Loading...
HomeMy WebLinkAboutC-2358 - San Miguel Park ConstructionDECLARATION OF RECORD SEARCH I, WANDA RAGGIO, am employed by the City of Newport Beach as the City Clerk. I am required, within the routine course of my employment, to cause to be recorded, filed and maintained various documents pertaining to business and activities relating to the City of Newport Beach. In the regular course of business the Office of the City Clerk is required to record, file and permanently maintain all of the original documents relating to all successful bids by contractors for public works of improvement. I have, on this date, reviewed all original bid documentation within the records contained in the Office of the City Clerk pertaining to the development of San Miguel Park, contract number 2358. Our records reveal that the successful bid was entered by Mathis Construction, Inc. J/V Environmental Landscape Contractors. After having reviewed all documents submitted with the referenced bid, I hereby declare that the attached document titled "DESIGNATION OF SUBCONTRACTOR(S)" is a certified copy of the original on record within this office. I futher declare that no amendment, addition or other alteration of this document 1 46 exists within the records maintained by this office. In my review of the bid materials submitted by Mathis Construction, Inc. J/V Environmental Landscape Contractors for San Miguel Park, I have also looked expressly for any document purporting to designate or assign any portion of the work to be performed upon San Miguel Park to any of the following busienss entities: Catalina Landscaping and Retna Landscaping. No document purporting to designate or assign any portion of the work to be performed on San Miguel Park to either busienss entity is to be found within documentation submitted by Mathis Construction J/V Environmental Landscape Contractors. Executed on 1985, at Newport. Beach, California. I declare under penalty of perjury that the above is true and correct. #286102.dec E October 29, 1984 City of Newport Beach City Hall Office of the City Clerk 3300 Newport Boulevard Newport Beach, California 92663 Attention: Wanda E. Raggio, City Clerk tai f, LEE IV It, `. + I CITY 0 NEW'V"RT 8F;zg. f �1'TILiE�1CITY C!UMCft CITY OF NE91hC; c• ­:._11 RE: RE: PROJECT: CONTRACT NO.: C -2358 CONTRACTOR: MATHIS CONSTRUCTION SURETY: ALLIED FIDELITY INSURANCE CLAIMANT /OUR CLIENT: WINSTON WHOLESALE Dear Ms. Raggio: NOV 13 1984 ELECTRIC This office is in receipt of your letter of September 25, 1984, to the above -named contractor stating that it may give notice that its payment bonds may be released. This letter was included in a package of documents sent by your office and received by us on October 26, 1984. As you are probably aware, our client, Winston Wholesale Electric filed a Stop Notice with your office on or about August 22, 1984. In light of this, your office should have been on notice that there was potential claim against the contractor's payment bonds. Such a claim, by the way, was filed by our client at the same time as the Stop Notice. Thus, it is wholly inappropriate to inform the contractor that its surety may release the bonds without at least some qualification, i.e., that your office had received a Stop Notice. Action taken by the contractor to effect the release of the payment bond in reliance on your advice could be damaging to our client's claim and thus such advice was wholly improper. A public entity has responsibilities toward all parties in a matter such as this. L AGENDA "w 2)FFFc Es OF, SIDNEY MENDLOVITZ' SIDNEY MEN0LOVIT2 -3226,EAST CARSON STREET TELEPHONE MICHAEL S. JONES LANEW003D, CALIFORNIA 90712 (213) 420-1351 (213) 420 -0123 October 29, 1984 City of Newport Beach City Hall Office of the City Clerk 3300 Newport Boulevard Newport Beach, California 92663 Attention: Wanda E. Raggio, City Clerk tai f, LEE IV It, `. + I CITY 0 NEW'V"RT 8F;zg. f �1'TILiE�1CITY C!UMCft CITY OF NE91hC; c• ­:._11 RE: RE: PROJECT: CONTRACT NO.: C -2358 CONTRACTOR: MATHIS CONSTRUCTION SURETY: ALLIED FIDELITY INSURANCE CLAIMANT /OUR CLIENT: WINSTON WHOLESALE Dear Ms. Raggio: NOV 13 1984 ELECTRIC This office is in receipt of your letter of September 25, 1984, to the above -named contractor stating that it may give notice that its payment bonds may be released. This letter was included in a package of documents sent by your office and received by us on October 26, 1984. As you are probably aware, our client, Winston Wholesale Electric filed a Stop Notice with your office on or about August 22, 1984. In light of this, your office should have been on