SCOPE a. The work of this section includes all labor, materials, and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best stand- ards of practice relating to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings and these specifications. b. 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. Any- thing 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 provi- sions of these specifications and drawings shall take precedence. 2H.3 SCHEDULE OF WORK INCLUDED IN THIS SECTION: a. Verification of site conditions b. Physical layout c. Trenching d. Assembly of system e. Piping under driveways f. Connection to water supply g. Backfilling h. Adjustment of system i. Testing J. Clean up k. Inspection 1. Record drawings m. Guarantees CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK • Page 21 2H.4 WORK NOT INCLUDED IN THIS SECTION.: Items listed by others, N.I.C., or under separate contract. 2H.5 APPROVALS a. All hardscape work shall be inspected and approved before start of any work of this section. b. Prior to commencement of work, locate all electrical cables, conduits, and all utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and irrigation system locations. promptly notify the City who shall arrange for the relocation for one or the other.. Failure to follow this proce- dure places upon the Contractor the.responsibility for, at his own expense, making any and all repairs for damages resulting from work hereunder. c. Coordinate installation of all sprinkler materials, including pipe, so there shall be NO interference existing with or difficulty in planting shrubs, trees, ground covers, or utilities and other construction. d. The Contractor shall obtain and pay for any and all permits and all inspections as required. e. Carefully note all established grades before commencing work. Restore any established grade changed during course of this work to original contours. f. Installations and operations must be approved by the City. 2H.6 QUUANTITIES AND TYPES Irrigation materials shall be furnished in the quantities and/or spacing as shown or noted and shall be of the size and manufacture as indicated on the drawings and specifications. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 22 • i 2H.7 VERIFICATION OF DIMENSIONS AND QUANTITIES a. All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the City of any discrepancy.between drawings and/ or the specifications and actual conditions. No work shall be done in any area where there is such a discrepancy until approval for same has been given by the City. b. Due to the scale 'of the drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such.fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in the most direct and workmanlike manner, so that conflicts between irrigation systems, planting, and architectural features will be avoided. c. The Contractor shall carefully check all grades to satisfy him- self that he may safely proceed before starting work on the sprinkler system.` 2H•8 INSPECTIONS a. Normal progress inspections shall be City at least 48 hours in advance of tion. An inspection will be made by each of the steps listed below. The permitted to initiate the succeeding received written approval to proceed (1) Immediately prior to the commen section. requested from the an anticipated inspec -'. the City on Contractor will not be steps of work until he has by the inspector. :ement of the work of the (2) After trenching and before backfill. (3) Completion of line testing, test to be made prior to back - fill. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK • • Page 23 2H.8 INSPECTIONS (continued) (4) .After placement of all heads and valves for coverage. (5) Final inspection and receipt of "As- Builts ". (6) Final acceptance of, project. b. In no event shall the Contractor cover up or otherwise remove from view any work under this Contract without prior approval. Any work covered prior to inspection shall be opened to view by the Contractor at his expense. c. In the event the Contractor requests inspection of work and said work is incomplete, the Contractor shall be responsible for inspection cost. 2H.9 SUMMITTALS a. Material List: (1) The Contractor shall furnish the articles, equipment, materials or processes specified by name in the drawings and specifica- tions. No substitution will be allowed without prior written approval by the City. (2) Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number and description of all materials and equipment to be used_ (3) Equipment or materials installed or furnished without prior approval of the City may be rejected and the Contractor required to remove such materials from the site at his own expense. (4) Approval of any item, alternate or substitute indicates only that the product or products apparently meet the requirements of the drawings and specifications on the basis of the infor- mation or samples submitted. (5) Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. b. Operation and Maintenance Manuals: (1) Prepare and deliver to the City within 10 calendar days prior to completion of construction, 2 hard cover binders with 3 rings containing the following information: Index sheet stating Contractor's address and telephone number, fist of equipment with name and addresses of local manufacturer's representatives. CITY OF NEWPORT BEACH SECTION 2H ENSI.GN VIEW_PARK _. Page 24 2H.9 SUBMITTALS (continued) Catalog and parts sheets on every material and equipment installed under this Contract. Guarantee statement. Complete operating and maintenance instruction on all major equipment. (2) In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. c. Equipment to be Furnished: (1) Supply as a part of this contract the following tools- 2 sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. One five foot valve key for operation of gate valves for every 5 (or less) gate valves installed. 2 keys for each automatic controller. One quick coupler key, one hose swivel and matching hose swivels for every 4 (or less) quick coupling valves installed. (2) The above mentioned equipment shall be turned over to the City at the conclusion of the project. Before final inspection can occur, evidence that the City has received material must be shown. 2H.10 PRODUCTS All products shall be of new stock and best grade of its kind. It shall be as specified unless otherwise specifically approved, in writing, by the City. Materials not named shall be subject to approval or rejection by the City. In all cases, workmanship and material shall conform to the local plumbing code having jurisdiction. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the drawings and specifications. 22.10.1 Plastic Pipe a. PVC Pressure Mainline Pipe and Fittings: (irrigation and potable water piping); CITY OF NEWPORT BEACH. SECTION 2H ENSIGN VIEW PARK 2H. 10 i PRODUCTS (continued) i Page 25 (1) Pressure mainline piping for sizes 2" and larger, shall be PVC Class 315. (2) Pipe shall be made from an NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D 1784. All pipe must meet requirements as set forth in Federal Specification PS- 22 -70, with an appropriate standard dimension (S.D.R.). (Solvent -weld pipe). (3) Pressure mainline piping for sizes 1 -1/2" and smaller shall be PVC Schedule 40 with solvent welded joint. (4) Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification 1785. All pipe must meet requirements as set forth in Federal Specification PS- 21 -70. (.Solvent -weld Pipe). (5) Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. (6) All PVC pipe must bear the following markings: (a) Manufacturer's name (b) Nominal pipe size (c) Schedule or class (d) Pressure rating in P.S.I. (e) NSF (National Sanitation Foundation) approval (f) Date of extrusion (7) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. All fittings shall be Schedule 40, 1 -2, II -I except that fittings between the point of con- nection and the backflow preventer shall be Schedule 80. b. PVC Non - Pressure Lateral Line Piping: (1) Non - pressure buried lateral line piping shall be PVC Class 200 with solvent -weld joints. (2) Pipe shall be made from NSF approved, Type I, Grade II PVC' compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS -22 -70 with an appropriate standard dimension ratio. (3) Except as noted in paragraphs b. (1) and (2) above, all re- quirements for non - pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure mainline pipe and fit- tings as set forth in 2H.10.1.a. of these specifications. CITY OF.NEWPORT .BEACH ERIS1Gii._Jf��K _ SECTION 2H Page 26 • 2H.10.2 Fittings, Nipples and Risers a. PVC solvent -weld fittings shall be Schedule 40, 1 -2, II -I NSF approved conforming to ASTM test procedure. D2466. b. All risers and nipples shall be galvanized standard weight, Schedule 40 steel pipe, or Schedule 80 PVC as shown on the drawings, details or legend. 2H.10.3 Brass Pipe and Fittings a. Where indicated on the drawings, use red brass screwed pipe con- forming to Federal Specification #WW -P -351. b. Fittings shall be red brass conforming to Federal Specification #WW -P -460. 2H.10.4 Galvanized Pipe Fittings: a. Where indicated on the drawings, use galvanized steel pipe ASA Schedule 40 mild steel screwed pipe. b. Fittings shall be medium galvanized screwed beaded malleable iron. Galvanized couplings may be merchant coupling. c. All galvanized pipe and fittings installed below grade shall be painted with two (2) coats of Koppers #50 Bitumastic. 