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