Loading...
HomeMy WebLinkAboutC-1910 - Bayside Drive Park constructionDecember 22, 1978 -CITY OF NEWPORT BEACH Goodman & Peloquin, Inc._,_:. 505 S. Cypress.Street La Habra, CA 90631 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety Covenant Mutual Insurance Co. Bonds No. . 006021 Contract No. : 1910 Project Construction of Bayside Park Phases I and II The City Council on November 13, 1978 accepted the work of subject project and authorized the City Clerk to file a Notice of Com- pletion and to release the bonds 35 days after Notice of Comple- tion has been filed. Notice of Completion was filed with the Orange County Recorder on November 17, 1978 in Book No. 12930, Page 1086. Please notify your surety company that bonds may be released 35 days after recording date. DORIS GEORGE City Clerk FUNW, cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 rtv. F. r ?URN To Clrl CI --A C! Ty OF NEIAIPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 _ 7-rr'l19 L�" t NOTICE, OF COMPLETION PUBLIC WORKS r m 1293Gn 1 166 RECORDED IN OFFICIAL RECORDS OF ORANGE CO "NTI. CPI'FOr.NiA 45 PM NOV 17 1978 A' BRANCH County Rernrtier 'Io All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE. NOTICE that on September 21, 1978 the Public Works project consisting of Phases I and II, Bayside Drive Park on which Goodman & Petocquin Inc was the contractor, and Covenant Mutual Insurance Company was the surety, was completed. C OF N 1yP,dRT BFACH j,_,- Public Works Director VERIFICATION I, the undersigned, say: I am t#te- 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 November 14, 1978 at Newport Beach, California. 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 November 13, 1978 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 November 14, 1978 at Newport Beach, California. 0 • 136-57MA CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd 640 -2251 Date: November 14, 1978 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Attached for recordation is Notice of Completion of Public Works project consisting of construction of Bayside Drive park Contract No. 10 on which Goodman & Ppinquin, Inc. was the Contractor and Covenant Mutual Insurance Company was the surety. Please record and return to us. Very trul}j yours, D' oris Georg 4 City Clerk City of Newport Beach Encl. 10 • CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No Project Bay 9 Date November 17, 1977 Park - Phases I & II Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Goodman & Peloquin Inc. Address: 505 S. Cypress St., La Habra, CA 90631 Amount: $150,007.85 Effective Date: November 17, 1977 Resolution No. 9209 Doris Geo e Att. cc: Finance Department C] City hall • 3WO Nvmpoit Boulc\ani. Newport Beach, California 92663 r CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK -- PHASES I AND II Approved by the City Council on this 22nd day of ugust, 1977. D ris George, City Clerk CONTRACT NO. 1910 SUBMITTED BY: GOODMAN & PELOQUIN INC. Contractor 505 S. Cypress St. Address La Habra, California 90631 CITY ZIP 714 870 -5440 TELEPHONE $ 150,007.85 $ ;831663796 TOTAL BID PRICE PHASES I AND II AKIC10MAPARTMENT CONTRACT.. DOCUMENTS FOR BAYSIDE DRIVE PARK PHASES I AND II CONTRACT NO. 1910 ADDENDUM NO. 1 September. 13,- 1477. NOTICE TO BIDDERS. Please be advised that themording in-the Special Provisions and Proposal have been revised as-follows: I. SPECIAL PROVISIONS:. 1 Delete:-ParagrAph--6; -Section - I - A--SCOPE OF WORK; AND AWARD OF CONTRACT, page T in its.intiretyand insert the following paragraph: "The award of the contract shall be based on the Total Base Bid Price for Phase I Items.1­2 . 5 . and Phase II Items 1-32 combined." 2. Delete cover sheet of contract documents in its entirety and insert 5—enew cover sheetattached (blue). II. PROPOSAL 1. Revise the proposal, Phase-1, pages PR 2 of 6, PR 4 of 6, PR 5 of 6 as follows: PR 2 of-6--lUt y. SUBTOTAL (ITEMS I THROUGH 4) to read SUBTOTAL Ae (ITEMS I THROUGK. 3). .PR 4 of. 6 SUBTOTAL (ITEMS 5 THROUGH 18) to read SUBTOTAL - (ITEMS 4 T; PR 5 of 6 Revile SUBTOTAL TAL (ITEMS 22 THROUGH 25) to read SUBTOTAL (ITEMS 19-17409W-26). Please sign and show date of receipt of this addendum and insert a copy with your proposal. _I�Seve duRkiamJr. a nantr Project Manager DATE OF RECEIPT BY CONTRACTOR _Sgejgmber 16, 1977 S/Jack Goodmafv, Pres. '-.Sigftture and Date CITY CLERK 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. on the 28th day of September 1977 , at which time they wil be opened and rea for performing work as fo lows: BAYSIDE DRIVE PARK - PHASES I & II CONTRACT NO. C -1910 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 an3 tFe Coor o�rattee Seal shag a a� xed to all documents requiring signatures. In the case of a ar>s 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.) i i 1 , • • The City has adopted the Standard S ecifications for Public Wor (1976 Edition) as prepared by the outhern Ca i ornia Chapters Public Works Association and the Associated General Contractors may be obtained from Building News, Inc., 3055 Overland Avenue, California 90034, (213) 870 -9871. Page la r the American of America. Copies Los Angeles, The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work" for City form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. CA 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 Holders 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 - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8950 adopted December 13, 1976. A copy of said resolution 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 com- pliance 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. Ak 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 an 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. 266194 Classification B 1 SC 8. SC 53 SA Accompanying this proposal is 10% BIDDER'S BOND (Cash, Certified Check, Cashiers 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. 714 8705440 Phone Number Sept 23, 1977 Date GOODMAN & PELOQUIN INC. Bidder's Name (SEAL) S /Jack Goodman, ,Vres. re CORPORATION 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: JACK GOODMAN PRESIDENT GEORGE PELOQUIN SECRETARY TREASURER BILL HAGER VICE PR STUNT ., • DESIGNATION OF SUBCONTRACTORS 0 Page 3 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. Grading H & H Santa Ana 2. Asphalt R. J. Noble Orange 3. Irrigation Superior Anaheim 4. Landscape Phoenix Orange 5. 6. 7. S. 9. 10. 11. 12. GOODMAN & PELOQUIN INC. Bidde Name l� ca�� VJ S" Jack Goodman Pres, Authorized Signature CORPORATION Type of Organization (Individual, Co- partnership or Corp.) 505 S. CYPRESS ST. LA HABRA, CALIF. 90631 ss " FOR &INAL SEE CITY CLERK'S FILE COO* Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Goodman & Peloquin, Inc. , as Principal, and Covenant Mutual Insurance Co. , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten percent of the total amount of the bid in Dollars ($ 10% ), 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 Bayside Drive Park - Phases I and II Contract No 1910 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 28th day of SPptemher 19 77 Corporate Seal (If Corporation) Goodman & Peloquin, Inc. Principal (Attach acrncrled9ement of —S% J k Goodman res. Attorney -in- Fact) Marva J. Lyng, Notary Public Covenant Mutual Insurance Company .-Commission expires Sept. 29, 1980 Surety By S /Barbara Blumer Title Attorney -in -Fact :, 0 0 NON- COLLUSION AFFIDAVIT 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. Subscribed and sworn to before me this 73rd day of September 19 77 . My commission expires: Dec. 9, 1980 S Jack Go dman, Pres L. Covina ................. SEAL OFFICIAL nnu °i L. COVINA NOTARY ARY PUBLIC CALIFORNIA R e` PRINCIPAL OFFICE IN ORANGE COUNTY NIY Commi°rune ssion Expires Dec. 9, 19g0 mnin.:maiwmi ..... i�: z FOR OWNAL SEE CITY CLERK'S FILE COPY* Page 6 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. "On file with City Clerk" ?Jack Goodman Signed i Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES 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. 1477 City of Anaheim Dick Fisher 714 533 -5746 See Attached Schedule Goodman CONSTRUCTION CONTRACTORS LICENSE NO. 284147 A Ga ,al Engin~ing SB GaaWvt suilding Conrracror n, 5G, s Cva Rrse/sr. LAHAaHA CAL•YORNIA9(ltll PofONFS 1213,694 1071 n 141 a la snno JO ;1S co::Pixil -d BY "OOD':A.4 S PLLOOn'; 7ZAR TYPE OF WORK VALL.. JI WUrir: LLCA: t:., 1973 Park (Woodbury) 89,022. Carden Grove, Ca. City of Carden Gro 1973 Park (West Haven) 43,806. Garden Grove, Ca. City of Garden Gro 1973 Park (Manzanita) 36,385. Anaheim, Ca. City of Annheirt 1973 Park (Mabury) 22,992. Santa Ana , Ca. City of Santa Ana 1373 Park (Eastgate) 79,874. Carden Grove, Ca. City of Garden Grc 1)73 Palk Edgar) 12,855. Carden Grove, Ca. City of Carden Grq u)73 Park (Chic Center) 76,725. Carden Grove, Ga. City of Garden Crc ;)73 Park (Charryville) 23,551. Pomona, Ca, City of Ponona. * -372 Park (John Beat) 80,030. Buena Park, Ca. City of Buena Park ).77$ PArk (Boisserane) 51,030. Buena Park, Ca. City of 3uena Park D72 Park (Kennedy) 30,491), Cerritos, Ca. City of Cerritos '.372 Park (Street Work) 18,627. Norwalk, Ca. City of Norwalk 1972 Park (Oakhurst 6 Rexford) 83,6u0. Beverly [Tills, I:a. C;ity of ttevcrly Hi 1;72 Park (Civic Center) "amen (:rove, (a. City of Carden Grt ) 72 Park (Walkways S Landscape)63,000. Pasadena, Ca. City OC Pasadena 5)72 Park (Stewart St. Park) 30,0:)J. S,r:t, :,Uaica, �:.1, ate :'f - i.Ita *tout 1972 Park (La Mirada Creek) 6',700. LI lsiradu, Ca. City of :,a ttira:da 1772 Park (Saddleback Park) 1,,370. ;anca .Niia, Ca, ;:ity of Curio.,.: 1'772 Park (Westwood Park) 17,600. Santa Ana, Ca. City of Sant_, Ana 1.171 Park (Corona Mall) 126,000. Corona, Ca, City of Corono ; )71 Park (Monterey Park) 16,700. Monterey Pari , C.t. (,.icy of Aontcry P 5)71 Park (Mental Park) 12,000. Santa Ana, Ca, City of Santa Ana ? -nl Animal Shelter 63,)33. Santa Ana, Ca County of Orange r ')71 Tcnnis 6 Handball Courts 59,000. Placentia, Ca, i'IanV!,tin High Sr 1771 Park (,Juanita Park) 17,500 Anaheicl, Ca. City ,' Anaheim Th:i cbove projecca were all done by Goodman S Peloquin Inc. as a General ..ontrAct(t. (type 02 work, I'All Classes of Construction.) Pavement being both cuucr:te a:,,: asp.lalt. , JOBS COMPI.FThD BY GOODMAN h PELu bI,r NORCO— AS A 301JI VH,:,TURE —� — -� 1975 Flood Control Orange (,ounty Box Culverts De2h1 Chan.11 294,209. Costa :,esa, (.a. flood Control 1974 Flood Control, Orange County Box Culverts CGarden Chan) x97,924. Santa Ana, l,a. Clood Control b 1J74 Park )Jackson 50,930. Santa Ana, Ca. (.ity of Santa An 1974 Bug Stop Facility 1,171,506. Fullerton, Ca. Orange County T. L ")73 Part; (Craig) 987,027. Fullerton, Ca. County of Orr=, projects were all done by Goodman 6 Peloquin b Norco, as a General C,AiLractor, (Tye '. cots, "Al] Classes of Construction ".) Pavement being both concrete and asptlr,It. Page 8 LABOR AND MATERIAL BOND &,VD mv "VAS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 25, 1977, has awarded to Goodman & Peloguin Inc. hereinafter designated as the "Principal ", a contract for Bayside Drive Park -- Phases I and II Contract No. 1910 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 Qpom i✓ d AelpaW11 .Zip. as Principal, as Surety, are held firmly bound unto the City of Newport Beach, in the sum of - - - - -- Dollars 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 ND day of W0/' 100'c¢ , 197. &OD/naW d� !Pe/o4uiiv Zve. _ (Seal ) Name of Contractor rinc4pal) L'0)"'d bldual - UsuieoMC ni/(Seal) Name of Surety .so J -Lo bles , .sk. u7 /4/, awpow, CAA. Address of Surety / Signature and Title of Authorized Agent 6D1&8W&A $LllME12,f177CYPJ✓E�/ �N -FI7�T ddress of Agent 07/3- 793 -T /62Y Telephone No. of Agent k $« \\ kJ ( E | \ lop ( \ ) )77| } \)} Jf }2 \) \� $0 Al 2!