notice that there was potential claim against the contractor's payment bonds. Such a claim, by the way, was filed by our client at the same time as the Stop Notice. Thus, it is wholly inappropriate to inform the contractor that its surety may release the bonds without at least some qualification, i.e., that your office had received a Stop Notice. Action taken by the contractor to effect the release of the payment bond in reliance on your advice could be damaging to our client's claim and thus such advice was wholly improper. A public entity has responsibilities toward all parties in a matter such as this. City of Newport Beach Attn: Wanda E. Raggio, City Clerk Page Two Your office additionally did not send out formal notifi- cation to the contractor that funds were being withheld, nor did it comply with the provisions of Civil Code Sec- tion 3185 as properly requested in our client's Stop Notice which requires you to give claimants notice of the recordation of the notice of completion. It is my suggestion that you review your procedure policies in this regard. Very truly yours, LAW OFFI/CEESS OF SIDNEY MENDLOVITZ 13Y�"�����/' JAMES M. PATRONITE, JR. JMP /jeh cc: Mr. Pat Dunnigan, Newport Beach, Department of Public Works cc: Members of the Newport Beach City Council cc: Newport Beach City Attorney Date JD-D COS ES S&IT TO: O �4ay p r,C men a9rr Qtorney 0 6 iiq. Dir. (. cAery Dir. ❑ i }l Di!. [3 c „rre Ch Dir- .W. Dir 0 �0�4jhe( QQ �0 &)a . St keady Mix nut ,yti NEwe c -N 72-1 ;WITILIon lletdi October. 1, 1984 City of Newport Beach 3300 Newport Beach Blvd., Newport Beach, California 92663 Coast Ready Mix hereby releases stop notice file on the San Miguel Park., City of Newport Beach in the amount of $B,482.68. Coaqt R Mix r RICHARD GIBSON President a le - Date � cc�-FES sr'X'IT TO: o Mayor ❑ Councilmen ❑ mUrriey ❑ BAI Dir. vLi Dir. o--�& R Dir. ❑ pizprima Div. ❑ p6lice Chief PW W. Dir her Cal-374 Ack. Corporation (Rev.6-82) . Staple . , Staple \ } �( / { \} \/ \S \\ !! \! ( _ \� \� i/ �( m r( �( ;990 _ ƒ {§ \ \ \� » «( \ \� \ \f -/ , 7 \` \k � (7 ° \N / { / §° { \ ` 0 § \ +�f\ §k \2j #2 :,} \ 7)/@ k \�)m� \N / { / r r 1:1s BOND# DC 005947 - rREMIUM IDEAL MUTUAL INSURANCE COMPANY P. 0. Box 7001 8945 N. Meridian Street, Indianapolis, Indiana 46260 BOND TO RELEASE MONEY WITHHELD ON STOP NOTICE KNOW ALL MEN BY THESE PRESENTS, that we, Environmental Landscape & Mathis Construction, Inc. J/V of Rancho GucaMDnga California, hereinafter called Principal, as Principal, and I Mutual insurance Co. , a corporation organized and existing under the laws of the State of New York and authorized to transact business in the State of California, hereinafter called Surety, are held and firmly bound unto City of Newport Beach, CA , and any authority, or authorities, board or boards, officer or officers having control or distribution of money due, or to become due under the contract, hereinafter called Obligee, in the sum of Ten thousand six hundred seventeen and 19/100 - -- ($10,617.19 - -) DOLLARS lawful money of the United States of America, for the payment of which sum, well and truly to be made, the said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT, WHEREAS, the said Principal was awarded and entered into a written contract, dated on or about , with the Obligee, for improvements of San Migue Par%— Spyglass Hill and San Miguel, Newport Beach, CA C -2358 , and WHEREAS, a certain stop- notice has been filed against payments which are due the said Principal in connection with said contract, in the amount of $8,493.75. By: Winston Wholesale Electric, Inc. AND WHEREAS, the said Principal disputes the correctness and validity of said claim so filed, and desires that the funds now due him under the provisions of said con- tract shall be delivered to him notwithstanding said stop- notice. NOW THEREFORE, if the above name Principal shall fully protect the Obligee, herein, against any loss by reason of or arising out of the acceptance of this bond, or the release of said moneys, or the payment thereto to said Principal, and shall pay any sum which said claimant may recover on said claim, together with the cost of suit in said action, not exceeding the penal sum of this bond, then this obligation shall be void, otherwise it shall be and remain in full force and effect. This Bond is given and accepted under and in accordance with the provisions of Section 3171 of the Civil Code of the State of California. Signed, sealed and dated this 3rd day of October 'Environmental Landscape, Mathis Const., Inc. Ideal Mw tuai. T Principal MV Suret By: By: Attor arry R 19 84 , csilrance. Company ey-in -Fact Anderson - .. IDEAL AOTUAL INSURANCE COMOM ' Bond Department P.O. Box 7001 Indianapolis, IN 46207 POWER OF ATTORNEY DC No 005947 KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is act valid unless attached to the bond which It authorizes ex. ecuted. It specifies the LIMIT OF THE AGENTS AUTHORITY AND THE LIABILITY OF THE COMPANY, HEREIN, THE AUTHORITY OF THE ATTORNEY- IN-FACT and THE LIABILITY OF THE COMPANY. SHALL NOT EXCEED USE OF MORE THAN ONE POWER VOIDS THE BOND IDEAL MUTUAL INSURANCE COMPANY, a mutual insurance company, having its principal office in New York City, State of New York, does hereby make, constitute and appoint: * ** *LARRY R. A_NDFRSON * * ** in the City of Orange ,County of Orange ,State of Cnl;fprr,;n its true and lawful attorney -in -fact, at Orange , in the State of ('n l i foff. lie to make, execute, seal and deliver for on its behalf, and as its act and deed, bonds, and undertakings in behalf of court fiduciaries, who under the jurisdiction of a court, administer property held in trust; public official bonds; license and permit bonds; tax, lien, and miscellaneous bonds; re- quired by Federal, State, County, Municipal Authority, or other obligees, provided that the liability of the company as surety on any such bond executed under this authority shall not in any event exceed the sum shown above. THIS POWER VOID IF ALTERED OR ERASED o a This power not valid unless used before December 31, 1986 m rT The acknowledgment and execution of any such document by the said Attorney -In -Fact shall be as binding upon the Company as if such bond c had been executed and acknowledged by the regularly elected officers of this Company. rr This Power-of-Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolution adapted by the p Board of Directors of IDEAL MUTUAL INSURANCE COMPANY at a meeting duly called and held on the 18th day of September, 1980. "RESOLVED, that the President or any Vice President or any Secretary may appoint Attorneys -in -Fact in any State, Territory or Federal District to" represent this Company and to ac[ on its behalf within the scope of the authority granted to them in writing, which authority may include the Dower to make, execute, seal and deliver on behalf of this Company as surety, and as its act and deed any and all bonds and undertakings of suretyship and other documents' that the ordinary course of surety business may require, including authority to appoint agents for the service of process in any jurisdiction, State or Federal ry and authority to attest to the signature of the President or any Vice President or any Secretary and to verify any affidavit or other statement relating to the C foregoing, and to certify to a copy of any of the By -Laws of the Company and to any resolutions adopted by its Board of Directors or Executive Committee and any Attorney -in -Fact may be removed and the authority granted him revoked by the President or any Vice President or any Secretary or by the Board of Directors or Executive Committee." All authority hereby conferred shall continue until revoked by said Board of Directors or by thegxec4ive Cj4mmittee thereof. IN WITNESS WHEREOF, the Company has caused this Power of Attorney sign/d� d its�orgefate q�al to be affixed this 18th day of September, 1980. // / ATTEST:/ l �. C�� �J SECRETARY (_,.Z PRESIDENT THIS POWER DOES NOT AUTHORIZE THE EXECUTION OF BONDS FOR LOAN GUARANTEES STATE OF NEW YORK SS: COUNTY OF NEW YORK On this 18th day of September, 1980, before me a Notary Public, personally appeared Thomas A. Roden and Fred L. Packer who being by me duly sworn, acknowledged that they signed the above Power of Attorney as Secretary & Executive Vice President of the said IDEAL MUTUAL INSURANCE COMPANY and acknowledge said instrument to be the volun act and deeof. ''d C Notary Public, New York County, New York I /C/ My Commission Expires: March 30, 1983. !.�►r.r -�- �r z A 'o a r 0 a a h7 M A m z m DANIEL R. VARONA Notary Public, State of New York No. 24 -02 VA 4698299 Qualified in Kings County Certificate filed in New York County Commission Expires March 30, 1983 1. ONLY ONE POWER -OF- ATTORNEY MAY BE ATTACHED TO A BOND. 2. POWER -0F - ATTORNEY MUST NOT BE RETURNED TO ATTORNEY- IN-FACT, BUT SHOULD REMAIN A PERMA- NENT PART OF THE OBLIGEE'S RECORDS. 