2H.10.5 Gate Valves: a. Gate valves 3" and smaller shall be 125 lb. SWP bronze gate valve with screw -in bonnet, nonrising stem and solid wedge disc. b. Gate valves 3" and smaller shall have threaded ends and shall be equipped with a bronze handwheel. c. Gate valves 3" and smaller shall be similar to those manufactpred by Hammond or approved equal. d. All gate valves shall be installed per installation detail. 2H.10.6 Quick Coupling Valves a. Quick coupling valves shall have a brass two -piece body designed for working pressure of 150 F.S.I. operable with quick coupler. Key size and type shall be as shown on plans. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK • • Page 27 2H.10.7 Backflow Prevention Units a. Backflow preventer shall operate on a "reduced pressure" principle. Pressure differentials shall be maintained by two spring - loaded diaphragm actuated differential pressure relief valves. Failure of any part vital to prevention of backflow shall be indicated by a continuous discharge from relief valve opening. Moving parts shall be easily removed and replaced without disconnecting preventer. Parts shall be made of corrosion resistant materials and be of heavy duty construction. Unit shall operate automatically on line pressure without any manual control or assistance. Unit shall be equipped with gate valves. Maximum loss through unit shall be 8 P.S.I. at 160 G.P.M. b. The reduced pressure type vacuum breaker shall be similar to those manufactured by Neptune, Cla -Val, or approved equal. 2H.10.8 Control Wiring a. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. b. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. c. Where more than one wire is placed in a trench, the wiring shall be taped together at intervals of ten feet. d. An expansion curl should be provided within 3 feet of each wire connection and at least every 100 feet of wire length on runs more than 100 feet in length. Expansion curld shall be formed by wrapping at least 5 turns of wire around a 1 inch in diameter pipe, then withdrawing the pipe. e. All splices shall be made with Scotch -Lok #3576 Connector Sealing Packs, Pen -Tite wire connector, or approved equal. Use one splice per connector sealing pack. f. Field splices between the automatic controller and electric control valves will not be allowed without prior approval of the City. 2H.10.9 Valve Boxes a. Use 9" x 24" round box for all gate valves, Brooks #9 or approved equal. b. Use 9 -1/2" x 16" x 11" rectangular box for all electrical control valves, Carson Industries 1419 -12B or approved equal. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 28 • • 2H.10.10 Automatic Controller a. Automatic controllers shall be of size and type shown on the plans b. Final location of automatic controller shall be approved by City. c. The 120 volt electrical power for the automatic controller is available in the Equipment Room of the Community Theater Building. The irrigation contractor shall be responsible for electrical hook- up of the automatic controller. 2H.10.11 Outdoor Automatic Controller Enclosure a. The outdoor controller enclosure shall be a type "A ", 23" x 11" x 35" made of vandal resistant 3/16" steel plate and 10 gauge sheet metal as manufactured by LeMeur Welding and Manufacturing Co., R. A. Campbell Co., or approved equal. b. Paint controller enclosure completely inside and out with two coats of rust resistant paint. Color and type to be selected by City. 2H.10.12 Remote Control Valves. The electric control valves shall be the same manufacturer as the automatic controller. All electric control valves shall be equipped with a flow control. 2H.10.13 Sprinkler Heads a. All sprinkler heads shall be of the same size, type and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the plans and /or specified in these specifications. b. Spray heads shall have a screw adjustment. c. Riser units shall be fabricated in accordance with the details shown on the plans. d. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. e. All sprinkler heads of the same type shall be of the same manufacturer. 2H.10.14 Check Valves a. Anti -drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be adjustable against drawout from 5 to 40 feet of head. Anti -drain shall be similar to the Valcon ADV or approved equal. 2H.11 EXECUTION 2H.11.1 Preparation a. Physical layout: CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2H • • Page 29 2H.11.1 (continued) (1) Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. (2) All layout shall be approved by City prior to installation. (3) The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the City's authorized representa- tive. In the event this notification is not performed, the irrigation contractor shall assume full responsibility for any revision necessary. b. Water Supply: (1) Sprinkler irrigation system shall be connected to water supply points of connection as indicated on the drawings. (2) Connections shall be made at approximate locations as shown on drawings., Contractor is responsible for minor changes caused by actual site conditions. c. Electrical Supply: (1) Electrical connections for automatic controller shall be made to electrical points of connection as indicated on the drawings. (2) Connections shall be made at approximate locations as shown on drawings. Contractor is responsible for minor changes caused by actual site conditions.. 2H.11.2 Trench Excavation and Backfill a. Trench excavation and backfill shall be in accordance with Section 308 -3.2.2 of the Standard Specifications except as herein modified. b. 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 (See Section 1C). Excavation in areas where 2 inch and larger roots occur shall be done by hand. All roots 2 inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under. Where a ditching machine is run close to trees having roots smaller than 2 inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 30 2H. 11 .3 Galvanized Pipe a. Galvanized pipe shall be handled and stored in a manner to pre- vent damage. b. The interior of the pipe shall be kept clean at all times and open ends shall be blocked in such a manner as to prevent dirt and foreign matter from entering when work is not in progress. 2H.11.4 Plastic Pipe and Fittings a. Sprinkler head installation on plastic pipe shall be as detailed on drawings. b. Due to the nature of plastic pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing to avoid damage.',The pipe and fittings shall be stored under cover, and shall be transported in vehicle with a bed long enough to allow the length of pipe to lie flat, so as not to be subject to undue bending or concentrated external load at any point. Any pipe that has been dented or damaged shall be discarded until such damage has been cut and pipe is rejoined with coupling. c. The bottom of the trench in which plastic pipe is installed shall be free from rocks or other sharp -edged objects. d. Welded joints shall be given at least 15 minutes set -up curing time before moving.or handling. Pipe shall be partially center loaded to prevent arching and slipping under pressure.. No water shall be permitted in pipe until a period of at least 12 hours has elapsed for solvent weld setting and .curing. e: Backfilling shall•be done when pipe is not in an expanded or contracted condition due to heat. Cooling of the pipe can be accomplished by operating the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of the day. f. Long runs of PVC pipe shall be snaked in the trench to allow for contraction. g. All pipe shall be laid true and accurate to grade with full length of each pipe section lying solidly on a firm base. If grade or joint of '.pipe is disturbed after laying, it shall be taken up and re- laid. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2H 2H. 11 .4 2H. 11.5 • • Page 31 Plastic Pipe and Fittings (continued) h. Clean interior of pipe thoroughly and remove all dirt or foreign matter before lowering pipe into trench and keep clean during operations by plugs or other approved methods. The ends of all threaded pipe shall be reamed out full size with a long taper reamer so as to be partially bell- mouthed and perfectly smooth. All offsets shall be made with fittings. i. Assemblies: (1) Routing of sprinkler irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assem- blies) in such a manner as to conform with the details per plans. (2) Install NO multiple assemblies on plastic lines. Provide each assembly with its own outlet. (3) Install all assemblies specified herein in accordance with respective detail. In absence of detail drawings or specifi- cations pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of the City. (4) On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where.threaded PVC connections are required, use threaded PVC' adapters into which the pipe may be welded. j. Line Clearance: All lines shall have a minimum clearance of 6 inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. Backfill of Trenches a. Trenches shall be backfilled with excavated dirt after piping in- stalled has been protected from clods, rocks, or large lumps. Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of com- paction used. b. Compaction shall be such that there will be no settling within the one -year guarantee period. If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction are necessary, the Contractor shall crake all re- quired adjustments without cost to the City. The Contractor shall not place detrimental subsoil in the top 6" of backfill. c. Flooding of trenches will be permitted only with approval of the City. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 32 E 2H.11.6 Tests 0 a. The Contractor shall request the presence of the City Inspector in writing at least 48 hours in advance of testing. b. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and prove watertight. NOTE: Testing of pressure main lines shall occur prior to in- stallation of electric control valves. c. Sustain pressure in lines for not lets than 4 hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. d. All hydrostatic tests shall be made only in the presence of the City representative. No pipe shall be backfilled until it has been inspected, tested and approved in writing. e. Furnish necessary force pump and all other test equipment. f. When the sprinkler irrigation system is completed, perform a coverage test in the presence of the City representative, to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed as indi- cated on the drawings when it is obviously inadequate, without bringing this to the attention of the City: This test shall be accomplished before any ground cover is planted. g. Contractor shall inform the City of any deviation from the plan required due to wind, planting, soil or site conditions that bear on proper coverage. h. Upon completion of each phase of work, entire system shall be tested and adjusted to meet site requirements. 2H.11.7 Backflow Preventer. Backflow preventers shall be as indicated in the legend on the drawings or approved equal, and installed as per detail. 2H.11.8 Automatic Valves and Controller. Automatic valves and controller shall be as shown in the legend and installed as per detail, and as per manufacturer's instructions. Remote control valves shall be connected to controller in numerical sequence as shown on the drawings. 2H.11.9 High Voltage Wiring for Automatic Controller a. 120 volt power connection to the automatic controller shall be provided by the irrigation contractor. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2H • . Page 33 2H.11.9 High Voltage Wiring for Automatic Controller (continued) b. All electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. 2H.11.10 Remote Control Valves. Install where shown on drawings and details. When grouped together, allow at least 12 inches between valves. Install each remote control valve in a separate valve box. 2H.11.11 Flushing of System a. After all new sprinkler pipe lines and risers are in place and .connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, the control valves shall be opened and a full head of water used to flush out the system. b. Sprinkler heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the City. 2H.11.12 Sprinkler Heads a. Install the sprinkler heads as designated on the drawings. Sprinkler heads to be installed in this work shall be equivalent in all respects to those itemized. b. Spacing of heads shall not exceed the maximum indicated on the drawings. In.no case shall the spacing exceed the maximum recom- mended by the manufacturer. 2H.11.13 Adjustment of the System a. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. b. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. c. In shrub and ground cover areas set top of 6" pop -up shrub spray 2" above finish grade. d. In lawn areas set top of pop -up lawn spray and top of stream rotor pop -up sprinkler heads flush with adjacent sidewalk or curb. e. In open seeded lawn areas set top of pop -up lawn spray and top of stream rotor pop -up sprinkler heads 4" above finish grade until lawn is established. Lower top of heads to ," above finish grade. f. Use teflon tape or teflon pipe dope on all male pipe threads of all swing joint assemblies. g. Lowering raised sprinkler heads by the Contractor shall be accom- plished within 10 days after notification by City. h. All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans.. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2H Page 34 2H.12 TEMPORARY REPAIRS The City reserves the right to make temporary repairs as necessary to keep the sprinkler system equipment in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 2H.13 CLEAN -UP a. Leave the entire installation in complete operating order, free from any and all defects in material, workmanship or finish, regardless of any discrepancies and /or omissions in plans or specifications. b. Remove from the site all debris and rubbish resulting from the work, and leave the installation in clean condition. 2H.14 DRAWINGS OF RECORD a. The Contractor shall provide and keep up to date a complete "As- Built" record set of blueline ozalid prints which shall be corrected daily and show every change from the original drawings and specifications and the exact "As- Built" locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the site and shall be used only as a record set. The drawings shall also serve as work progress sheets, and the Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the City. (1) In order to complete the record drawings in a neat, legible manner, the Contractor shall employ a competent draftsman, satisfactory to the City's authorized representative, to indicate the necessary changes on ozalid tracings procured from the City and deliver same to the City at final inspection and before final payment. (2) The Contractor shall dimension from 2 permanent points of .reference, building corners, sidewalks, or road intersections, etc., the location of the following items: (a) Gate valves CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2H 2H.14 2H. 15 • .i Page 35 DRAWINGS OF RECORD (continued) (b) The routing of the sprinkler main lines (c) Connections to the existing water lines (d) Connections to'existing electrical power (e) Sprinkler control valves (f) Routing of control wiring (g) Quick coupler valves (h) Any other pertinent underground item, if so deemed by the City CONTROLLER CHARTS a. As -Built drawings shall be approved by the City before charts are prepared. b. Provide one controller chart for each controller supplied. c. The chart shall show the area controlled by automatic controller and shall be the maximum size controller door will allow. d. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controller sequence is not legible when the drawing is reduced it shall be enlarged to a size that will be readable when reduced. e. Chart shall be blackline print and shall be colored with a different color for each station. f. The chart shall be mounted using Velcro, or an approved equal type of tape. g. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils thick. h. These charts shall be completed and approved prior to final inspection of the irrigation system. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 36 • • 2H.16 FINAL INSPECTION PRIOR TO ACCEPTANCE a. The Contractor shall operate each system in its entirety for the City at time of final inspection. Any items deemed not acceptable by the Inspector shall be reworked to the complete satisfaction of the City. b. The Contractor shall show evidence to the City that the City has received all accessories, charts, record drawings, and equipment as required before final inspection can occur. 2H.17 GUARANTEE The entire sprinkler system shall be unconditionally guaranteed by the Contractor as to material and workmanship, including settling of backfilled areas below grade for a period of one (1) year following the date of final acceptance of the work. a. If, within one year from the date of completion, settlement occurs and adjustments in pipes, valves and sprinkler heads, sod or paving is necessary to bring the system, sod or paving to the proper level of the permanent grades, the Contractor, as part of the work under his Contract, shall make all adjustments without extra cost to the City, including the complete restoration of all damaged planting, paving, or other improvements of any kind. b. Should any operational difficulties in connection with the sprinkler system develop within the specified guarantee period which in the opinion of the City may be due to inferior material and /or workman- ship, said difficulties shall be immediately corrected by the Con- tractor to the satisfaction of the City at no additional cost to C.ity, including any and all other damage caused by such defects. c. Upon receiving a call for service on the system, the Contractor shall respond within a period of 3 days or shall accept back charges for th. work if City elects to have others perform the necessary repairs if Contractor has not responded 3 days after notification. In doing suc" repair work, Contractor shall be responsible for all existing work or landscaping damaged by such malfunction or its repairs. All guarantee. shall be in writing. d. If requested by the City, Contractor shall provide certification from the manufacturer that all PVC pipe and fittings are guaranteed to 100% of pressure rating. e. Any and all damage to storm drains, water supply lines, gas lines and /o other utility lines within project limits shall be repaired and made good by Contractor at no extra cost to City. It is the responsibility of the Contractor to be aware of the location of all utilities or other permanent or non - permanent installations and to protect these in- stallations from any damage whatsoever. CITY OF NEWPORT BEACH SECTION 2H ENSIGN VIEW PARK Page 37 GUARANTEE FORM A. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications shall be filed with the Owner or his representative prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re -type onto the Contractor's letterhead. and contain the following information: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or.workmanship which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the owner. We shall make such repairs or replacements within a reasonable time, as determined by the owner, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replace- ments made.at our expense and we will pay the costs and charges therefore upon demand. PROJECT: LOCATION• CITY OF NEWPORT BEACH ENSIGN VIEW PARK SIGNED: Contractor ADDRESS: PHONE: DATE OF ACCEPTANCE: SECTION 2H Page 38 0 SECTION 21 - PLANTING 21.1 GENERAL All of the provisions of the General Conditions and the Special Conditions apply with the same force and effect 21.2 SCOPE 0 Conditions, Supplementary General of the Specifications shall as though written in full herein. The work of this section includes all labor, materials and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relat- ing to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings and these specifications. 2I.3 SCHEDULE OF WORK INCLUDED IN THIS SECTION a. Finish grading b. Soil preparation c. Fertilization d. All planting, including ground cover and seeded lawn e. Staking f. Maintenance g. Inspection and certifications h. Guarantees i. Clean -up 2I.4 APPROVALS a. All sprinkler work shall be inspected and approved before start of any work of this section. b. Prior to excavation for planting or placing of stakes, locate all electric cables, conduits, sprinkler valve control wires, and utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and plant locations, promptly notify the City who shall arrange for relocation for one or the other. Failure to follow this procedure places upon the Contractor the responsibility for, at his own expense, making any and all repairs for damages resulting from work hereunder. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2I 0 Page 39 2I.5 QUANTITIES AND TYPES Plant materials shall be furnished in the quantities and /or spacing as shown or noted for each location, and shall be of the species, kinds, sizes, etc., as indicated on the drawings. The Landscape Contractor is to verify all sizes and quantities. 2I.6 VERIFICATION OF DIMENSIONS AND QUANTITIES All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform the City of any dis- crepancy, until approval for same has been given by the City. 2I.7 INSPECTION a. Inspections herein specified shall be made by the City. The Contractor shall request inspection in writing at least two (2) working days in advance of the time inspection is required. The Contractor will not be permitted to initiate the succeeding steps of work until he has received written approval to proceed by the Inspector. b. Inspections will be required for the following parts of the work: (1) Immediately prior to the commencement of the work on this section. (2) Upon completion of grading and soil conditioning prior to planting. (3) When trees are spotted for planting, but before planting holes are excavated. (4) When lawn and ground cover limit lines have been established. (5) When planting and other indicated or specified work, except the maintenance period, has been completed. Acceptance in writing. shall establish beginning of the maintenance period. (6) Final inspection at the completion of the maintenance period. c. The Contractor or his authorized representative shall be on the site at the time of each inspection. d. In the event the Contractor requests inspection of work and said work is incomplete, the Contractor shall be responsible for inspection cost. e. Plants shall be subject to inspection and acceptance at place of growth or upon delivery to the site, for quality, size and variety. Such acceptance shall not impair the right of inspection and . . CITY OF NEWPORT BEACH SECTION 2I ENSIGN. VIEW, PARK._.,,,;,, Page 40 2I.7 (continued) rejection at a later time or during progress of work, for size, condition of ball and roots, and latent defects or injuries. Rejected plants shall be removed immediately from the site. Trees, 15 gallon size and larger shall be accepted by the City prior to delivery. f. Inspection of plant materials required by City, County, State or Federal Authorities shall be a responsibility of the Contractor, and he shall have secured permits or certificates prior to delivery of plants to site. Copies of permits and certificates shall be made available to City. 2I.8 LABORATORY ANALYSIS Provide laboratory analysis of soils and additive material proposed for use. Samples shall be by random samples by representative of the City. 2I.8.1 Compliance, testing of soils and amendments, shall conform to the following: a. Designated testing of raw materials used and final mixes shall be.performed by a soils laboratory selected and paid for by the City. The analysis must be completed according to the following standards: (1) Soil fertility analyzed by method acceptable to the University of California. (2) Agricultural suitability including SAR and boron concen- tration arrived at by a method approved by USDA as out - lined in Handbook 60. In the event of noncompliance, Contractor shall make necessary corrections by adding, properly admixing, or otherwise adjusting backfill mixes and soil preparation in the manner to be specified by the City with subsequent conformance tests to be carried out at the expense of the Contractor until conformance has been attained. b. The following samples of materials shall be supplied to the designated laboratory by the Contractor at the commencement of work: (1) Organic Amendment, wood residual: Submit 1 cu. ft. for each 70 cu yds. delivered to the site. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VI €W PARK • Page 41 2I.8.1 (continued) (2) Native Soil: Obtain representative sample of native soil to be landscaped and submit 1 cu. ft. loose volume. c. Each sample shall be placed in a sturdy container, properly labeled and dated. Materials will be tested upon receipt with report of results to be supplied to the City and Contractor. Portions of samples will be retained to prepare control mixes for testing of final mixtures prepared by Contractor. d. Provide written notice to the laboratory five (5) days prior to completion date of soil preparation and backfill soil. Labora- tory shall obtain samples after completion date for conformance testing with results to be available in a period not exceeding ten days. A random sample shall be taken from the backfill mix and three locations of soil preparation. These will be tested against control mixes prepared from materials submitted and accepted for the following items: (1) Salinity: Shall be no higher than 3.5 millimhos /cm as measured on saturation extract. (2) Organic Matter: Quantity shall deviate no more than 20% from the control mix. 2I.8.2 Minimum Requirements: 145 cu. yds. organic amendment not including backfill mix. 2I.9 STATEMENTS OF CONFIRMATION Submit statements of confirmation and compliance. 2I.9.1 Statements. Invoices shall indicate fertilizer and soil amendments y w_e gtFt and /or volume for each delivery on site and portion of project where it will be used, including compliance with specification for materials. Invoices shall be submitted to Inspector at the time of delivery of material. 2I.9.2 Certification. Prior to inspection #2, written certifications shall e _ Fitted to the City for the following: a. Quantity of commercial fertilizer and organic fertilizer. CITY OF NEWPORT BEACH SECTION 2I ENSIGN:VIEW.PARK Page 42 2I.9.2 (continued) b. Quantity of all soil amendments called for by plans or specifications. Prior to inspection #5, written certifications shall be submitted for the following: a. Quantity of turf seed, and hydromulch materials if used. 2I.10 PRODUCTS 2I.10.1 Soil Amendments. a. Organic Amendment. Derived from wood or bark, granular in nature, stabilized with nitrogen, and having the following properties. (1) Particle size - Min. 95% passing 4 mesh screen Min. 80% passing 8 mesh screen (2) Nitrogen Content - 0.5% based on dry weight for redwood sawdust.: 0.7% based on dry weight fir fir sawdust. 1.0% based on dry weight for fir or pine bark. NOTE: Pine sawdust is not acceptable.: (3) Salinity - Maximum conductivity 3.5 millimhos /cm @ 25 degrees C., as measured by saturation extract conductivity. (4) Organic Content - Minimum 90% by weight. b. Minerals Soil Sulfur Ferrous Sulphate As metallic 20% Agricultural Gypsum 16% combined sulphur 20% calcium c. Commercial Fertilizer. 15 -15 -15 or 12- 12 -12, 15 -8 -4 commercial fertilizer. 