|} \ \�) $]%} \\\\ |(fa \) \E \} IF 0 0 0 � ! \ =melt z % °Go � ® : \§\ <®?z � ) 4:® riui voI T - - --At COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint BARBARA BLUMER its true and lawful Attorney (sl -In -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal Is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of-the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there• of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: 1 Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 1 Vice FresidOdt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E, Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; thatthe seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. A ?t; DTA Notary Public W + r n My commission expires March 31, 1978 .; .AUK `t �•;:. 'ro�,jf�j�C��:•r CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 2nd day of NOVEMBER 19 77. Assistant Secre y 0 0 Page 10 &W.P Nn. D060o2l PERFORMANCE BOND PREM/U.#nA1JW DO KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 25, 1977 has awarded to Goodman & Peloquin Inc. hereinafter designated as the "Principal ", a contract for BAYSIDE DRIVE PARK -- PHASES I AND II, CONTRACT NO. 1910 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, AzDmAN 0 &62# N I.yc. as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of — — — — —Doi l ars ($ /6o, oo?:,?S ), 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 a V s • • 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 .2 AD day of /YOJVOMBEe , 1977 8.6MnMi Mkiiia/- LV5u)eQrxx 6mamgJ6eaI ) Name of Surety _a&Q d �05 b/es- sfe. ? /J/ & uoena, 911o/ Address of Surety Signature and Title of Authorized Agent BARBAkA BLlA//IEA�, ArmQivF�/ -�i✓- -FACT Address of Agent 419- 799 -71421t Telephone No. of Agent I }� Id | } \ / E / ---a 0 E 3t I2=; � \�}( / to «)%} 2 X222 .. r * " ;■ -� , COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint BARBARA BLUMER its true and lawful Attorneys) -in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of-the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there• of; such signature and seat, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: f Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By )) Vice Presididt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL I NSU RANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. / ~ ip(•. �1G2 t ��, z ��• �mk CfG� < : %�gTAA} ;. Notary Public My commission expires March 31, 1973 t Wii Au9LSti CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 2nd day of NOVEMBER 1977. 4 rii.1 Assistant Secre y Page 12 CONTRACT THIS AGREEMENT, made and entered into this�day of `Cerz".; L4,1 197 7 > by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Goodman & Peloquin Inc. 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 BAYSIDE DRIVE PARK -- PHASES I AND II 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. 0 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. CITY OF ORT BEACH CALIFORNIA By fi Mayor ATTEST: �. City Cler T Contractor A- X. A CONTRACT NO. 1910 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK PHASE I vononcni The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR of 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. 1910 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: IT UNIT PRICE WRITTEN IN WORDS PRIC ROADWAY IMPROVEMENTS 1. 185 lin. ft. Construct type "A" P.C.C. curb, gutter per Std. Dwg. No. 182 -L Eight Dollars and Forty -four Cents $ 8.44 $ 1.561.40 Per Lin. Ft. • P� PR2of6 Y ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE C 3 9 5 0 7 5,200 sq. ft 875 lin. ft. PARK IMPROVEMENTS Construct 8" P.C.C. pave- ment over 4" aggregate base. @ Two Dollars and Twenty -five Cents $ 2.25 $11.700.00 Per Sq. Ft. Construct P.C.C. rolled curb and transition curb as detailed. @ Six Dollars and Thirty -eight Cents $ 6.38 $ 5.582.50 Per Lin. Ft. SUB -TOTAL (ITEMS 1 THROUGH 3) $ 18,843.90 Lump Sum Demolition, clearing & grubbing. Seventeen thousand five hundred @ N4Fieteep- theusand Dollars and $17,500.00 No Cents $ $ }9 :999:99 Lump Sum 450 cu.yds. Furnish & place imported borrow. @ Six Dollars and Sixty Cents $ 6.60 $ 2,970.00 Per Cu. Yds. Lump Sum Modify existing CMP as detailed. @ Eight hundred Dollars and No Cents $ 800.00 $ 800.00 Lump Sum 2 each Construct catch basins and connections to storm drain per details on plans. @ Six hundred Dollars and No Cents $ 600.00 $ 1,200.00 Per Each , • PhV PR 3 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 160 lin. ft. Provide utility crossings under existing streets. Install conduit & sleeves as specified. @ Twenty Dollars and No Cents $ 20.00 $ 3,200.On Per Lin. Ft. 9. Lump Sum Provide electrical service, electrical wire & conduit as specified, including electrical installation, footing, base plate & wiring to light fix- tures & junction boxes. DELETED @ TweR y- two - thousand Dollars and DELETED No Cents $ $�2;ppp =pp Lump Sum 10. Lump Sum Install sleeves prior to A.C. paving as specified @ One thousand Dollars and Nn Cents $ $ 7 000.00 Lump Sum 11. 22,000 Construct 2" A.C. paving Sq. Ft. over 3" base as specified @ No Dollars and Cavanty -fives Cents $ _75 $16,500.00 Per Sq 12. 3650 Construct 3" A.C. paving over Sq. Ft. 4" base, as specified @ One Dollars and No Cents $ 1.00 $ 3,650.00 Per Sq. Ft. 13. 7 each Construct wood bollards, as detailed. @ Fifty Dollars and No Cents $ 50_n0 $ 350.On Per Each , . Ph I • PR 4 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. and UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. Lump Sum Construct P.C.C. & Redwood steps with handrail as detailed @Six thousand two hundred Dollars and Nn Cents $ 6,200.00 $ 6,200.00 Lump Sum 15. 6 Each Furnish & install Barbecue units as specified DELETE @One - hundred - twenty Dollars and DELETE DELETE No Cents $ 12p -pp $ 322 -pp Per Each 16. 9 Each Furnish & install trash recep- tacles as detailed DELETE @One - hundred -teR Dollars and DELETE DELETE No Cents $ }}g;OO $___R90:_00 Per Each 17. 2 Each Construct drinking fountains and water supply system, as detailed DELETE @E4akt- hundred Dollars and DELETE DELETE No Cents $ 80979 $ 1:699 799 Per Each 18. 24 Each Furnish & install bicycle blocks as specified and detailed @ Twenty -five Dollars and No Cents $ 25.00 $ 600.00 Per Each 4 $ 53,970.00 SUB -TOTAL (ITEMS X THROUGH 18) $ 89,799:99 , • Pie PR 5 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 19 20 21 22 23 24 TOT LOT CONSTRUCTION 30 Lin. Ft. Construct P.C.C. retaining wall as detailed @ Forty Dollars and No Cents $ 40.00 $ 1.200.00 Per Lin. Ft. Lump Sum Construct sub - drainage system as per plan @ Two thousand five hundred Dollars and NIL Cents $2,5+00.00 $ 2.5o0.00 Lump Sum Lump Sum Construct Wood footbridges w /handrail as detailed @ One thousand five hundred Dollars and Nn Cents $—I - mo - on $ 1 500.00 Lump Sum 365 Lin. Ft. Construct railroad tie re- taining wall as detailed @ Twenty -seven Dollars and No Cents $ 27.00 $ 9,855.00 Per Lin. Ft. Lump Sum Construct railroad tie steps as detailed DELETE @ Twe- theasand Dollars and No Cents Per Lump Sum 24 Each Construct railroad tie climbing poles as detailed @ Fifteen Dollars and No Cents Per Each 25. 100 Cu Yds. Fur&jLh and place sand ETE @ Ten No Per Cu. Yd. SUB -TOTAL (ITEMS ZZ THROUGH 25) 19 DELETE DELETE $_2ve9e:ee $ 2iggg ee $ 15.00$ 360.00 Dollars and DELETE DELETE Cents $ }9.99 $ 1;999:99 $ 15,415.00 $ 119;435:99 • PA PR6of6 TOTAL PRICE FOR ITEMS 1 THROUGH 25 - BASE BID Eighty -eight thousand two hundred twenty -eight Sae - hundred- a #gkteem- theasaad- #eFty- -sevep Dollars and 88,228.90 ale Ninety Cents $ 11894 ;79g September 23. 1977 Date CONTRACTOR'S LICENSE NO. 266194 GOODMAN & PELOQUIN INC. Bidder's Name S Jack Goodman President Authorized Signature CONTRACTOR'S ADDRESS 505 S. Cypress Street, La Habra, CA 90631 TELEPHONE NUMBER 714 870 -5440 ` • IoI PR 1 of 7 CONTRACT NO. 1910 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK PHASE II PRnpnSAl 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. 1910, Phase II, in accordance with the Plans and Specifica- tions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: • P& PR 2 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2 3 rd 5 A 7 ALL SITE IRRIGATION (EXCEPT PARKING AREA) 66 Each Furnish and install irrigation shrub heads (including pipe and fittings @ Sixteen Dollars and No Cents $ 16.00 $ 1,056.00 Per Each 241 Each Furnish and install 6" pop -up shrub heads @ Sixteen Dollars and Savanty -fiva Cents $ 16.75 $ 4,036,_75 Per Each 127 Each Furnish & install 4" pop -up lawn spray @ Sixteen Dollars and Seventy -five Cents $ 16.75 $ 2,127.50 Per Each 59 Each Furnish & install 6" pop -up Stream spray @ Twenty -two Dollars and P er Fifth Each Cents $ 22.50 $ 1.327.50 93 Each Furnish & install 3" pop -up rotors @ Twenty Dol l ars and No Cents $ 2n- on $ 1,R6n_nn Per Each 30 Each Furnish & install 12" pop -up rotors @ Fifty Dollars and No Cents $ 50.00 $ 1,500.00 Per Each 30 Each Furnish & install stream rotor shrub head Dollars @ and Per Each Fifty Cents $_22,W_$ 675.00 • 01 PR 3 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Q 0 10 11 12 13 14 ALL SITE IRRIGATION ( EXCEPT PARKING AREA) (continued) 22 Each Furnish & install stream spray shrub heads @ Fifteen Dollars and Fifty Cents $ 15.50 $ 341.00 Per Each 16 Each Furnish & install Griswold SF control valves 112" @ One Hundred Eighteen Dollars and Cents $ 118.00 $ 1.888.00 Per Each 6 Each Furnish & install Griswold SF Control valves 14" @ One hundred twelve Dollars and No Cents $ 112.00 $ 672_nn Per Each 3 Each Furnish & install Griswold SF control valves 1" @ One hundred six Dollars and No Cents $ 106.00 $ 318.00 Per Each 4 Each Furnish & install Griswold SF control valves 3/4" @ One hundred Dollars and No Cents $ 100.00 $ 400.00 Per Each Lump Sum Provide for or install water meter as specified DELETE @ Oge- thedsagd- eight- hugdwe Dollars seventy - #tve and Nn Cents Lump Sum Lump Sum Furnish and install 2" P -711 SMR DELETE DELETE $ 1,jRiS -tag $ 1.A75-BB @ Six hundred twenty -five Dollars and No Cents $ 625.00 $ 625.00 Lump Sum 0 P PR4of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE IRRIGATION (EXCEPT PARKING AREA) (continued) 15. Lump Sum Furnish & install Griswold 2300 24 station automatic controller @One thousand eight hundred Dollars seventy -five and Nn Cents $ 1,875.00$ 1 875.00 Lump Sum 16. Lump Sum Furnish & install Griswold 2300 12 station automatic controller @ Two thousand two hundred Dollars seventy -five and No Cents $ 2,275.00$ 2,275.00 Lump Sum 17. 16 Each Furnish & install Griswold SF control valves DELETE @ 9pe- hdgdxed- e}qhteea Dollars and DELETE DELETE No Cents $ lls:gg� 47888 ee Per Each 18. 14 Each Furnish & install Moody QCV- 100 -RL @ Sixty -eight Dollars and No Cents $ 68.00$ 952.00 Per Each 19. 1540 Furnish & install Class 315 Lin. Ft. Pressure Line 2z" @ Three Dollars and Per Lin foLin . Ft. Cents $__ 3.40$_ 5,236.00 20. 730 Furnish & install Class 315 Lin. Ft. pressure line 2" @ Three Dollars and Ten Cents $ 3.10 $ 2,263.00 Per Lin. Ft. 21. 60 Lin. Ft. Furnish & Install Class 315 pressure line 12" @ One Eighty -five Per Lin. Ft. Dollars and Cents $ 1.85$ 111.00 0 Ph II • PR 5 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE - ALL SITE IRRIGATION (EXCEPT PARKING AREA) (Continued) 22. 30 Lin. Ft. Furnish & install Class 315 pressure line 3/4" @ Three Dollars and Ten Cents $ 3.10 $ 93.00 Per Lin. Ft. 23. 