3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE TOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS, OR BON4S FDR... CRIMINAL APPEARANCE. -- DC010117M S O f z a z O z m t•1 C M m C7 z z s M y yay Df O '9 n m N N• M O �i p N })\/ ® , ZE- ` 0 U2 W = /a>i /= ma ®{ cr 2(° `§ § \ /}© /| : coo 0 rn \ \ \\ §+) /§ - \ { q :x (§ /f \° In \ \ { � { ) } � t Please Return To City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 1 ' T. 11 i;j GD,ernTpr,l Code n +fig =IXEMIT NOTICE OF COMPLETION PUBLIC WORKS 0- 84- 349234 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -9 05 AM AUG 21 '84 /fit— rvMw/v COUNTY RECORDER 'I 'o All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on August 13, 1984 the Public Works project consisting of San Miguel Park (C -2358) on which Ma was the cons was the suev I, struction & and Allied Y to �F 19 C M4 ted. , say: nsurance, 8945 N. CITY OF NEWPT BEACH ga-Public Works Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice: of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach,, California. 0— OIX i / FCp -Pub c Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 13, 1984 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 August 16, 1984 at Newport Beach,,, California. City Clerk 0 September 25, 1984 0- CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714( 640 -2251 Mathis Construction & Environmental Landscape P.O. Box 189 Cucamonga, CA 91730 Subject: Surety: Allied Fidelity Insurance Bonds No: AC017372 ' - Project: San Mi el Park Contract No.: The City Council on August 13, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on August 21, 1984, Reference No. 84- 349234.. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK M (714) 640-2251 August 17, 1984 Lee A. Branch O.C. Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: r Enclosed for recordation are two Notices of Completion of Public Works projects consisting of: Al a 404 r us;• :o which Mathis Construction & Environmental Landscape were the Contractors and Allied Fidelity Insurance was the Surety. 2. Pavement Pressure Grouting Program, Contract No. 2419 on which Hunt Contracting Co. was the Contractor and Travelers Indemnity Co. was the Surety. Please record both of these Notices and return to us. Sincerely, 1 Wanda E. Andersen City Clerk WEA:Ir Enclosures (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 rlease Retum r r ^! -Ir City of Nev.,port Be,Adi 3300 Newport Blvd. Newport Beach, CA 92003 -33x4 4110 CONSINFUTInk IYAQIII!) IPnl,p,i �, Ga�ernmm.r Ca. ^�.t ` NOTICE. OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL, PLEASE TAKE NOTICE that on August 13, 1984 the Public Works project consisting of San Miguel Park (C -2358) on which Mathis Construction & was the contractor, and Allied was the surety, was completed. I, the undersigned, say: tal Land nsurance an, Indiana CITY OF NEWP {�T BEACH psi- Public Works Director VERIFICATION I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 16, 1984 at Newport Beach, California. --Pub i d Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 13, 1984 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 August 16, 1984 at Newport Beach, California. City Clerk BY THE Cm COUNCIL CITY OF NEWPORT BEACH AUG 181984 APPROVED TO: CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT 41_ August 13, 1984 CITY COUNCIL AGENQA- ITEM N0. f t ` SUBJECT: ACCEPTANCE OF CONSTRUCTION OF SAN MIGUEL PARK (C -2358) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. 4. Assess liquidated damages in the amount of $6,600. DISCUSSION: The contract for the construction of San Miguel Park has been completed to the satisfaction of the Public Works Department. The bid price was $389,832.20 Amount of unit price items constructed 389,344.20 Amount of change orders 58,047.00 Total contract cost $447,391.20 Three Change Orders were issued. The first, in the amount of $49,911.provided for construction of four handball courts and upgrading of the playground equipment. This change was approved by the Council on June 27, 1983. The second, in the amount of $4,000 provided for ins- tallation of sand drains in the baseball /soccer area. The third, in the amount of $4,136, provided for miscellaneous additions to the drainage system. Funds were budgeted in the Park and Recreation Fund Account No. 10- 7797 -053. The design engineering was performed by Ken Woods, Landscape Architect of Laguna Beach. The contractor is Mathis Construction, Inc. of Rancho Cucamonga. 0 0 August 13, 1984 . SUBJECT: ACCEPTANCE OF CONSTRUCTION OF SAN MIGUEL PARK (C -2358) Page 2 The original contract date of completion was August 17, 1983. The extra work, material delays and inclement weather delayed the proj- e c t over three months, resulting in an adjusted completion date of November 28, 1984. The construction phase was not completed until February 2, 1984, 66 days late. The assessment of liquidated damages at the contract specified rate of $100 per day for a total of $6,600 is recommended. The maintenance phase of the project was completed on May 25, 1984. dov4�-o a 2 4 Benjamin B. Nolan Public Works Director GPD /np STOP NOTICE .