2I.10.2 Plant Materials. All materials necessary to complete the work of this Contract shall be of standard, first grade quality and as specified. a. Quality and size of plants shall be as stated on the plans. No root bound materials allowed. They shall be fresh, vigorous, of normal growth, and free of diseases, harmful insects, or their insect eggs and larvae. b. Plants are subject to inspection and approval or rejection at place of growth and /or on project site at any time before or during progress of work, for size, variety, condition, latent CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK • Page 43 2I.10.2 (continued) defects and injuries. Remove rejected plants from site immediately and replace at Contractor's expense with plants approved by the City. (1) Protection: Protect all plants from damaging sun and wind.. Damage.may be cause for rejection even after initial approval. (2) Substitutes: Not permitted unless specifically approved in writing by the City. (3) Nomenclature: Conforms to customary nursery usage. (4) Quantities: Provide materials as needed to complete indicated work. (5) Seed Materials: Alta fescue seed, 90% germination, 95% purity. 2I.10.3 Hydroseed Mix. Use the following mix per acre in the proportions indicated Specified Seed Mix - seed as specified, 2400 lbs. cellulose paper mulching fiber 20 gals. HL 80 Humectic by Dow Chemical Corp. 400 lbs. 12 -12 -12 or 15 -15 -15 300 lbs. Urea Formeldehyde 21.10.4 Staking and Guying Materials a. Stakes: Dimensions shown, of treated pine and uniform size, pointed at one end. b. Steel Twist Brace: Vit Co. Model 22 LP or approved equal. c. Anchors (deadmen): For holding guys, 2" x 4" solid lumber, redwood, length as detailed. 2I.70.5 Weed Control Materials a. Non - selective contact herbicide(s) and /or non - selective systemic herbicide(s) compatible with seed mixture (s). b. Pre - emergent herbicide(s) compatible with seed mixture(s). c. Commercial fertilizer 12- 12 -12. d. Agricultural. gypsum. e. Urea formaldehyde. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK Page 44 0 0 2I.11 Boxing and Relocating of Existing Tree 2I.11.1 Construct 6' boxes around root ball. Obtain approval for larger or smaller size by unconditionally guaranteeing replacement of tree, kind, size and conformance of subject plant. 2I.11.2 Trim root ball to conform to box size with sharp tools without jarring or otherwise damaging root system; do not under -trim. 2I.11.3 Employ only skilled personnel with a minimim of 3 years experience. 2I.12 Pruning and Clean -Up of Existing and Relocated Trees 2I.12.1 Thoroughly hose out all existing trees with high pressure, nozzled water application, removing accumulated leaves, insects, etc. Direct stream in such a manner as not to damage adjacent property or persons. 2I.12.2 Remove all dead wood and such superfluous branches as are crossed over, layered at distances less than 18" along the trunk, or are broken, dis- eased or infested. Employ only experienced, trained and qualified tree pruners for this work. 2I.12.3 Notify the Architect 24 hours before scheduling work, and obtain approval before removal and tree work. Arrange with the Architect the exact time of performance of this work so that he has the opportunity to direct it. Have sufficient qualified personnel on hand to do all pruning in one day. 2I.12.4 Deep water and root feed all existing trees by injecting liquid fertilizer, such as Liquincx 10 -10 -5, into root systems by means of root irrigators; allow 1 lb. of actual nitrogen per each grown tree; apply in 75 gallons of water. 2I.12.5 Plant trees indicated to be relocated as specified in 2I.15.3. 2I.13 Weed Control 2I.13.1 Approved Weed Control Materials and Application: The applicator of all weed control materials shall be licensed by the State of California as a Pest Control Operator and a Pest Control Advisor in addition to any subcontractor licenses that are required. Prior to the installation of any weed control materials, the Pest Control Advisor shall submit to the Landscape Architect a list of the weed control materials and quantities per acre intended for use in controlling the weed types prevalent and expected on the site. Pest Control Advisor shall furnish data to demonstrate the compatibility of the weed control materials and methods with the intended planting and seeding varieties. No material or method shall affect the landscape planting or hydroseed germination and must conform to Federal, State and local regulations. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2I 0 0 Page 45 2I.13.2 Installation on Hydroseed Ground Covers_ and Slopes_: If in the opinion of the Pest Control Advisor perennial grasses and weeds exist in the planting areas and will require control prior to clearing the areas of vegetation, do not clear the weeds prior to the treatment of the perennial grasses and weeds per the recommendation of the Pest Control Advisor. After eradication of perennials and prior to the installation of the irrigation system, remove and clear all weeds and deleterious materials from planting areas. Upon the completion of the irrigation system and after all existing weeds and frowth have been removed from the planting area, apply a mixture by spray per acre as follows: 400 lbs. - Commercial Fertilizer 12 -12 -12 500 lbs. - Agricultural Gypsum A pre- emergent herbicide of a type and quantity defined by the Pest Control Advisor Urea Formaldehyde Water all areas four (4) times daily for 21 consecutive days and until weed seeds have germinated. Cease watering for 3 days. Spray per Pest Control Advisor's recommendation, a non - selective herbicide to eradicate the germinated weeds. Water after herbicide application only according to the Advisor's recommendations. All herbicide to kill all weeds. Rake or hoe off all dead weeds to a depth of ; inch below the surface of the soil. If perennial weeds or grasses still exist, rewater 4 times daily for 14 consecutive days, until new growth appears. Reapply a non - selective herbicide, per Pest Control Advisor's recommendation. Remove weeds after herbicide has had sufficient time to kill. Plant all vegetative plant materials and apply a selective pre- emergent herbicide per Pest Control Advisor's recommendation. If hydroseeding is not applied immediately following the application of pre- emergent herbicide, water in the pre - emergent for a minimum of 15 minutes or per manufacturer's specifications, which ever is greater. Application of hydroseeding may commence only if the weed control procedures have eradicated weeds in the planting areas. 2I.13.3 Installation on Vegetatively Planted Ground Cover Areas: If in the opinion of the Pest Control Advisor, perennial grasses and weeds exist in the planting areas and will require control prior to clearing the areas of vegetation, do not clear the weeds prior to the treatment of perennial grasses and weeds per the recommendation of the Pest Control Advisor. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2I Page 46 • 2I.13.3 (continued) After eradication of perennial weeds and prior to the installation of the irrigation system, remove and clear all weeds and deleterious materials from the planting areas. Upon the completion of the irrigation system and the rototilling of soil amendments into the soil and immediately preceding the planting of vegetative plants and ground covers, apply by spray a non- selective herbicide to eradicate the existing weeds. Remove weeds after herbicide has had time to sufficiently kill, by rake or hoe to a depth of ; inch below the surface of the soil. Plant all vegetative plant material and immediately apply a selective pre- emergent herbicide per Pest Control Advisor's recommendation. If a nurse crop is to be seeded over the vegetative ground covers, special care must be given to a pre - emergent herbicide, that will not affect the growth and /or germination or the nurse crop or the growth of the vegetatively planted ground covers. 2I.14 Grading and Soil Preparation 2I.14.1 Grading a. The soil shall not be worked when the moisture content is so great that excessive compaction will occur, nor when it is so dry that a dust will form in the air or that clods will not break readily. Water shall be applied, if necessary to provide ideal moisture content for tilling and for planting as herein specified. b. Preliminary grading shall be done in such a way as to anticipate the finish grading after the installation of soil conditioners. Excess soil shall be removed or redistributed before application of soil conditioners and fertilizers. c. Where no grades are shown, areas shall have a smooth and continual grade between existing or fixed controls (such as walks, curbs, catch basins) and elevations shown. Rake and level as necessary to obtain true and even surfaces. Minor adjustments of finish grades shall be made at the direction of the City, if required. d. Areas planted in shrubs, turf or ground cover, that are contiguous to paving, shall be finish graded to a level of 1" below the pavement surface. Curbed areas are to be finish - graded to a level of 1" below top of curb. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK 0 0 Page 47 21.14.2 Soil Preparation. Remove rocks, trash, rubbish, etc., within the limits of the project. a. Preparation of Landscape Areas to receive Vinca, and lawn - Rip soil to a minimum depth of 8" in two opposing directions. Apply to all planting areas 6 cu yds organic amendment, 100 lbs agr4- cultural gypsum, 10 lbs soil sulfur, and 15 lbs 12 -12 -12 per 1000 sq ft. Distribute amendments uniformly. Till into soil to depth of at least 4 to 6 inches. Work amendments into soil mixing, blending uniformly and thoroughly with the soil by cultiva- tion, spading or rototilling. Finish grades to smooth finish and remove all rubble, rubbish and weeds from site. On slope areas to be hydromulched and planted with Baccharis, scarify soil to a depth of 3" after weed control program has been completed. b. Backfill Soil - Stockpile a sufficient quantity of approved soil found on site, free of weeds and debris for mixing as backfill material. Mix as follows: 6 parts on site soil 4 parts organic amendment 1 lb. 12 -12 -12 or 15 -15 -15 commercial fertilizer per cu yd of mix 2 lbs iron sulphate per cu yd of mix 5 lbs agricultural gypsum per cu yd of mix All ingredients to be thoroughly blended and subject to compliance testing. Mix thoroughly in a rotary mixer prior to placement. Mixing in pits, trenches, or beds will not be permitted. Use care not to stain concrete with ferrous sulphate. Cleaning of stained concrete is responsibility of the Contractor. 2I.15 PLANTING 2I.151 Irrigation stem. The Landscape Contractor shall assure adjustment of the irrigation system to ensure proper coverage. The Contractor shall report any deficiencies in the system to the City prior to planting. 2I.15.2 Approvals a. Trees and shrubs shall not be planted until construction work in the areas has been completed, final grades established, and planting areas properly graded and prepared as herein specified, and the work accepted by the City (see Inspections). CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2I Page 48 • ` 2I.15.2 (continued) b. Stake plant locations or place approved quantities of plants in containers on locations if approved, when directed, and obtain approval before excavating pits, making necessary adjustments as directed. C. Before planting, obtain approval of planting holdes (pits and mixed backfill). Se 2I.15.3.e. below. 2I.15.3 Installation a. Plant materials as soon as site is available and weather conditions are suitable, as approved and directed. Do not plant when weather conditions are unfavorable to good work, or if soil is excessively wet. Protect plants from sun, wind and rain at all times before planting. b. Protect all areas from excessive compaction when trucking plants or other material to the planting site. C. No more plants shall be distributed in the planting area on any one day than can be planted and watered on that day. d. Containers shall be cut and plants shall be removed in such a manner that the ball of earth surrounding the roots is not broken, and they shall be planted and watered as herein specified immed- iately after the removal from the containers. Containers shall not be cut prior to placing the plants in the planting area. e. Excavate pits with vertical sides for plants, as directed; boxed tree pits at least 24" deeper and wider than the root ball to be accommodated, but without excavating within 6" of any paved area. Plant pits no smaller than following sizes: 1 gallon plants - 18" deep, 18" diameter 5 " " - 24" deep, 24" in " 15 1. It 3011 11 , 3011 It 11 24" box plants - 48" 11 , 48" " " * except holes for 1 gallon plants on slope shall be 24" x 24 ". f. Set plants in center of pits on a cone of unamended friable soil, as detailed, in vertical position so that crown of plant is level with finished grade after allowing for watering and settling of soil, and backfill with prepared planting mix as indicated. g. Form shallow basin around edge of plant ball by depressing soil slightly below finished grade. Form basin rims. Keep basin within outer edges of plant ball. Do not make basins around trees in lawn areas. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK • 0 Page 49 2I.15.3 (continued) h. The basins of all isolated trees and shrubs shall be mulched with 2 inches of organic amendment or alternate as approved by the City. All grouped plantings of shrubs shall have the individual basins mulched and all interspaces mulched to a depth of one inch. i. Grade areas around plants to finish grades and dispose of excess soil. j. Stake trees designated to be staked, as per detail, with stake or stakes on windward side of tree. k. Guy trees designated to be guyed, as per detail. 2I.15.4 Ground Cover Installation a. Plant ground covers in designated areas. b. Plant rooted cuttings and divisions from flats into moist soil and in neat, straight rows parallel to the nearest paving or header at intervals as specified on plans. Provide sufficient quantities to fill areas shown at the specified spacing. C. Hand water ground cover plants at least twice a week carefully and individually with slow, soft stream of water, making sure that soil is settled around the roots, but being careful not to wash soil off plants. Not more than 1 hour shall elapse from the time any ground cover is planted until it is watered. Ground cover plants on slopes shall have half- cup -like arrangement for holding water. Ground cover plants shall not be allowed to dry out before or while being planted. 2I.15.5 Lawn Installation a. Areas with Existing Bermuda Grass: Mow lawns as low as practical, not lower than 3/4" above soil surface. Rake. Verticut to depth of original soil surface with recommended equipment. Rake out all loosened thatch and runners. Maw again bringing height of lawn to 3/4" above original soil surface. Rake. Apply 50 lbs Gypsum and 6 lbs 16 -20 -0 commercial fertilizer per 1000 sq ft. Water in. Overseed with Pennfine or Derby Perennial Rye at 5 lbs per 1000 sq ft. 2I.15.5.1 Seeding a. Plant lawn in all areas shown on plans. b. Roll and rake lightly until surface is smooth, friable, and uniformly fine texture immediately before planting grass. CITY OF NEWPORT BEACH ENSIGN VIEW PARK SECTION 2I Page 50 • • 2I.15.5 (continued) E. Sow Alta fescue at the rate of 12 lbs per 1000 sq ft. Spread evenly by sowing in two directions. Rake lightly and water with fine spray. d. Seed may be hydromulched as specified in lieu of seeding. 2I.15.6 Hydromulch a. Equipment - Mixing shall be performed in a tank, with a built - in, continuous agitation and recirculation system, of suffi- cient operating capacity to produce a homogeneous slurry of fiber, stabilizing and water retaining elements, seed, fertilizer and water in the designated unit proportions and a discharge system which will apply the slurry to the areas to be treated at a continuous and uniform rate. b. Loading and Mixing - With agitation system operating at part speed, water shall be added to the tank; good recirculation shall be established. Materials shall be added in such a manner that they are uniformly blended into the mixture in the following sequence: When tank is one -third filled with water: 1. Add water retainer agents - 112 acre requirements 2. Add 3 - 50 pound bales fiber 3. Add seed - 1/2 acre requirement 4. Add NPK Fertilizer - 1/2 acre requirement. Agitate mixture at full speed when the tank if half filled with water. 5. Add remainder fiber requirement before tank is 3/4 full. Slurry distribution should beoin immediately. C. Inspection - A representative of the City should be present during the entire application. All materials should be inspected prior to loading. All materials shall be packaged or in containers showing net weight and contents therein. If materials are taken from bulk supply, an accurate weighing or measuring device should be used to insure that exact quantities of each material are present in each load. The green colored fiber offers an immediate visual inspection from both the nozzleman and inspector. The slurry should be sprayed evenly and result in a uniform coat on all treated areas. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK Page 51 2I.15.6 (continued) d. Watering 1. Prior to hydroseeding, the area shall be irrigated in order to provide a moist seed bed for the hydroseed application. 2. Hydroseed areas shall receive several consecutive waterings the day of the hydroseeding to thoroughly saturate the soil. 3. After the first irrigations, water shall be applied as often and in sufficient amounts as conditions may require, to keep the soil wet above, around and below the root systems of the plants. 2I.15.7 Rolling Fully germinated lawn areas shall be allowed to dry sufficiently to permit rolling with approximately two - hundred to three - hundred pound water weighted roller to satisfactorily compact the soil around the grass roots and to provide a firm, smooth mowing surface. 2I.16 ESTABLISHMENT AND MAINTENANCE PERIOD a. The Contractor shall continuously maintain all areas involved in this contract during the progress of the work and during the establishment period until final acceptance of the work by the City. b: The contractual establishment period begins on the first day after all planting in this project is completed and accepted and the planted areas are brought to a neat, clean and weed -free condition. C. The contractual establishment period shall be for no less than sixty (60) continuous calendar days. d. Any day when the Contractor fails to adequately maintain plantings, replace unsuitable plants or do weed control or other work, as determined necessary by the City, will not be credited as one of the plant establishment working days. e. Improper maintenance or possible poor condition of any planting at the termination of the scheduled establishment period may cause postponement of the final completion date of the contract. Main- tenance shall be continued by the Contractor until all work is acceptable. f. In order to carry out the plant establishment work, the Contractor shall furnish sufficient workers and adequate equipment to perform the work during the plant establishment period. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK Page 52 21.16 (continued) \ g. Maintenance shall be according to the following standards: 1. Watering - An automatic sprinkler system is provided for main- taining general moisture requirements. Hand watering of newly planted trees and shrubs will, however, be required once every week for three weeks. 2. Cultivation, Weeding,Aeration, Water Conservation - After any period of more or less continuous watering, during which soil moisture is maintained at near saturation point, cultivate all areas by scarifying the surface 1" by means of potato hooks, hoes, or rakes. Scarify completely between all planting except turf areas. Do not change grade, remove basins or berms in the process of such cultivation. Follow the culti- vating by three days of non - irrigating, assuring the killing off of weeds, aeration and water conservation. Keep all shrub areas free from noxious weeds and patches of Bermuda grass. Complete weed eradication work shall be done every week; no weed growth shall be allowed past the weed seedling stage. 3. Pruning - Unless otherwise directed, prune only to remove dead or broken branches of tree or shrub parts. 4. Insect Management - Examine frequently all plants, especially any which are subject to common insect depredation such as aphids, mealy bugs, ants, etc., to establish need for counter measures. Wash foliage with strong streams of water. Notify City if further measures seem warranted. 5. Fertilizing - Apply 7 lbs 15 -8 -4 commercial fertilizer per OOOi sq ft 30 days after planting and repeat at 30 day intervals thereafter. Apply evenly and water in thoroughly. 6. Turf - Between the 15th day and the 20th day of the establish- ment period, the Contractor shall reseed all spots or areas within the lawn where normal turf growth is not evident. Mowing of seeded turf will commence when the grass has reached a height of four inches. The height of cut will be 23-2 inches. Roll, edge and trim as required. Mowing will be at least weekly after the first cut. Turf must be well established and free of bare spots and weeds to the satisfaction of the City prior to final acceptance. CITY OF NEWPORT BEACH ENSIGN VIEW PARK After three months, mow to 112" when turf reaches a height of 2" Excess grass clippings, as determined by the City, shall be picked up and removed from the site and premises. SECTION 2I ' • • Page 53 2I.16 (continued) 7. Protection - The Contractor shall be responsible for maintain- ing adequate protection of the area. Damaged areas shall be repaired at the Contractor's expense. 8. Clean-Up - The Contractor shall be responsible for site c eT an -up, keeping the site in a neat and acceptable condition throughout the maintenance period, to meet the approval of the City. 2I.17 GUARANTEE AND REPLACEMENT a. All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and /or workmanship for a period of one year. Any plant found to be dead or in poor condition due to such faulty materials or workmanship, as determined by the City, shall be replaced by the Contractor at his expense. b. Any material found to be dead, missing, or in poor condition during the establishment period, shall be replaced immediately. The City shall be the sole judge as to the condition of the material. Material to be replaced within the guarantee perior shall be replaced by the Contractor within 15 days of written notification by the City. C. Replacement shall be made to the same specifications required for original plantings. d. Material and labor involved in the replacing of material shall be supplied by the Landscape Contractor at no additional cost to the City. e. The Contractor shall be responsible for any damage to other work as a result of the replacement operations and shall repair as before at his expense. CITY OF NEWPORT BEACH SECTION 2I ENSIGN VIEW PARK Page 54 • • '� SECTION 2J - COMPLETION CLEANING 2J.1 GENERAL Contractor shall refer to Section 7 -8.1 of the Standard Specifications. CITY OF NEWPORT BEACH SECTION 2J ENSIGN VIEW PARK Each bidder shall submit a price for each bid item listed in the bid proposal. The determination of the low bid shall be based upon the total price bid for all of the items that make up the base bid. The City expressly reserves the right to include the deductive bid item No. 1 in the award of contract; and the City also reserves the right to delete item No. 35 in its entirety from the award of contract. The City shall specify in its award of contract whether or not it wishes to include the deductive bid item in the contract, and also whether or not it wishes to delete item No. 35 from the contract. e. Fill shall be compacted per Sec. 301 -1.3 of Standard Specifications. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Nasw+d Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not likes than $500,000 each occurrence, 6500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty ()O) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows; City of Newport Beech c/o City Clerk, ))00 Newport Boulevard, Newport Beach, California 9266). i. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be hold liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. A. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is Included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, ilon -Owned and Hired Automobile; Products Liability - Completed Operational Promisee - Operational Contractorq Protective Liability; Marine or Aviation (when applicable); and Property namage. This Endorsem effective An t thorirod Re �sentative of and when isaka Ci a 11 No. t ina expiring, when signed by an Name of nsurance Company) ba valid and form part of Policy NAME OF f O it ADDRESS - AGE tFI//BROKKE/ Taut orizod representative IMPORTANT: This is the only evidence of insurance acceptable to LIM City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company RESOLUTION N0. 9 42 p 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO HONDO COMPANY IN CONNECTION WITH PHASE II OF ENSIGN VIEW PARK, CONTRACT NO. 2015 WHEREAS, pursuant to the notice inviting bids for work in connection with Phase II of Ensign View Park, in accordance with the plans and specifications heretofore adtoped, bids were received on the 2nd day of August, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is HONDO COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of HONDO COMPANY for work in connection with Phase II of Ensign View Park in the amount of $118,074.11 be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th day of August , 1978. Mayor ATTEST: City Clerk DDO /kb 8/21/78 lyy CITY OF NEWPORT BEACH $ems PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR \/ CONSTRUCTION OF ENSIGN VIEW PARK, PHASE II CONTRACT NO. 2015 Authorized by the City Council this 26th day of June, 1978 ,rC obis George, 'City Cler SUBMITTED BY: Hondo Company Contractor 10747 Crawford Canyon Road Address Santa Ana, Calif. 92705 city Zip 532 -1833 Phone $ 159.93 8.31 Total Bid Items 1 through 50 inc1. 01 -'W C PR 1 of 10 CONTRACT NO. C -2015 CITY OF NEWPORT BEACH PUBLIC WRKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR ENSIGN VIEW PARK PHASE II PROPOSAL The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. C -2015 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM No. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE SITE DEMOLITION, GRADING & CONSTRUCTION 1. Lump sum Mobilization, Demolition, clearing & grubbing Nine thousand two- hundred eighty Dollars ✓ J and no Cents $9280.00 $ 9280.00 Lump Sum 2. 586 cu. yds Cut and placement of fill on site '// / @ six Dollars and seventy Cents $ 6.70 $ 3926.20 Per cu. yd. s, • PR 2 of 10 Ensign View Park @ forty -nine Dollars and V�'/ / no Cents $ 49. oo $ 392900 Per each 6. 213 lin. ft. Construct 6" PVC drain line @ six Dollars and 1� no Cents $ 6.00 $ 1278.00 Per lin. ft. .7. 165 lin, ft. Construct 8" PVC drain line @ eight t / Dollars l and no Cents $ 8.00 $ 1320.00 Per lin. ft. 8. 23 lin. ft. Construct 18" R.C.P. drain line @ thirty Dollars and ✓ no Cents $ 3o. oo $ 690. o0 Per lin. ft. 9. 291 lin. ft. Construct type "A" P.C.C. curb, gutter per Std. Dwg. No. 182 -L. @ six / Dollars and no Cents $ 6.00 $-174V6. 0/0 Per lin. ft. 10A. 136 tons A.C. Construct 2" A.C. pavement over 4" A.B. @ twenty -five Dollars -;t7z —and ' $ 25.51 $ 3469.36 Per ton fifty -one Cents ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE. PRICE 3. 659 cu. yds. Cut and #Dort off -site @ lour Dollars and ✓ twenty -five Cents $ 4.25 $2800.75 Per Cu Yds. 4. Lump sum Finish grading and compaction, as specified / Four tho4sand four hundred teiDollars and no Cents $ -0- $ 4410.00 Lump Sum 5. 8 each Construct 6 - 6" dia. catch basins per detail @ forty -nine Dollars and V�'/ / no Cents $ 49. oo $ 392900 Per each 6. 213 lin. ft. Construct 6" PVC drain line @ six Dollars and 1� no Cents $ 6.00 $ 1278.00 Per lin. ft. .7. 165 lin, ft. Construct 8" PVC drain line @ eight t / Dollars l and no Cents $ 8.00 $ 1320.00 Per lin. ft. 8. 23 lin. ft. Construct 18" R.C.P. drain line @ thirty Dollars and ✓ no Cents $ 3o. oo $ 690. o0 Per lin. ft. 9. 291 lin. ft. Construct type "A" P.C.C. curb, gutter per Std. Dwg. No. 182 -L. @ six / Dollars and no Cents $ 6.00 $-174V6. 