4 Each Furnish & install Nibco T -113 gate valve 2;" @ One hundred eighty -seven Dollars and _ No Cents Per Each TOTAL PRICE FOR ITEMS 1 THROUGH 23 Thirty thousand three hundred seventy -nine eke y-€ edw- kedsawd- eae- hdadxe�- sevew�eeg Dollars and Seventy -five Cents a. #1 i� 30,379.75 $ 943117,75 till @ Twenty Dollars and No Cents $ 20.00 $ 2, 920 On Per Each 4 Each Furnish and plant 5 gal. vines @ Seventeen Dollars and No Cents $ 17.00$ 68.00 Per Each . P10 PR 6 of 7 ITEM QUANTITY ITEM DESCRI ?TION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE PLANTING (EXCEPT PARKING LOT AREA) 24. Lump Sum Provide soil preparation and finish grading Eleven thousand six @ hundred forty Dollars and _ No Cents $ $ 11,640.00 Lump Sum 25. Lump Sum Furnish and install ground cover from flats @ Seven thousand five hun- Dollars dred and No Cents $ $ 7,500.00 Lump Sum 26. Lump Sum Plant turf. Three thousand two @ hundred fifty Dollars and No Cents $ $ 3,250.00 Lump Sum 27. 1 Each Furnish and plant 24" box tree @ One hundred eighty -seven Dollars and No Cents $ 187.00$ 187.00 Per Each 28. 43 Each Furnish and plant 15 gal. trees @ Fifty -eight Dollars and No Cents $ 58.00$ 2,494.00 Per ac 29. 146 Each Furnish and plant 5 gal. trees till @ Twenty Dollars and No Cents $ 20.00 $ 2, 920 On Per Each 4 Each Furnish and plant 5 gal. vines @ Seventeen Dollars and No Cents $ 17.00$ 68.00 Per Each Ph II , PR 7 of 7 ALL SITE PLANTING (EXCEPT PARKING LOT AREA) (continued) 31. 492 Each Furnish and plant 1 gal. shrubs and vines @ Four Dollars and Thirty -five Cents Per Each 32. Lump Sum Provide 60 days maintenance @ Twelve hundred Dollars and No Cents Lump Sum TOTAL PRICE FOR ITEMS 24 THROUGH 32 @ Thirty -one thousand three hundred ninetv -nine and twenty TOTAL PRICE FOR ITEMS 1 THROUGH 32 - BASE BID S3xiy- #eve- �gebsaad- #eve- buaded- s3xi;eea Dollars Sixty -one thousand savanhundred cgyp t and Ninety -five eight —Cents September. 23, 1977 Date CONTRACTOR'S LICENSE NO. 266194 $ 4.35 $ 2,140 20 $ $ 1,200.00 $ 61,778.95 $ 66;616 :95 GOODMAN & PELOQUIN INC. (Bidder's Name) S /Jack Goodman President Authorized Signature CONTRACTOR'S ADDRESS 505 S. Cypress St_, la Habra California 40631 TELEPHONE NUMBER 714 R7n -5440 0 CITY OF NEWPORT BEACH CONTRACT NO. 1910 INDEX TO SPECIAL PROVISIONS FOR BAYSIDE DRIVE PARK - PHASES I & II SECTION 0 PACE DIVISION 1 - GENERAL REQUIREMENTS 1 lA Scope of Work; and Award of Contract 1 1B Supplementary General Conditions 2 1C Special Provisions 3 DIVISION 2 - SITE WORK 6 2A Demolition & Grubbing 6 2B Excavation & Site Grading 7 2C Asphalt Paving 10 2D Concrete 13 2E Landscape Carpentry 14 2F Special Landscape Items 17 2G Landscape Electrical & Site Lighting 19 2H Irrigation System 24 2I Planting 42 2J Completion Cleaning 55 • CITY OF NEWPORT BEACF; • Page 1 PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES & RECREATION DEPARTMENT SPECIAL PROVISIONS FOR BAYSIDE DRIVE PARK - PHASES I & 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 Phase I of Bayside Drive Park located adjacent to Bayside Drive and running from Carnation Avenue east to Marguerite Avenue in Corona del Mar including an additive item for parking lot refurbishment between Jasmine and Marguerite Avenues. 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 $5.00. 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 contrac tua 1 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. All bidders shall submit bids for the base contract items and for all additive items. The City reserves the right to award the contract for either the base bid, or any combination of additive items plus the base bid. If additive items are included in the award of the contract, the award will go to the lowest qualified bidder for the base bid plus the additive items chosen. The City reserves the right to delete all or portions of the following bid item from the base bid: Phase I, Item 10. CITY OF NEWPORT BEACH SECTION IA BAYSIDE DRIVE PARK Page 2 • • 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. 1B.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 BAYSIDE DRIVE PARK SECTION 1B 0 0 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. 1C.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 The Contractor shall begin work within ten (10) calendar days after the execution of contract by the City. All work shall be completed one hundred twenty (120) calendar days after execution of contract by the 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 time of completion and run for a minimum of sixty (60) calendar days. 1C.4 CONSTRUCTION SURVEY STAKING Page 3 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 construc- tion 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 BAYSIDE DRIVE 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 removal, shall 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 BAYSIDE DRIVE PARK • • Page 5 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 IC BAYSIDE DRIVE PARK 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 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. 2A.3 DEMOLITION, CLEARING AND GRUBBING a. The entire project area shall be cleared and grubbed in conformance with Section 300 -1 of the Standard Specifications except as herein modified on the drawings or herein. * 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. 2A.4 INSPECTION The City shall maintain continuous inspection of all work. * NOTE that City has performed most site clearing and grubbing operations. Inspect site to assess remaining clearing and grubbing work. CITY OF NEWPORT BEACH SECTION 2A BAYSIDE DRIVE PARK • 0 Page 7 SECTION 2B - EXCAVATION & SITE GRADING 2B.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. 2B.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 Exploratory test pits were dug at the project site. The test pit logs and soil data are 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. CITY OF NEWPORT BEACH SECTION 2B BAYSIDE DRIVE PARK Page 8 0 0 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 con- crete 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 to 95% of maximum dry density as determined by ASTM D 1557 -73 (modified to use 3 layers) for all areas desig- nated to receive pavement and within a perimeter 12 inches outside these areas. f. Where fill is required and no immediate or future structures are planned (such as planting areas), each lift may be vehicular com- pacted to not less than 75% or greater than 85% of maximum dry density. 2B.9 IMPORTED BORROW It is estimated that approximately 450 cubic yards of imported borrow will be required. Import Soil: shall conform to the following specification: A loamy sand soil with silt plus clay content no greater than 15% by weight. The boron content of the soil no greater than 1 part per million as measured on the saturation extract. The sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity of the saturation extract shall not exceed 3.0 millimhos per centimeter at 25 degrees Centigrade. The soil will be free of debris, weeds, weed seed and stolons, diseases and pests. The cost of corrective measures caused by any contaminants will be paid for by the Contractor. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK SECTION 2B . • Page 9 2B.9 (continued) The Contractor shall notify the City of its proposed source of import soil. Soil will be tested for conformance by a laboratory selected and paid for by the City. If soil is non - conforming, Contractor shall pay for subsequent tests until an approved soil is found. 28.10 DRAINAGE 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. 28.11 TRENCHING Trenching shall conform to Standard Specifications Section 306 except as modified by drawings or herein. 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 2B BAYSIDE DRIVE PARK Page 10 • • SECTION 2C - ASPHALT 2C.1 REFERENCE STANDARDS Asphaltic concrete work shall be in conformance with Section 302 -5 and Section 400 -4 of the Standard Specifications except as herein modified. 2C.2 ITEMS OF WORK 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. Items of work include but are not limited to: a. Construction of asphaltic concrete paving for vehicular and pedestrian use. b. Parking lot resurfacing (Alternate No. 1). c. Construction of A.C. curbs (Alternate No. 1). d. Parking lot striping (Alternate No. 1). 2C.3 PRODUCTS 2C.3.1 Asphaltic Concrete. Asphaltic concrete shall be Type III - C3 - AR - 4000, placed to a minimum 2" or 3" thickness as shown on plans. AR - 8000 for A.C. curbs. 2C.3.2 Tack Coat. Where paving or curbs are to be placed directly on an existing asphalt concrete surface, 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 Aggregate Base. Aggregate base shall conform to and shall be placed in conformance 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'. "Polybor Chlorate" applied at 2 to 4 lbs. per 100 sq. ft., or "Noxweed # .10" applied at 2 gallons per 100 sq ft. 2C.3.6 White li uid thermo lastic traffic aint. Bauer Co. #1572A9, to 21 - 225 -4154, or approved equal. CITY OF NEWPORT BEACH SECTION 2C BAYSIDE DRIVE PARK • • 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 sub -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 contamin- ated 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 1% to drain unless indicated otherwise. 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 Asphaltic Concrete Curb General: The machine for laying the curb shall be self - propelled type equipped with a material hopper, distributing screw, and adjustable curb forming devices capable of laying and compacting. the bituminous mix to the lines, grades, and cross - section as shown on the plans and in an even homogenous manner free of honeycombs. Tack Coat: The bituminous pavement shall be dry and cleaned of loose or deleterious material. Immediately after cleaning the pavement of bituminous base, a tack coat of cut -back or emulsified asphalt, conforming to 2C.3.2 above, shall be applied to the bituminous curb area of the pavement at the rate of 0.08 to 0.20 gallons per fifteen linear feet of curb area depending on the width of curb or age of pavement. CITY OF NEWPORT BEACH SECTION 2C BAYSIDE DRIVE PARK Page 12 • • 2C.4.6 (continued) c. Mixing and Placing: The bituminous mixture shall be homogeneously mixed to conform with 2C.3.1 above, and shall be delivered to the hopper of the curb laying machine at a temperature of not less than 200 degrees F. nor more than 300 degrees F. Each hopper load of bituminous plant mix shall be run through the curb laying machine which has been adjusted in order to form and properly compact the bituminous curb. d. Joints. Unless conditions warrant, bituminous curb construction at the specified temperature shall be a continuous operation in one direction so as to eliminate curb joints. However, where conditions are such that this is not possible, the joints between successive days work shall be carefully made in such a manner as to ensure a continuous bond. e. Curing: The newly laid curb shall be protected from traffic by barricade or other suitable method until the heat of the bituminous mixture has dissipated and the mixture has obtained its proper degree of hardness. 2C.4.7 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.4.8 Parkin Stri in,. Apply paint as detailed on plan to achieve thick- ness of 5 mi s. 2C.4.9 Protection. Protect from traffic during all operations in a manner approved by the City. CITY OF NEWPORT BEACH SECTION 2C BAYSIDE DRIVE PARK 0 SECTION 2D - CONCRETE • Page 13 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. 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 BAYSIDE DRIVE PARK Page 14 ION 2E - LANDSCAPE CARPENTRY 2E.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. 2E.2 SCOPE a. The work of this section includes all labor, materials, and equip- ment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relating to the various trades and under the con- tinuous supervision of a competent foreman, capable of inter- preting 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. 2E.3 SCHEDULE OF WORK INCLUDED IN THIS SECTION Furnish all material, equipment, services, supervision, transporta- tion and labor to perform all carpentry work complete, including but not limited to the following: a. Bollards, wood stairway and rails. b. Railroad tie retaining walls and steps. c. Foot bridge. Benches and picnic tables. Light standards. 2E.4 PRODUCTS 2E.4.1 Moisture Content. Lumber shall be air dried at the minimum, delivered to the site in dry weather, and with spacers and weathertight covering, to achieve moisture content as possible. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK mill for 90 days stacked on site as low a natural SECTION 2E • • 2E.4.2 Surfacing. Provide all lumber S4S, unless otherwise indicated as resawn or rough. 2E.4.3 Framing Lumber. Douglas Fir, conforming to "Standard Grading and Dressing Rules No. 16 ",of West Coast Lumber Inspection Bureau. Each piece must bear grade mark of appropriate agency, except exposed lumber shall bear no markings which will be visible after installa- tion. Use Studs and Plates Joists and Rafters 4X Beams 6X Beams or Larger Posts: 4 x 4 4 x 6 & larger 6 x 6 & larger Blocking and Furring Decking Grade Stud, 925F #2, 1450F #2, 1250E #1, 1350F #2, 165OF #2, 1250F #1, 120OF #3 Comml. Dex. 145OF 2E.4.4 Preservative Treated Lumber. Plates, grounds or other members in contact with concrete or masonry within 6 inches of ground surface shall be Douglas Fir, pressure treated with Chemonite (Ammonical Copper Arsenite) per AWPA Standard P.5 to a net retention of 0.5 pounds per cubic foot of wood, in the outer one inch. Each piece of treated lumber shall bear a mark identifying the preservative treatment. 2E.4.5 Finish Lumber. Page 15 a. Douglas Fir - B & BTR. Use vertical grain material in locations noted on drawings, for benches, tables, bridge, and light standards. b. Redwood - Const. grade tight knots, for steps, rail, and bollards. 2E.4.6 Railroad Ties. 6" x 8" x required length. Used, sound, clean and free of tar and defects on exposed sides. Sandblast. 2E.4.7 Rough Hardware. Provide rough hardware, nails, bolts, lags, hinges, fasteners and the like required for the work. Items exposed to weather shall be hot -dip galvanized. 2E.5 EXECUTION 2E.5.1 Workmanship - Rough Carpentry. a. Cutting - Obtain approval of City prior to cutting structural members. b. Nailing - Use common wire nails. Use 16d nails for framing 2 inch thick material, 8d for 1 inch thick material. Drill holes slightly smaller than nails used where splitting occurs. Replace split or otherwise damaged structural members. CITY OF NEWPORT BEACH SECTION 2E BAYSIDE DRIVE PARK Page 16 • • 2E.5.1 (continued) Bolting - Provide and install all bolts extending through one or more wood members. Drill bolt holes 1/16" larger than bolt dia- meter, with members held in place true to line. Ensure full engagement of nut, but projection of bolt beyond nut not to exceed one bolt diameter. Tighten bolts when installed and again immed- iately before concealing with further construction, or upon completion of work. Lag Screws - Lubricate with soap or similar material. Turn into place without driving. Ensure penetration into lagged member of 60 percent of screw length. Lead holes for shank same diameter and depth as shank. Lead holes for threaded portion shall match shaft diameter and be of equal length to threaded portion. Provide washers of same sizes as specified for bolts. 2E. 5.2 Workmanship - Finish Carpentry General Workmanship - Use concealed fastening wherever practicable. Exposed smooth surfaces shall be sanded and free from tool marks, splinters, or similar blemishes. Hand sand after erection, until all defects are entirely removed. Ease all edges. Miter all exterior angles. Cope interior angles of molded parts. Exterior Carpentry Work - Use hot -dip galvanized nails and bolts. Painting - Apply 2 coats stain, Olympic #719 to Douglas Fir, and 2 coats Thompson's Water Seal to all Redwood. Submit sample for approval prior to application. Apply in strict accordance with manufacturer's instructions, providing complete and penetrating coverage. All excess paint and related materials shall be removed from the site; no contaminants shall be disposed of on site. 2E. 5.3 fair of Defects. All defective or damaged work shall be replaced, removed and /or repaired as per instructions of the City at no additional cost to the City. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK SECTION 2E • Page 17 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 a. 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 stan- dards of practice relating to the various trades and under the continuous supervision of a competent foreman,.capable of inter- preting 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. 2F.3 PRODUCTS 2F.3.1 Two (2) Drinking Fountains. Haws No. 3050, Steps 6615 or 6616. Install as �det 1i 6. 2F.3.2 Twent Four (24) Bicycle Blocks. Cast Concrete Brooks (tel: 714 - 523- -8111 ), Artlo tel: 714 - 637 - 2120), or approved equal. 2F.3.3 Fourteen (14) Picnic Tables. Install as detailed (Base Bid), or install pre- fabricated table (Deduct Item) as follows: 5' x 8' integral table and benches reinforced concrete supports with medium sandblast finish and "A" grade and better dry S4S redwood slats with 2 coats clear sealer. Brooks Products, tel: 714 -523 -8111, or approved equal. 2F.3.4 Nine (9) Benches. Install as detailed (Base Bid), or install prefabricated bench (Deduct Item) as follows: 7' bench on concrete supports and "A" grade and better dry S4S redwood slats with 2 coats clear sealer. Brooks Style #1, tel: 714 - 523 -8111, or approved equal. CITY OF NE14PORT BEACH SECTION 2F BAYSIDE DRIVE PARK Page 18 • 0 2F.3.5 Nine (9) Trash Receptacles. 30" x 24" diameter wood slat enclosure, Litter King #L -24, or approved equal, to house 22 gallon blue trash container and blue dome top, Litter King #D -14, or approved equal. Install and set in 12" sq. conc. ftg., as detailed. 2F.3.6 Five (5) B -B -Q. Stationary pedestal mounted 14" wide x 20" long, heavy duty all welded fire box of 3/16" steel plate, black. Adjustable steel grill with cool spring handles locked to unit without chain, and 1z" dia. min. o.d. galy. steel pipe support. Install as per manufacturer's instructions. Set in 12" dia. x 24" deep conc. ftg. (42" above finish grade) Miracle #1104 -5 (tel: 213 -831- 2700). 2F.4 EXECUTION 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 BAYSIDE DRIVE PARK 0 • Page 19 SECTION 2G - LANDSCAPE ELECTRI 2G.1 GENERAL & SITE LIGHTING 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. 2G.2 SCOPE Furnish all material, equipment, services, supervision, transportation and labor to perform all electrical and site lighting work, complete, including but not limited to, the following. 2G.3 RELATED WORK SPECIFIED ELSEWHERE Excavation and Backfill 2G.4 CODES AND REGULATIONS Perform electrical installations in accordance with the latest editions of the State of California Titles 8 and 24, City of Newport Beach Standard Specifications, the County of Orange, The National Electrical Code and Requirements of National Fire Protection Association and the State Fire Marshal. The more stringent regulation shall govern. Nothing in these specifications or drawings shall be deemed as authority to violate above. 2G.5 COORDINATION OF WORK a. Contractor shall plan all work so that it proceeds with a minimum of interference with other trades. Coordinate electrical work with other trades to complete proper connections and maintain proper clearances and eliminate interferences. b. Contractor shall examine th trades and coordinate work or difficulties encountered might provide prompt and pr inate with the work of othe acceptance of the work of o the execution of this work. 2G.6 SITE e drawings and specifications of other accordingly. Report promptly any delay in the installation of this work, or which oper installation to connect to or coord- rs. Failure to do so shall constitute an ther trades as being fit and proper for Prior to bidding, Contractor shall visit site and verify all points of connection as to location, size, type, depth, characteristics, etc. It is assumed that bids include everything required to provide proper connections to all existing equipment and Contractors accept conditions on the site. CITY OF NEWPORT BEACH SECTION 2G BAYSIDE DRIVE PARK Page 20 • • 2G.7 TRENCHING, BACKFILLING & FLASHING Contractor shall be responsible for all trenching and backfilling required for the installation of his work. Backfilling shall not be started until installed work is approved. Trenches shall be backfilled to original grade. Gravel fill under roads and walks and top soil be replaced to original depth. Minimum cover required on electrical lines to be 18 inches. Suitable fill material shall be soil free from large rocks and lumps, 6 inches or larger in any dimension. Rocks shall not be placed within 6 inches of any equipment or lines. It is generally expected that material removed from the trench will be considered suitable, except as specified above, in which case the City shall decide whether the excavated material is not suitable. c. This Contractor or Subcontractor shall obtain all fill material at his expense and shall dispose of any unused excavated materials. See Section 2B, Excavation and Site Grading, for compaction methods and requirements. All exterior penetrations shall be flashed and sealed. 2G.8 DRAWINGS a. In general, the working drawings, indicate diagrammatically the location of conduit runs, panels, outlets, fixtures, devices and equipment. Field verification of scale dimensions on plans is directed since actual locations, distances and levels will be governed by actual field conditions. The electrical contractor shall check the draw- ings of other trades to alert possible installation conflicts. Should drastic changes from working drawings be necessary, the Con- tractor shall notify the City and secure written approval before changes are made. The Contractor shall submit detailed, dimensioned shop drawings, as called for in Division 1, for the following equipment: (1) Precast junction boxes (2) Service panel (3) Circuit breakers (4) Lighting fixture brochure (5) Lighting time switch CITY OF NEWPORT BEACH SECTION 2G BAYSIDE DRIVE PARK • • Page 21 2G.8 DRAWINGS (continued) c. Lighting fixture shop drawing shall include complete ballast data, dimensions and certified photometric data from an independent laboratory. d. The Contractor shall provide and keep up -to -date a complete as -built set of drawings, which he corrects daily to show every change from the working drawings and specifications. This set of drawings shall be kept on the job site and shall be used only as a record set. Upon completion of the work the Contractor shall provide "as- built" drawings as called for in Division 1. 2G.9 FEE, PERMITS The Contractor shall obtain and pay for utility service costs, permits, fees and inspection required by any of the legally constituted authorities having jurisdiction. 2G.10 SERVICE a. Contractor shall provide for temporary power and lighting required during construction and maintenance period, including that for in- spection and testing. b. Electric service and metering shall conform to requirements of the serving utility. Contractor shall verify all equipment and points of connections shown on the drawings before starting installation. 2G.11 PRODUCTS 2G.11.1 Materials a. All materials and equipment shall be new and listed by Underwriter's Laboratories wherever standards have been established by that agency.. They shall also bear the U.L. label. b. They shall comply with ANSI, IEEE and NEMA standards. The City reserves the right to reject any materials which in his opinion, are not in compliance with this specification, either before or after installation. c. All materials for the same purpose shall be the same make and quality throughout. d. Where specific catalog numbers are called for on the drawings, the Contractor may submit equal alternate manufacturers' products to the City for approval. CITY OF NEWPORT BEACH SECTION 2G BAYSIDE DRIVE PARK Pwse 22 • • 2G.11.2 Service Panel. Shall be General Electric, Westinghouse, Square D, I.T.E., or Benjamin. 