0/0 Per lin. ft. 10A. 136 tons A.C. Construct 2" A.C. pavement over 4" A.B. @ twenty -five Dollars -;t7z —and ' $ 25.51 $ 3469.36 Per ton fifty -one Cents PR3of10 Ensign View Park ITEM QUANTITY ITEM DESCRIPTION UNIT TM NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 108• Furnish and compact imported 272 tons aggregate base. @ fourteen / Dollars and no; Cents Per ton 11. 476 lin. ft. Construct Type "B" PCC curbs per Std. Dwg. No. 182 -L. (Include curb depressions 6 o' curb fa e) @ six Dollars and fifty Cents Per lin. ft. 12. Lump sum Construct Type II PCC Commercial drive approach per Std. DDw /g/ #161 -L One thoxpand three - hundred tw MWIlars and no Cents Lump sum 13. 6457 sq ft Construct paving w/ @ 01 Per sq ft 14. 760 sq ft Construct $ 14.00 $3808.00 V $ 6.50 $3094.00 $ -o- $132V.00 3�2" min. thk. natural conc. light broom finish 1e Dollars and sixty -five Cents $ 1.65 760 sq ft PCC stamped paving @ three Dollars and ;V t Cents er sq 15. Lump sum Construct conc. steps /P� detail Four thousand four hundred ix %T lfaorlr and no Cents Lump sum $1o,654.oi 5 $ 3.50 $266o.00 ,.V/ $. -0- $4464.00 _ 16. 17 • • PR 4 of 10 Ensign View Park 55 lin. ft. Construct PCC seat wall per detail @ forty -six IZ Dollars no and 460 , Cents $ ,0 $ 2$ 0 00 Per lin. ft. 232 lin. ft. Construct 18" PCC drain Swale @_ six Dollars j and no Cents $ 6.00 $ 00 Per lin. ft. :S, 23J• 34 18. 2 each 19 Install 3"x8" galv. stl. "Thru Curb" drain @ two hundred `Dollars and no Cents $ 200,00 $ 400.00 Per each Lump sum Construct PCC junction structure similar to Std. Dwg. #300 -L, 303 -L & 305 -L Modified Plan, & 18 "x18" junction box @Thirteen hundred Dollars an d no Cents $ -0- Lump sum 20. Lump sum 21 Construct PCC ramp similar to Std. Dwg.181 -L @ One hundred Dollars and no Cents $ -0- Lump sum V $ 1300.00 V $100.00 Lump sum Construct curb access depress' n similar to STD. Dwg. 181 -L. One@hundred forty -five Dollars and no Cents $ -0- $ 145,00 Lump sum • PR 5 of 10 Ensign View Park ?P: 22. Lump sun Construct PCC catch basin per detail @ six hundred Dollars and no Cents $ -0- $ 600, 40 Lump sum 23. 326 sq ft Install "Turfblock" per detail @ three Dollars / / and �/ �/ no Cents $ 3.00 $ 97A 06 Per sq ft 24. 4 each Furnish and install trash receptacles "Litter King" #L -24,or approved equal One (d►undred eighty X/ Dollars and no Cents $ 180.00 $ 7 20.00 per each 25. Lump sun Install precast drinking fountain "Haws" #3050 or equal, and sump One thousand three hun ed eight�60a ,st and no Cents $ -00 $ 1388.00 Lump sum 26. 12 each Furnish & install bicycle blocks / @ twenty -five / Dollars 'J / no —and $ 25.00 $300.ttt0//% Per each 27. 11 each Install preconst. 6' benches #076 as manufactured by Landscape Structures, Inc. or approved equal / Fpur hundred fifty Dollars and l/ no Cents $ 450.00 $ 4950.00 Per each 28. 2 each Install 6' picnic tables with benches #600 as manufactured by La dscape Structures, Inc. or appro ed equal / @ six hundred Dollars and no Cents $ 600.0 $ 1200.00 per each PR 6 of 10 Ensign View Park 29. Lump sun Install telescope to be provided by City F.O.B. on -site two hundred fifty Dollars and \� no Cents $250:00 $ 250-00 Lump sum 30. Lump sun Relocate existing information sign with conc. footings @ Two hundred Dollars /� / and vv no Cents $ -0- $ 200.00 Lump sum 31. 60 lin. ft. Construct 42" high chain link fence @ five Dollars and no Cents $ 5.00 $ 300.00 Per lin. ft. 32. Lump sum Construct amphitheater including 304 lin. ft. seatwall, stage, stage steps and backdrop. Install decomposed granite paving. Seven4een thousand seven hunVlarfs nine and no Cents $ -0- $ 17, 759.00 Luny sun TOTAL PRICE FOR ITEMS 1 THROUGH 32 / TOTAL SITE DEMOLITION, GRADING & CONSTRUCTION: J Eighty nine thousand eight hundred twenty -four Dollars and thirty -six Cents ALL SITE LIGHTING 33. Lump sum Install conduit with pull cords under all paved areas V $ 89,824.36 @ Four hundred Dollars and no Cents $ -0- Lump sum $ 400.00 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 34. Lump sum Provide electrical hook up for automatic controller PR 7 of 10 Ensign View Park @ Two hundred Dollars and no Cents $ -0- Lump sum 35. Lump sum . Complete all site electrical work except items 33 & 34 Nine thousan# five hundred eighty- glars and no Cents Lump sum TOTAL PRICE FOR ITEMS 33 THROUGH 35 TOTAL SITE ELECTRICAL: Ten thousand one hundred e ALL SITE IRRIGATION 36. Lump sum V $ 200.00 $ -OA $9$89.00 Dollars and �V// / Cents . $ 10.189.00 TOTAL PRICE FOR ITEM 36 ALL SITE IRRIGATION AS PER PLANS AND PECIFICATIONS: Twenty one thousand one hundred forty Dollars and no Cents $ 21,140.00 ALL SITE PLANTING 37. Lump sum Relocate Olive tree, prune & clean -up existing plant material Two thousand five hundred Dollars and vvv no Cents $ -0- $2,500.00 Lump sum I 38. Lump sun Privide soil preparation d finish grading / ) Fourteen thousand a Dollars and no Cents $ 14.000.0 14.000.00; Lump sum r • PR 8 of 10 Ensign View Park NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 39. Lump sum Furnish and install ground cover from flats Two thoiSand three hundred six Dollars and no Cents $ -0- $2306.00 Lump sum 40. Lump sun Plant turf j Three ti►ousand seven hundre Dollars and no Cents $ -0- $3700.00 Lump sum 41. Lump sum Hydroseed slopes One thousand five hundred Dollars and v no Cents $ -0- $ 1500.00 Lump sun 42. 1 each Furnish & Plant 36" box t e Five @hundred fifty Dollars / and no Cents $ 550.00 $ 5500.00 Per each 43. 14 each Furnish & plant 24" box tree v One hundred sevent sev�llars — and VVV / no Cents $ 177.00 $ 2478.00 Per each 44. 7 each Furnish &plant 15 gal. t s @ fifty -five Dollars ✓/ fifty Cents $ 55.50 $ 388.50 Per each 45. 44 each Furnish & Plant 5 gal. trees @ twenty � Dollars J an d no Cents $20.00 $ 880.00 Per each ITEM QUANTITY NO. AND UNIT 46. 3 each 47. Li? 49 50. 271 each • 0 Furnish and plant 5 gal. espalier shrubs @ twenty /--Dollars and no Cents Per each Furnish & plant 5 gal. shrubs @ Sixteen Dollars and sixt -five Cents Per eac PR 9 of 10 Ensign View Park $ 20.00 $ 60.00 V �. $16.6 $4512.15 11 each Furnish and plant 1 gal. vines @ six Dollars ?? seventy Cents $ 6.7 $1,U X4(A Ter each 498 each Furnish and plant 1 gal. shrubs and vines / @ six Dollars and seventy Cents $ 6.70 $ 3336.60 Per each Lump sum Provide 60 days maintenance Two th psand five hundred f Dollars J and no Cents $ -0- $ 2,500.00 TOTAL PRICE FOR ITEMS 37 THROUGH 50 TOTAL SITE PLANTING: irty eight thousand seven hundred eighty -fouri Dollars and ninety -five mat Cents $ 38.784.95 TOTAL PRICE FOR ITEMS 1 THROUGH 50 - BASE BID: One hundred fifty -nine thousand nine hundred thirty-eight / Dol 1 ars v/ thirty -one and Cents $ 159,93831 � DEDUCTIVE BID ITEM NO. 1 • PR 10 of 10 Ensign View Park Delete construction of amphitheater (seatwall, stage, stage steps and backdrop), and construct per alternate details. Deduct from Base Bid price: J Sixteen thousand two hundred fifty -nine Dollars V/ and no Cents $ 15,259.00 Aug. 2 1978 Date CONTRACTOR'S LICENSE NO. 310123 CONTRACTOR'S ADDRESS 10747 Crawford Canyon Road Santa Ana TELEPHONE NUMBER 532 -1833 J - ,_ 0 • Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. in case of a discrepancy between words and figures, the words shall prevail. In case of art error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 310123 Classification B Accompanying this proposal is attached "Bidder's Bond " Cas , Certified C ec Cas ier s C ec or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 532 -1833 Phone Number Aug. 2, 1978 Date Authorized Signature Co- partnership Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Morgan Gardner Mike Woods Bob Lloyd N GUM AMERICAN INSURANCE COMPANY BOND NO. KNOW ALL MEN BY THESE PRESENTS, that we, HONDO COMPANY as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto, CITY OF NEWPORT BEACH as obligee, in the penal sum of TEN PERCENT (10%) OF THE AMOUNT BID DOLLARS ($ ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this WHEREAS, the said principal ENSIGN VIEW PARK PHASE II 2ND day of AUGUST herewith submitting proposal for 19 78 NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within ( ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. F.9116K - 3/77 (Bf D FORM) PRINTED IN U.S.A. BY: HONDO COMPANY Principal G T AMERICAN I RANCE COMPANY A ev -rn -Fact RICHARD K. ROSSKOPF.._ ATTORNEY —IN —FACT W W C7 y� a f. O :G F z a U CJ w O W d H C O v � y o! x; Y O' y a° 0 L x, a Q. O U U; ri% o y ;w c v � v � o a y 0 L O d � Y RS y ,YA C q C C Cd a N G' C 4 N Y L� .y L 0 L U N Rj v 0 m G Q rJ Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. paving R.J. noble 15505 Lincoln Anaheim 2. grading La Palma Equipt. 18851 Hideaway Yorba Linda 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. co— partner Type of Organization (Individual, Co- partnership or Corp.) 10147 Crawford Canyon Road, Santa Ana Address :.'. ..L�;..:'.'. '�+.�— 'i_....,.. ...i�.._. _..�.. T. •: � _ " � .: ..� ..t .... ._. ... ....... :txsi -.. �l- a'�Qi�ni. "i. TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1978 Buccola Landscape Chapman Burke 63o -i3oo 1978 Irvine Company Vic Grady 644-3191 1978 City of Whittier Hadean Hamann A9fi =2551 (park 1978 City of Irvine Howard Greek 541 -2874 (parks) Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 28tbday of July 19 7a My commission expires: SEME A. DEVON NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE CM"' My OamMI on rxores ia16 22. 198 10747 Crawford Canyon Rd, Santa Ana, Ca 92705 Notary Public Bettie A. Devon