2G.11.3 Circuit Breakers. All circuit breakers shall be quickmake, quickbreak, thermal magnetic, molded case, bolt -in type. 2G.11.4 Building Wire & Area Lighting Conduit. a. Wire shall be 600 volt THWN insulated conductor and shall consist of 98 percent conductivity copper. It shall be manufactured in accord- ance with the requirements of the Codes, the National Fire Protection Association, ANSI and NEMA. Wire and cable shall be delivered to the job site in full coils or reels, each bearing a tag containing the Underwriter's label of approval for the intended use, name of manu- facturer, trade name and code type of wire, and month and year when manufactured. b. No wire smaller than No. 12 wire shall be used. c. Splices and tape for smaller than No. 6 wire shall be pressure type set screw connectors or solderless pressure set connectors. Splices in wire size No. 10 or smaller at the Contractor's option may be made with twist -on connectors. d. Taping of joints shall be done with rubber compound and friction tape, or with vinyl plastic tape with thickness equal to the insu- lation of the conductor. Where twist -on connectors are used below grade, vinyl plastic tape shall be used over the connector and con- ductors to make the joint watertight. Lubrication is required for pulling conductors and it shall be a compound specifically prepared for pulling and shall not contain products which will have deteriora- ting effect on the conductor insulation. e. Wiring in panels and terminal cabinets shall be neatly placed and laced. Lacing shall be not more than 3" apart. 2G.11.5 Wiring Devices. Shall be Sierra or equal by Hubbell, Arrow Hart, or Slater 20a 120 volt grounded duplex outlet, Sierra #1460. 2G.12 EXECUTION 2G.12.1 Conduit Raceways. All wiring shall be installed in UL approved raceways. Raceways shall be installed concealed. Raceways shall be rigid conduit except exterior underground raceways, raceways under slabs and in poured concrete construction which may be rigid PVC, Schedule 40. Where PVC is used, provide code sized ground conductor. Connections to motors shall be made with liquid tight flexible conduit. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK SECTION 2G • Page 23 2G.12.2 Grounding. Furnish and install the required ground conductors, ground rod, ground bushings, straps and connectors and make all connections to effectively ground neutrals, service panels, conduits, switches, fixtures, and all other equipment. The rigid steel conduit shall serve as the equipment ground source for all branch circuits. Where PVC conduit is used install a minimum #12 green wire ground. 2G.12.3 Lighting Fixtures. Shall be as called lamp. Paint exposed metal of fixtures of the Standard Specifications. Clean and 310 -2.3. Sand lightly as required Apply 2 coats auto body paint by spray Submit paint sample for approval. 2G.13 TESTING for on the plans, complete with as per plan. Refer to Section 310 surfaces as per Sections 310 -2.2 for surface to receive paint. ing to achieve smooth even surface. a. Upon completion of the work, the Contractor shall test the entire installation for continuity grounds and short circuits. The Con- tractor shall make all adjustments and demonstrate in the presence of the City's representative that the work is in compliance with the drawings and specifications. b. The Contractor shall perform all tests required by the City. The Contractor shall provide all instruments, equipment, labor and materials to complete the tests. c. Should any of the above reveal any defective materials, improper installation, poor workmanship or variations from the specifications or the drawings. The Contractor shall make any changes necessary and correct any defects at his own expense to the full satisfaction of the City. d. Work shall not be covered until it has been tested and inspected. 2G.14 CLEAN -UP The Contractor shall clean up and remove from the site all unused materials and debris resulting from the performance of the work in this section no less than each Friday before leaving the site, and once a week and /or the last working day each week. All trash shall be removed completely from the project site. CITY OF NEWPORT BEACH SECTION 2G RAYSTDF DRIVF PARK Page 24 0 9 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 BAYSIDE DRIVE PARK 0 2H.4 WORK NOT INCLUDED IN THIS SECTION: • Page 25 Items listed by others, N.T.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 QUANTITIES 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 BAYSIDE DRIVE PARK Page 26 • . • 2M 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 requested from the City at least 48 hours in advance of an anticipated inspec -'. tion. An inspection will be made by the City on each of the steps listed below. The Contractor will not be permitted to initiate the succeeding steps of work until he has received written approval to proceed by the inspector. (1) Immediately prior to the commencement of the work of the section. (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 BAYSIDE DRIVE PARK 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. Page 27 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, list of equipment with name and addresses of local manufacturer's representatives. CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK Page 28 • • 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. 2H.10.1 Plastic Pipe a. PVC Pressure Mainline Pipe and Fittings: (irrigation and potable water piping); CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK • • Page 29 2H.10 PRODUCTS (continued) (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 material designation, size, NSF seal of approval. manufacturer's name or trademark, applicable I.P.S. schedule and 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 SECTION 2H BAYSIDE DRIVE PARK Page 30 0 • 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 manufactWred by Nibco 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 P.S.I. operable with quick coupler. Key size and type shall be as shown on plans. CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK �' 2H.10.7 Backflow Prevention Units 0 Page 31 a. The backflow preventer shall operate on a pressure principle. It shall be capable of being installed under continuous pressure. The pressure type vacuum breaker shall consist of an approved body, check valve, vacuum relief, inlet and discharge shut -offs and field test cocks. The vacuum relief shall have an atmospheric opening of greater diameter than the iron pipe size of the unit. The vacuum relief shall be separate and independent from the check valve member. All nipples and other fittings shall be of red brass construction. The pressure type vacuum breaker shall be for cold water service to 160 degrees. A protective screen shall eliminate insects or debris from entering the unit. The unit shall be approved by local authorities. b. The pressure type vacuum breaker shall be similar to those manu- factured by Surgical Mechanical Research 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 curls 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 #3577 Connector Sealing Packs, Pen -rite 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. As noted on detail. 2H.10.10 Automatic Controller a. Automatic controllers shall be of size and type shown on the plans. CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK Page 32 • 0 2H.10.10 (continued) b. Final location of automatic controller shall be approved by City. c. The 120 volt electrical power to the automatic controller location to be furnished by others. The final electrical hook -up shall be the responsibility of the irrigation contractor. 2H. 10.11 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.10.12 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 manu- facturer. 2H.10.13 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 stainless steel and neoprene. Anti -drain valve shall be field adjustable against drawout from 5 to 40 feet of head. The anti - drain valve shall also have an excess flow feature which will automatically stop the flow of water when it exceeds the G.P.M. pre- set by the manufacturer. The anti -drain valve shall automatically reset itself when the water pressure is relieved. Anti -drain and excess flow valve shall be similar to the Valcon ADV -XS or approved equal. 2H.11 EXECUTION 2H.11.1 Preparation a. Physical Layout: CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK u 2H.11.1 (continued) . Page 33 (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 BAYSIDE DRIVE PARK Page 34 is 0 2H. 11.3 Galvanized Pi 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 SECTION 2H BAYSIDE DRIVE PARK 2H.11.4 Plastic Pipe and Fittings (continued) • Page 35 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. 2H.11.5 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 make 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 BAYSIDE DRIVE PARK a Page 36 • 0 2H.11.6 Tests 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 less 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 SECTION 2H BAYSIDE DRIVE PARK 0 • Page 37 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 Svstem 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. Lowering raised sprinkler heads by the Contractor shall be accom- plished within 10 days after notification by City. d. All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. CITY OF NEWPORT BEACH SECTION 2H BAYSIDE DRIVE PARK Page 38 • • 2H. 12 2H. 13 2H.14 TEMPORARY REPAIRS The City reserves the right to keep the sprinkler system exercise of this right by th e of his responsibilities under specified. CLEAN -UP to make temporary repairs as necessary equipment in operating condition. The City shall not relieve the Contractor the terms of the guarantee as herein 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. Remove from the site all debris and rubbish resulting from the work, and leave the installation in clean condition. 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. b. 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 BAYSIDE DRIVE PARK SECTION 2H 2H.14 DRAWINGS OF RECORD (continued) 0 Page 39 (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 2H.15 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 BAYSIDE DRIVE PARK Page 40 • • 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 City, 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 the work if City elects to have others perform the necessary repairs if Contractor has not responded 3 days after notification. In doing such repair work, Contractor shall be responsible for all existing work or landscaping damaged by such malfunction or its repairs. All guarantees 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 /or 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 BAYSIDE DRIVE PARK i GUARANTEE_ FORM . Page 41 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. 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: SIGNED: Contractor ADDRESS: PHONE: DATE OF ACCEPTANCE: CITY OF NEWPORT BEACH SECTION 2H BAYSIOE DRIVE PARK Page 42 • 0 SECTION 21 - PLANTING 21.1 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. 21.2 SCOPE 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. 21.3 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. 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 SECTION 2I BAYSIDE DRIVE PARK i 2I.5 QUANTITIES AND TYPES is Page 43 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 BAYSIDE DRIVE PARK Page 44 • is 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 BAYSIDE DRIVE PARK • • 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: 440 cu. yds organic amendment. 2I.8.3 Alternate Bid #6 Only: Provide 2 samples of soil in parking lot areas which were under A.C. paving (Phase I). These soils shall be tested for sterilants and materials detrimental to plant growth. If needed, corrective measures will be compensated by unit prices shown in the bid form. 2I.9 STATEMENTS OF CONFIRMATION Submit statements of confirmation and compliance. Page 45 2I.9.1 Statements. Invoices shall indicate fertilizer and soil amendments y wb e g 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 be su mitted to the City for the following: a. Quantity of commercial fertilizer and organic fertilizer. CITY OF NEWPORT BEACH SECTION 2I BAYSIDE DRIVE PARK Page 46 0 0 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 Ferrous Sulphate As metallic 20% Agricultural Gypsum 16% combined sulphur 20% calcium c. Commercial Fertilizer. 16 -20 -0 Ammonium Phosphate, Ammonium Sulphate, Ammonium Nitrate. 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 BAYSIDE DRIVE PARK SECTION 2I 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. Page 47 (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 purity. 2I.10.3 Hydroseed Mix. the proportions indicated Alta fescue seed, 90% germination, 95% Use the following mix per acre in Specified Seed Mix - seed as specified 2000 lbs. cellulose paper mulching fiber 20 gals. HL 80 Humectic by Dow Chemical Corp. 400 lbs. Gro -Power fertilizer 300 lbs. 20 -8 -8 commercial fertilizer with 60% Urea Formeldehyde. 2I.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.11 GRADING & SOIL PREPARATION 2I.11.1 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. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK SECTION 2I Page 48 • • 2I.11.1 (continued) 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 applica- tion of soil conditioners and fertilizers. c. Where no grades are shown, areas shall have a smooth and con- tinual 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. Weeds and grasses shall be dug out by the roots and disposed of off site before and during preliminary grading, and finish grading. Eradicate Bermuda with methods as approved by City. e. Areas planted in shrubs, turf or ground cover, that are con- tiguous 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. 2I.11.2 Soil Preparation. Remove rocks, trash, rubbish, etc., within the limits of the project. a. Preparation of Landscape Areas - Rip soil to a minimum depth of 12" in two opposing directions. Apply to all planting areas 2 cu yds composted mulch supplied by City, and 4 cu yds organic amendment, 150 lbs agricultural gypsum, 20 lbs soil sulfur, and 15 lbs 16 -20 -0 ammonium phosphate 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 cultivation, spading or rototilling. Finish grades to smooth finish and remove all rubble, rubbish and weeds from site. 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 16 -20 -0 commercial fertilizer per cu yd of mix 2 lbs iron sulphate per cu yd of mix 10 lbs agricultural gypsum per cu yd of mix CITY OF NEWPORT BEACH SECTION 2I BAYSIDE DRIVE PARK 2I.11.2 (continued) Page 49 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.12 PLANTING 2I.12.1 Irrigation System. 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.12.2 Approvals a. Trees and shrubs shall not be planted until construction work in the area has been completed, final grades established, the planting areas properly graded and prepared as herein specified, and the work accepted by the City (see Inspections). 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 holes (pits and mixed backfill). See 2I.12.3.e. below. 2I.12.3 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. CITY OF NEWPORT BEACH SECTION 2I BAYSIDE DRIVE PARK Page 50 • • 2I.12.3 (continued) e. Excavate pits with vertical sides for plants, as directed; boxed tree pits at least 24" larger than the root ball to be accommo- dated, but without excavating within 6" of any paved area, and of such depth that when planted crown of plant bears same relation to finish grades that it did to soil surfaces in place of growth. Plant pits no smaller than following sizes: 1 gallon plants - 18" deep, 18" in dia. 5 " 11 24" 11 24" " " 15 " " 30" " 30" 11 11 24" box plants - 48" .1 48" " f. Set plants in center of pits, 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. h. The basins of all isolated trees and shrubs will 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.12.4 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 of 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. CITY OF NEWPORT BEACH SECTION 2I BAYSIDE DRIVE PARK 0 2I.12.5 LAWN INSTALLATION 2I.12.5.1 Seeding a, Plant lawn in all areas shown on plans. Page 51 b. Roll and rake lightly until surface is smooth, friable, and of uniformly fine texture immediately before planting grass. C. 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.12.5.2 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 - 1/2 acre requirements. (2) Add 3 - 50 pound bales fiber. (3) Add seed - 112 acre requirement. (4) Add NPK Fertilizer - 1/2 acre requirement. Agitate mixture at full speed when the tank is half filled with water. (5) Add remainder fiber requirement before tank is 3/4 full. Slurry distribution should begin immediately. C. Inspection - A representative of the City should be present during the entire application. All materials should be in- spected 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 CITY OF NEWPORT BEACH SECTION 2I BAYSIDE DRIVE PARK Page 52 2I.12.5.2 21.12.5.3 2I.13 (continued) or measuring device should be used to insure that exact quan- tities 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. 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 required, to keep the soil wet above, around and below the root systems of the plants. 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. 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 de- termined necessary by the City, will not be credited as one of the plant establishment working days. CITY OF NEWPORT BEACH BAYSIDF DRIVE PARK SECTION 2I I _ 2I.13 • Page 53 (continued) 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. 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, We in Aeration, Water Conservation - After any perio o more or ess 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) Turf - Between the 15th day and the 20th day of the establishment period, the Contractor shall reseed all spots or areas within the lawn where normal turf growth is not evident. Post fertilize all planting areas with ammonium sulfate 30 & 60 days after planting, and at 30 day intervals thereafter, at the rate of 5 lbs per 1000 sq ft, or ammonium nitrate at the rate of 3 lbs per 1000 sq ft. Apply evenly and water in thoroughly. Mowing of seeded turf will commence when the grass has reached a height of two inches. The height of cut will be I -, 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 BAYSIDE DRIVE PARK SECTION 2I Page 54 0 2I.13 (continued) • e � Excess grass clippings, as determined by the City, shall be picked up and removed from the site and premises. (6) Protection - The Contractor shall be responsible for maintaining adequate protection of the area. Damaged areas shall be re- paired at the Contractor's expense. (7) Clean -Up - The Contractor shall be responsible for site clean -up, keeping the site in a neat and acceptable condition throughout the maintenance period, to meet the approval of the City. 2I.14 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 period 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 BAYSIDE DRIVE PARK SECTION 2J - COMPLETION CLEANING 2J.1 GENERAL Contractor shall refer to Section 7 -8.1 of the Standard Specifications. CITY OF NEWPORT BEACH BAYSIDE DRIVE PARK SECTION 2J Page 55 GOODMAN SC PEL©QUIN, INC. CONSTRUCTION CONTRACTORS STATE LIC. $266194 S -1 SC-8 SC -53 SA City of Newport Beach 3300 W. Newport Blvd. Newport Beach, Ca. Dear Sir: 505 S. CYPRESS ST. I HA.R.1 CALIF. 91G31 PHONES! (213) 6941031 t7l1 ) 670.6... November 10,1977 I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self - insurance before commencing any of the work. Sincerely, George eloquih, cretary Treasurer t. Z p,J ' :] t; g fq r CORROON & BLACK /MILLER & AMES 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 NOVEMBER 4, 1977 CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA Re: GOODMAN & PELOQUIN, INC., ET AL GENTLEMEN: Enclosed are Certificates of Insurance in connection with the above Insured, as follows: COMPREHENSIVE LIABILITY POLICY NO. GLA 500224, UMBRELLA LIABILITY POLICY NO. CNU 12- 76 -74. If you have any questions, please give us a call. Yours very truly CORROON & BLACK /MILLER & AMES BARBARA NYLANDER /dn ENCL. cc: GOODMAN & PELOQUIN, INC., ET AL C(,*)."- C _ NO .r Insurance Brokers Surety Bonds CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. / ?/O 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 /i' .,!.'; ;'when signed by an,., Authorized Representative of Name of Ir.Surance Company) / and when issued to City shall be valid and form part of Policy v No. ��' 1 ,a j��, /�,� :� `/ insuring GOODMAN & PELOQUIN, INC., ET AL Named Insured) expiring NAME OF AGENT OR BROKERCORR.00N & BLACK /MILLER & AMES ADDRESS - AGENT /BROKER 3600 WILSHIRE BLVD., SUITE 1100 LOS ANGELES, CALIFORNIA 90010 }Authorized Representative IMPORTANT: This is the only evidence of insurance 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. /a /c" 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 JUNE 25, 1977 when signed by an Authorized Representative of CENTRAL NATIONAL INSURANCE COMPANY (CRAVENS, DARGAN) (Name of Insurance Company and when issued to City shall be valid and form part of Policy No. CNU 12 -76 -74 insuring GOODMAN & PELOQUIN INC. Named Insured expiring JUNE 25, 1978 NAME OF AGENT OR BROKER CORROON & BLACK /MILLER & AMES ADDRESS - AGENT /BROKER �i 3600 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90010 AUtnorized RepreSentative CORROON & BLACK/MILLER & AMES IMPORTANT: This is the only evidence of insurance 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 ce M►VI V. _ _� eta ^a <aur. SET TAM +ME <"D PDDREsi C PdE ^I: , _. Continental General Insurance Brokers, ; IngUANIES --DING COVERAGES P. O. Box 4820 - -- - - - Anaheim, Calif. 92803 oMR ^" Argonaut Insurance Co. E17ER COMr:. z' .. � Goodman & Peloquin, Inc. (j 505 So. Cypress Ave. La Habra, Calif. 90631 .-... LLI IER Th:s a ic','.:.::y ..,.,':.,• in;,,..: .. :ve been iss::• ::ncd in its in Tnm,sa nA; 10001 mils �f :. iahil GENERA!. — Bayside Drive Park - Phase I & II, Newport Beach, Calif. �0__ :;..y' ,::;;;:,,' ..... ...... .. . . ........... .. ....... !�cx�ti�c X7{kkXXjCX.X'XXXXXXNXXXDO X'XxXSCXXX)d XXXXXXmGXXX City of Newport Beach 11 -3 -77 3300 W. Newport Blvd. -. Newport Beach, Calif. 92663 ! ` . • SCHEDULE A -5 GOODMAN AND PELOQUIN, INC. FINANCIAL STATEMENTS June 30, 1977 • Cr+.�rzr.ra T). �•rr:mn� :� CERTIFIED PUBLIC ACCOUNTANT 730 NORTH EUCLID STREET SUITE 202 ANAHEIM, CALIFORNIA 92001 PHONE (714) 772 -6915 BOARD OF DIRECTORS GOODMAN AND PELOQUIN, INC. 0 The accompanying balance sheet of GOODMAN AND PELOQUIN, INC., as of June 30, 1977, the related statements of income and retained earnings and changes in financial position for the year then ended, and the state- ment of retained earnings - restated June 30, 1976, were not audited by us and accordingly we do not express an opinion on them. 0 0 GOODMAN AND PELOQUIN, INC. BALANCE SHEET June 30, 1977 ASSETS CURRENT ASSETS Cash in Bank, Cerritos Valley Bank $ 13,481.97 Cash in Savings 1,000.00 Accounts Receivable: Incompleted Contract, Garden Grove, Civic Center Site 24,200.00 Retentions, Canyon Site, #1 Contract 21,150.16 Retentions, E1 Toro Park Contract 39,026.15 Other Receivables 1,997.10 Prepaid Insurance 3.334.00 Total Current Assets PROPERTY AND EQUIPMENT COST DEPRECIATION BOOK VALUE Machinery and Equipment $ 13,314.00 $ 12,343.00 971.00 Automotive Equipment 25,205.00 17,648.00 7,557.00 Office Equipment 1,847.00 1,380.00 467.00 Total Property and Equipment OTHER ASSETS Joint Venture Interest - Goodman and Peloquin, Inc. 43,854.79 and Norco Construction, Inc. Deferred Financing Costs 774.92 Total Other Assets TOTAL ASSETS See accompanying notes to financial statements Prepared Without Audit $ 104,189.38 8,995.00 44,629.71 $ 1571814.09 0 0 GOODMAN AND PELOQUIN, INC. BALANCE SHEET June 30, 1977 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts Payable, Trade $ 25,842.88 Accounts Payable Sub Contractors: Canyon Site #1 Contract 18,960.90 E1 Toro Park Contract 16,836.19 Garden Grove Civic Center Site 20,704.00 Contract Payable, Valencia Bank, current portion 2,438.64 Payroll Taxes Payable 2,287.22 Provision for Income Taxes 2,111,00 Loans from Stockholders 10,537.00 Total Current Liabilities LONG -TERM DEBT Contract Payable - Valencia Bank 5,080.50 Less Current portion shown above 2.438.64 Total Long -Term Debt DEFERRED INCOME TAXES STOCKHOLDERS' EQUITY Capital Stock Outstanding 14 shares at $100. par 1,400.00 Paid -In Capital 100000.00 Retained Earnings 40,034.98 Total Stockholders' Equity TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY See accompanying notes to financial statements Prepared Without Audit $ 99,717.83 2,641.86 4,019.42 51.434.98 $ 157,814.09 0 0 GOODMAN AND PELOQUIN, INC. STATEMENT OF CHANGES IN FINANCIAL POSITION For the Twelve Months Ended June 30, 1977 WORKING CAPITAL WAS PROVIDED BY: Operations: Net Income $ 12,787.98 Add charges (deduct credits) not affecting working capital: Depreciation $ 4,532.00 Deferred income taxes 4,019.42 Write -off of stock investment 5,000.00 Equity in income of joint venture ( 12.587.79) 963.63 Total from operations 13,751.61 Issuance of long -term debt 7,315.92 Withdrawal of portion of equity in joint venture 10.000.00 Total working capital provided 31,067.53 WORKING CAPITAL WAS APPLIED TO: Acquisitions of property Increase in other assets Reduction of long -term debt INCREASE IN WORKING CAPITAL a" CHANGES IN CONPONENTENTS OF WORKING CAPITAL: Increases (decreases) in current assets: Cash Accounts receivable Loans to stockholders Prepaid insurance Total increase in current assets Decreases (increases) in current liabilities: Accounts payable -trade and subcontractors Current portion of long -term debt Payroll taxes payable Provision for income taxes Note payable to bank Loans from stockholders Total increase in current liabilities INCREASE IN WORKING CAPITAL 5,702.00 374.92 4.674.06 10.750.98 See accompanying notes to financial statements Prepared Without Audit $ 20.316.55 $ 8,308.97 86,373.41 ( 7,544.00) 3,334.00 90,472.38 ( 82,343.97) 1,030.06 ( 1,420.22) 7,141.00 15,000.00 ( 9,562.70) ( 70,155.83) $ 20,316.55 0 0 GOODMAN AND PELOQUIN, INC. STATEMENT OF INCOME AND RETAINED EARNINGS For the Twelve Months Ended June 30, 1977 REVENUES Contract Income -EL Toro Park Contract Contract Income- Canyon Site #1 Contract Contract Income - Garden Grove Civic Center Site Other Income- Katella Channel Job Other Revenue Total Revenues COST OF SALES Labor Costs Direct Labor Payroll Taxes Union Costs Equipment Costs Depreciation Gasoline Repairs Taxes and Licenses Other Direct Costs Materials Lumber Concrete Sub Contract Costs Equipment Rental Engineering Plans and Permits Insurance and Bonds Cost of Sales GROSS PROFIT Less Operating Expenses Net Income from Operations $ 75,229.47 6,810.60 10.249.96 4,485.00 9,544.53 6,832.27 1,340.53 49,261.00 6,728.89 27,176.39 384,977.67 9,652.43 120.00 507.85 14.229.08 Other Income (Loss) Loss on Stock Investment Share of Income from Joint Venture for the twelve months ended December 31, 1976 Net Income before taxes Provision for Income Taxes NET INCOME $ 397,011.45 214,449.57 24,200.00 14,045.07 1,452,86 $ 651,158.95 92,290.03 22,202.33 492,653,31 607.145.67 44,013.28 32,482.67 11,530.61 ( 5,000.00) 12,587.79 7.587.79 Retained Earnings, June 30, 1976, Re- Stated (Statement Attached) Retained Earnings, June 30, 1977 See accompanying notes to financial statements Prepared Without Audit 19,118.40 6..330.42 12,787.98 27.247.00 40 0 0 GOODMAN AND PELOQUIN, INC. STATEMENT OF RETAINED EARNINGS - RESTATED JUNE 30, 1976 Retained Earnings, Balance per books, June 30, 1976- - Cash Basis (Deficit) Less: Federal Income Tax - fiscal year ended June 30, 1976 ($ 4,968.00) California Franchise Tax - fiscal year ended June 30, 1976 ( 4,484,00) Add: Investment in Joint Venture- - Goodman and Feloquin, Inc. and Norco Construction, Inc, Investment at book value December 31, 1975 per Joint Venture financial statement attached Retained Earnings - June 30, 1976 Re- Stated See accompanying notes to financial statements Prepared Without Audit ($ 4,568.00) ( 9,452.00) ( 14,020.00) 41,267,00 $$ 27,247.00 f t 0 0 GOODMAN AND PELOQUIN, INC. SUPPORTING SCHEDULE FOR STATEMENT OF INCOME For the Twelve Months Ended June 30, 1977 OPERATING EXPENSES Accounting $ 1,435.00 Depreciation 47.00 Dues 309.00 Insurance 1,943.28 Interest 1,836.95 Office Supplies and Expense 2,488.45 Promotion 14,552.20 Legal 2,014.46 Utilities 5,131.92 Licenses 480.00 Rent 885.00 Miscellaneous 1.359.41 Total Operating Expenses $ 32067 See accompanying notes to financial statements Prepared Without Audit 0 GOODMAN AND PEOPQUIN, INC. NOTES TO FINANCIAL STATEMENTS June 30, 1977 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: Long -term contracts are accounted for on the percentage -of- completion basis. Depreciation of property is computed on the straight -line method over the estimated useful lives of the assets. Investment tax credits amounted to $230 for the year ended June 30, 1977, and are accounted for on the flow- through method which recognizes the benefit in the year the assets which give rise to the credits are placed in service. The joint venture interest is accounted for on the equity basis. 2. INCOME TAXES: Deferred income taxes result pricipally from use of the accrual basis of accounting for book purposes, versus the cash basis of accounting for income tax purposes. w By the Cn i Y CUUrv1;11. RESOLUTION NO. 9 2 y 9 CITY OF /NEWPORT 4EACH A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO GOODMAN AND PELOQUIN, INCORPORATED IN CONNEC- TION WITH THE CONSTRUCTION OF BAYSIDE DRIVE PARK, CONTRACT NO. 1910 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of Bayside Drive Park, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 28th day of September, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is GOODMAN AND PELOQUIN, INCORPORATED; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Goodman and Peloquin, Incorporated for the work in the amount of $150,007.85 (base bid less bid items Phase I: portion 4, 9, 15, 16, 17, 23, and 25; Phase II: 13, 17); 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 25th day of October Mayor ATTEST: City Clerk 1977. DDO /bc ].0/21/7 0 /� r 1,_-;j /,7AF 9s 4- 000, 14�- I L CITY OF T BEACH PUBLIC WO R EPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE`PARK -- PHASES I AND II Approved by the City Council on this 22nd day of ugust, 1977. Aris or ge, C y Clerk. CONTRACT NO. 1910 SUBMITTED BY: ontractor Address Zfz/ �✓ CITY ZIP TELEPHONE ! TOTAL BID PRICE PHASES I AN II I ��' __4 Jr.:: Y � � 0 4 CONTRACT NO. 1910 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK PHASE I PROPOSAL The Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: PR of 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. 1910 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 QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ROADWAY IMPROVEMENTS 1. 185 lin. ft. Construct type "A" P.C.C. curb, gutter per Std. Dwg. No. 182 -L @f Dollars _ and `' - t C .1 c - Cents V- Per i Ft. r • 0 PR2of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2. 5,200 sq. ft. Construct 8" P.C.C. pave- ment over 4" aggregate base. 3 4 Dollars 2� �p ✓ _. and /. •C: Cents $� $ Per Sq. .' 875 lin. ft. Construct P.C.C. rolled curb and transition curb as detailed. @ Dollars and Cents Per Li . Ft.' SUB -TOTAL (ITEMS 1 THROUGH PARK IMPROVEMENTS Lump Sum Demolition, clearing & grubbing. zitrQs $ Lump Sum 5. 450 cu.yds. Furnish & place imported borrow. 0 7 !r u° $ /Zaao T Dollars and � C -,. oG Lt%t/ Cents Per Xs. Lump Sum Modify existing CMP as detailed. Dollars Mcc — ce ✓ and Cents $ Lump Sum 2 each Construct catch basins and connections to storm drain per details on plans. @t, >f1 Dollars er / and Cents $ 'e'e, Per Each 0 Ph'� ITEM QUANTITY ITEM DESCRIPTION V0. AND UNIT UNIT PRICE WRITTEN IN WORDS 8. 160 lin_ ft. Provide utility crossings under existing streets. Install conduit & sleeves as specified. @ ✓_ Dollars and Cents Per Lin. Ft. 9. Lump Sum Provide electrical service, electrical wire & conduit as specified, including electrical installation, footing, base plate & wiring to light fix- tures & junction boxes. lars and Cents Lump Sum PR3of6 �DGd $ =sin 10. Lump Sum Install sleeves prior to A.C. paving as specified @ e�_'- ot,P- Dollars and Cents $ Lump Sum 11. 22,000 Construct 2" A.C. paving Sq. Ft. over 3" base as specified Per Sq Ft. 12. 3650 Construct 3" A.C. paving over Sq. Ft. 4" base, as specified @1L e r 13. 7 each Construct wood bollards, as detailed. @ Per Each Dollars and 7 Cents $ .75- `-� r✓ $ Dol tars ✓ andL p 2 00 Cents $/ $ o.p 6�0 Dollars and Cents $ '-5� , • Ph I i PR 4 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. and UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14 15 Lump Sum Construct P.C.C. & Redwood steps with handrail as detailed 6 4,44 i Dollars and Cents Lump Sum 6 Each Furnish & install Barbecue units as specified i Dollars and Cents Per Each 16. 9 Each Furnish & install trash recep- tacles as detailed 17 6d @� Dollars and �7jf Cents $_ $ C� Per Each 2 Each Construct drinking fountains and water supply system, as detailed @r.lCfl�F3alft Dollars and Cents Per Each 24 Each Furnish & install bicycle blocks as specified and detailed Dollars and Cents Per Each $ $ SUB -TOTAL (ITEMS 4THROUGH 18) 0 Pe PR Of ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOT LOT CONSTRUCTION 19. 30 Lin. Ft. Construct P.C.C. retaining wall as detailed @ , Dollars and Cu // oo Cents $ '7'ZJ $ Per Lin. Ft. 20. Lump Sum Construct sub - drainage / system as per plan JV,�' Dollars and Cents $�_ $ Lump Sum 21. Lump Sum Construct Wood footbridges w /handrail as detailed Dollars ✓ and .. �.r Cents Lump Sum 22. 365 Lin. Ft. Construct railroad tie re- taining wall as detailed @ Dollars and Cents $ ( $ 6 c Per Lin. Ft. 23. Lump Sum Construct railroad tie steps as detailed <i > c Dollars ✓ and eG — Cents $ $� Per Lump Sum 24. 24 Each Construct railroad tie climbing poles as detailed @, _ Dollars and 1 Cents $ Per Each 25. 100 Cu Yds. Furnish and place sand @ (; c Dollars ✓ and Cents Per Cu. Yd. ✓- Y SUB -TOTAL (ITEMS `THROUGH 25) $ 4/J TOTAL PRICE FOR ITEMS 1 THROUGH 25 - BASE BID SEPT. 23, 1977 Date CONTRACTOR'S LICENSE NO. 266194 P h* PR6of6 $ GOODMAN & PELOQUIN INC. Bidder's Name Irk Authorized Signature CONTRACTOR'S ADDRESS 505 S. CYPRESS ST., LA HABP.A, CA. 90631 TELEPHONE NUMBER 714 870 -5440 �1 D� �Iv t� 0 POI PR 1 of 7 CONTRACT NO. 1910 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT AND PARKS, BEACHES AND RECREATION DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK PHASE II PRnPMA1 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. 1910, Phase II, in accordance with the Plans and Specifica- tions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: • POI PR 2 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE IRRIGATION (EXCEPT PARKING AREA) 1. 66 Each Furnish and install irrigation shrub heads (including pipe and fittings @ o`er Dollars ✓ and Per Each Cents $ $ �� 74 3. 4 5 A 241 Each Furnish and install 6" pop -up shrub heads @ `� 'X ��Cy� .- Dollars � and 71A %5 �2t.� e cf nLt Cents $ _ $ 40 Per Each 127 Each Furnish & install 4" pop -up lawn spray Dollars and _ ✓ - S D ek t - . Cents $A_ $ a % Per Each eZ 59 Each Furnish & install 6" pop -up stream spray V @ e_'t Dollars and Cents Per - 93 Each Furnish & install 3" pop -up rotors @11 Dollars and Per Each Cents 30 Each Furnish & install 12" pop -up rotors @ Dollars V and Cents $ O Per Each 7. 30 Each Furnish & install stream rotor shrub head Dollars and $ Cents j% • *I PR 3 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 0 10 11 12 ALL SITE IRRIGATION ( EXCEPT PARKING AREA) (continued) 22 Each Furnish & install stream spray shrub heads PeOIEKh Dollars and Cents 16 Each Furnish & install Griswold SF control valves 1?" @ rz.Dol lars �— and Cents Per Each 6 Each Furnish & install Griswold SF control valves 134" � f 11txirn,�_Yil.c Dollars and Cents Per Each 3 Each Furnish & install Griswold SF control valves 1" Dollars and Cents Per Each 4 Each Furnish & install Griswold SF control valves 3/4" @A/J.- az?�Zrf Per Each $ ' �' $ (y f� ro ✓ u $ _ $ �X Dollars and . G Cents $ $_ 13. Lump Sum Provide for or install water meter as specified @e'1- 'F�re=f�' U.E.: Dollars pe TC Cents $!�/`'' �$ � Lump Sum 14. Lump Sum Furnish and install 2" P -711 SMR %LGlt[.,zl� Dollars and Cents Lump Sum r L °. � G • P�I PR4of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE IRRIGATION (EXCEPT PARKING AREA) (continued) 15. Lump Sum Furnish & install Griswold 2300 ;4,� tion au om3jic conntroller 7 �/2 (ft71aJlr� -AtC Z.11. Dollars Dollars and ko Cents $ $ Lump Sum 16. Lump Sum Furnish & install Griswold 2300 2 station aut mate controller Dollars Z r. o ` and i 00 _ Cents $ $� Lump Sum 17. 16 Each Furnish & install Griswold SF control valves - Dollars and Cents Per Each 18. 14 Each Furnish & install Moody QCV- 100 -RL @ L Dollars and Cents Per Each 19. 1540 Furnish & install Class 315 Lin. Ft. Pressure Line 2?" @X / -L ' Dollars ✓ and Cents Pe Lin. Ft. 20. 730 Furnish & install Class 315 Lin. Ft. pressure line 2" @ Cs! Dollars and Cents $ — $ v Per Lin. Ft. 21. 60 Lin. Ft. Furnish & Install Class 315 pressure line 1 %," @ Dollars 4 �y // d � fly Y�=J-`� Cents $ $ PO Li . Ph II • PR 5 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE - ALL SITE IRRIGATION (EXCEPT PARKING AREA) (Continued) 22. 30 Lin. Ft. Furnish & install Class 315 pressur line 3/4" @ ( Dollars and I, Cents $ $ ` _ Per Lin. Ft. 23. 4 Each Furnish & install Nibco T -113 ,y gate valve 22" Dollars ()read and Cents $ 14l $ Per Each PRICE FOR ITEMS 1 THROUGH 23 $ VY a F�I PR6of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE PLANTING (EXCEPT PARKING LOT AREA) 24. Lump Sum Provide soil preparation and finish grading ` Iu- G� t- L4� Dollars � and 0 Cents $ $ J Lump Sum 25. Lump Sum Furnish and install ground cover fro fl pts, Lump Sum 26. Lpmp Sum Plant to f. ez. tf7l T�Jt t � v t Lump Sum 27. 1 Each Furnish and plant 24" box tree Per Each Dollars and Cents Dollars Vol, and .1• ,7�--A o0 Cents $ $ Dollars and Cents $� $ 28. 43 Each Furnish and plant 15 gal. trees @ Dollars and Cents Per Each 29. 146 Each Furnish and plant 5 gal. trees @ ;= ._& Dollars and Cents Per Each 30. 4 Each Furnish and plant 5 gal. vines @ Dollars and Cents Per Each $ /7 $ r✓ Ph II • PR 7 of 7 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ALL SITE PLANTING (EXCEPT PARKING LOT AREA) (continued) 31. 492 Each Furnish and plant 1 gal. shrubs and vines Dollars ✓ Z and ° G� Cents S 4_ Per Eac 32. Lump Sum Provide 60 days maintenance @ fLi�� - i %��� rBdl 1 ars �. and a a Cents $ $ �ad� Lump Sum TOTAL PRICE FOR ITEMS 24 THROUGH 32 TOTAL PRICE FOR ITEMS 1 THROUGH 32 - BASE BID � 96_ Dollars /lam oL�s' �rf 7 <.1. /l cv�lle and $..3 j( :Cents .f^e SEPT. 23, 1977 Date CONTRACTOR'S LICENSE NO. 266194 GOODMAN & PELOQUIN INC. (Bi er's Name) Authorize Signature CONTRACTOR'S ADDRESS 505 S. CYPRESS, ST. , LA HABRA, CALIF. 90631 TELEPHONE NUMBER 714 870 -5440 1 September 13, 1977 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR BAYSIDE DRIVE PARK PHASES I AND II CONTRACT NO. 1910 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that the wording in the Special Provisions and Proposal have been revised as follows: I. SPECIAL PROVISIONS:. 1. Delete Paragraph 6, Section IA- -SCOPE OF WORK; AND AWARD OF CONTRACT, pages in its entirety and insert the following paragraph: "The award of the contract shall.be based on the Total Base Bid Price for Phase I Items 1 -25 and Phase II Items 1 -32 combined." 2. Delete cover sheet of contract documents in its entirety and insert tt— new cover sheet attached (blue). II. PROPOSAL 1. Revise the proposal, Phase I, pages PR 2 of 6; PR 4 of 6, PR 5 of 6 . as follows: PR 2 of 6 - Revise SUBTOTAL (ITEMS 1 THROUGH 4) to read SUBTOTAL (ITEMS 1 THROUGH 3). PR 4 of 6 - Revise SUBTOTAL (ITEMS 5 THROUGH 18) to read SUBTOTAL (ITEMS 4 THROUGH 18). PR 5 of 6 - Revise SUBTOTAL (ITEMS 22 THROUGH 25) to read SUBTOTAL (ITEMS 19 THROUGH 25). Please sign and show date of receipt of this addendum and insert a copy with your proposal. , ucknam Jr. Project Manager DATE OF RECEIPT BY CONTRACTOR 46 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-.0e unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an 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. 266194 Classification B 1 SC, 8 S C 33—SW- Accompanying this proposal is 10% BIDDER'S BOND (Cash, Certified Check, Cashiers 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. 714 870 -5440 Phone Number Sept 23, 1977 Da to GOODMAN §.IPELOQUIN INC. (SEAL) ,!zed Signature Authorized Signature CORPORATION 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: JACK GOODMAN PRESIDENT GEORGE PELOQUIN SECRETARY, TREASURER BILL HAGER VICE PRESIDENT 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 Su�;ontractor Address 1 2 3, 4 5. ltr'�i�t1Ct� 6. 7. 8. 9. 10. 11. 12. GOODMAN & PELOQUIN INC. Bi der s Name i Authorized Signature CORPORATION Type of Organization (Individual, Co- partnership or Corp.) 505 S. CYPRESS ST. LA HABRA, CALIF. 90631 Address 0 0 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 thi s 23rd day of September 19 77 My commission expires: Dec. 9, 1980 Notary 'Public OFFICIAL SEAL ' L. COVINA = V ii, ..✓ �...:I `::]. ^.1: .. -. IC= lit —_ _`— .: +nn...:::::m non "u " "n .sown::: �• an :.:�:...:::.�:.:....i.::..::v:. n::a:u::.:n:::n •STATEMENT OF FINANCIAL RESPONSIBILITY Page 6 The 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 7 r TECHNICAL ABILITY AND EXPERIENCE REFERENCES 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. 1977 City of Anaheim Dick Fisher 714 533 -5746 1977 COUNTY: +OF ORANGE Dick Clawson 714- 834 -3410 SEE ATTACHED SCHEDULE IWZI GOODMAN PELOWIN ft NORCO CONSTRUCTION CONTRACTORS OCENBE N0.284743 A General Engrn ng SB General Building Conrwror ?nAS C'OmPLETLo BY GOOLPLAt4 6 PLLOC M; YUR TYPE OF WURK JALU . OF WURr 1973 1973 1973 1973 1973 1973 1972 x•1972 1972 ..072 1972 1972 072 1972 1972 1972 1972 1971 1971 1971 1. • 1071 `l"71 1971 Park (Woodbury) 89,022. Park (West Haven) 43,806. Park (Manzanita) 36,385. Park (Mabury) 22,992. Park (Eastgate) 79,874. Park Edgar) 12,855. Park (Civic Center) 76,725. Park (Cherryville) 23,551. Park (John Beat) 8U,J00. Park (Boisseranc) 51,000. Park (Kennedy) 30,490, Park (Street Work) I8,b27. Park (Oakhurst b Rexford) 83,6u,J. Park (Civic Center) Park (Walkways b Lands cape'd3,000. Park (Stewart St. Park) Park (La Mirada Creek) 61,700. Park (Saddleback Park) u, DO. Park (Westwood Park) 17,600. Park (Corona Mall) 126,000. Park (Monterey Park) 16,700. Park (Mental Park) 12,000. Animal Shelter 83, 00. Tennis 6 Handball Courts 59,000. Park (Juanita Park) 17,500 5065 CYPR£S$T. LA N4aRA CAL!FORA4A 9 ;, capYES !213) 694 1031 1 714) 870 5440 Garden Grove, Ca. Garden Grove, Ca. Anaheim, Ca. Santa Ana , Ca. Garden Grove, Ca. Garden Grove, Ca. Garden Grove, Ca. Pomona, Ca. Buena Park, Ca. Buena Park, Ca. Cerritos, Ca. Norwalk, Ca. Beverly lfill>t, ':a ;.:ruen Grove, l.a. iasadena, Ca. :.. ' %i.rada, Ca. Tanta 'uia, Ca. anta ;Uld, Ca. Corona, Ca. :Monterey Parl , Santa Ana, Ca. Santa Ana, Ca Placentia, Cr. Anaheim, Ca. City of Garden Gr- City of Garden Gr- City of Anaheim City of Santa Ana City of Garden Gr- City of Garden Gi. aAty of Garden Gi- (A ty of Pomona. City of Buena PA.* City of 3uena Pai City of Cerritos Citv oi Norwalk City of Beverly N City of Carden Gr- City of Pasadena a '.`ton Ci! ; <. ._a Iirada City of _rrric.7, City of : ianta Ana City of Corona :_.icy of >Sontery P ity of Santa Ana ::•Only of Orange Planr.-is High Sc' C,tv Anaheim Mw above projects were all done by Goodman 6 Peloquiaa Inc. ao a Geaerai Contractlr. (type .of work, "All Classes of Construction ".) Pavement being both concrmte ac..: asp.+alt. 1975 1974 1974 1974 1973 JOBS COMPLETLD BY GOODMAN 6 PEL Flood Control( Box Culverts Delhi Chan' 294,209. Flood ControLGarden Chan) Box Culverts (Garden 497 924. Park )Jackson 50,930. Bus Stop Facility 1,171.506. Park (Craig) 980,027. A 301.47 ':E:,TURE Costa f'esa, (,a Santa Ana, l,a. Santa Ana, Ca. Fullerton, Ca. Fullerton, Ca. Orange 1,ounty Flood : ontrol Orange County Flood •.;onirol Citv of Santa Ana Orange County Tr?- County of Orange iii above projects were all done by Goodman 3 Peloquin 6 Norco, as a General Contractor. (Type 49 work, "All. Classes of Construction ".) Pavement being both concreto and asphalt. 10 0 greup COVENANT MUTUAL INSURANCE COMPANY BID BOND Approved by The American Inttitute of Architects, A.I.A. Document No. A -310 ( Feb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, Goodman & Bond No. Inc. as Principal, hereinafter called the Principal, and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or- ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Newport Beach as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID IN Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bay Side Drive Phase I and Phase II ( IN ACCORDANCE WITH THE ATTACHED PROPOSAL) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28th day of September 19 L 7 Goodman & Peloquin,Inc. (Seal) Prjpeipal Witness 113y � ( /fj�[(1..' Title COVENANT INSURANC BARBARA BLUMER Attorney -in -Fact I •E C �a o ro J U a O T ro o v� U E u T ro L w d o_ E E d 0 PI P Q) 4J N O T v I N c A I _� ro m E x � o �- LL ' ` C � N •D C - _ � C ro N � T t p O\ 9 m E + ro m •. ° �O O L O m v ° m C •U � m - � 9 U O w C 3 -Op ro T C 2 0 ro w O c E a . T o cc E C S O O T O O' 2 ro 3 E m CF O O T U O y� 2 E i ro O E � ro °« = .2 I COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint its true and lawful Attorney (s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney lsl-in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consentof surety orwritten obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973, Attest: 1 N //zsv JW 13 ` Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 2Aa .. Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. O TA A} Notary Public My commission expires March 31, 1978 :7: Py8L S G ;S: °IyE�jtG�,,.� CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 28th day of September 1977 Assistant Secre y y m n -i Zo_ c) z -i z - ln m -A Ln SO F4 � a\ En = 0 � � I � g X0(1 t1. tt c'J' ill i N 3 A J i Li rI La H�iA�3 s lzk < a < c As pUti .Lk3 a n`T' JL \� DIJ rt�r rtA aaty,�gltaav,tnutn au as ION c+► � w s c �rn p b` � ► IE 1 � �3 18 aI IMI 18 t.� t tb1 14I 1 tbl I81 1 a� tk I �� a� I j �' ►$� lal ►aj 1 I I 18� i i � c z m n -i Zo_ c) z -i z - ln m -A Ln SO F4 � a\ En = 0 � � I � g X0(1 t1. tt c'J' ill i N 3 A J