` NOTICE TO WITHHOLQ,TO HOLDER OF FUNDS_,. C port " (Name of owner, construction lender or public officer) — ulevard, Newport Beach Ca 92663` (Address of owner or construction lender) t %V rif 6FACN µ�r►tP0 AtIF. HOLDER OF FUNDS, YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, ALLSTATE RENT A FENCE, 4505 E. Industrial Ste 2 -C, Simi Valley, CA 93063 (Name and address) Materials ncin Link Fencing has furnished or has agreed to furnish Chain Lin , .. (Jabot, services, equipment, materials). .. of the following kind Felipe inlstallation, removal &. rental. (general description of labor, services, equipment or materials) to or for Mathison Environmental, Inc .. , for the work improvement, located at, or known as: (name of person to or for whom furnished) San Miguel Park, San Miguel & Spy Class', Newport Beach, CA (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 1, 33 7 27 The amount in value of that already done or furnished by claimant is E 1 137. 57 ' Claimant has been paid the sum of S 1 --117 F 7 and there remains due and unpeid the sum.of 5 1 9 9 -70 plus interest thereon at the rate of 19.2 per cent per annum iron May. =23 19 B4 YOU ARE fi:REBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated Name of Clai t Addressef Claimant Mae STATE OF CALIFORNIA V. } ss. COUNTY OF ,}� �• o C V o`i (i rlUl 1 r (L I r�na r� being DIOsvU �d� ntim and says: That the is the person(s) who signed the foregoing top that She has read the same and knows the contents thereof to be true of h!L- own knowledge, except as;� oj�ny matters or things that may therein be stated on 115x4._ inicimlZ )on and belief and as to those matters and thi the he believes Uern to be true. Subscribed and SWDM to before me IIIL . �I r� 1 i Z r;• i w :OFFtCU�LSiAI'.i t �' �y Of y °T D`O VIE" CW ` Notary public and in and for said State _ b1r6UP6.woft -12. ism • ' N' ��,•... '•"•-�'v. � b a�tazda,d isna oo+an In i'auad 11, b MW bdlead. Damn -moo aiag •n.d •R aD b aD, b1a,.L,' '. d-s- PaPar tb �oar.erwaatlm, cnaaaet a la.•yar Y roa dwbt I6a /o,m a llnw eor Poor •ro. aonc� - _ wo�corn roeM ooa —+a■v. A -78 . •..-�. = � . • ...' 6 C� 0 STOP NOTICE (Public Works) TO: CITi C' NEPd 2ORT BEACH, AND TO ITS CONTROLLER(S), AUDITOR(S), AND /OR DISBURSING OFFICER(S) FOR THE PROJECT NAMED BELOW: YOU ARE HEREBY NOTIFIED that the undersigned Claimant, WINSTON WHOLESALE ELECTRIC, INC., furnished electrical supplies and materials to BOLT ELECTRICAL CON- STRUCTION, pursuant to that certain contract made between THE CITY OF NEWPORT BEACH and MATHIS ENVIRONMENTAL, INC., for that certain public work of improvement consisting of the SAN MIGUEL PARK - Spyglass Hill and San Miguel, Newport Beach, California, and which is and was the whole of said materiais agreed to be furnished by Claimant; That the contract price of said materials was and is the sum of $8,493.75, and said sum was and is the reasonable value thereof; that nothing has been paid or credited on said amount and that there is now due and owing to Claimant, for and on account thereof, the sum of $8,493.75 in lawful money of the United States, after deducting all credits and offsets, and the same has not been paid. Claimant hereby also tenders to CITY OF NEWPORT BEACH, and its CONTROLLER(S), AUDITOR(S) AND /OR DISBURSING OFFICER(S), with this notice, the sum of Two Dollars ($2.00) in accordance with the provisions of California Civil Code Section 3185, which states: "No later than 10 days after the filing of a notice of completion or after the cessation of labor has been deemed a completion of the public work or after the acceptance of completion, whichever is later, the public entity shall give notice of the expiration of such period to each stop notice claimant by personal service, or registered or certified mail. When service is by registered or certified mail, service is complete at the time of the deposit of the registered or certified mail in a United States post office, addressed to the claimant at the address shown upon his stop notice claim. No such notice need be given unless the claimant shall have paid to the public entity the sum of two dollars ($2.00) at the time of filing his stop notice." Said notice under Section 3185 should be sent to: WINSTON WHOLESALE ELECTRIC, INC. c/o LAW OFFICES OF SIDNEY MENDLOVITZ 3225 East Carson Street Lakewood, California 90712 i WHEREFORE, the undersigned claims the benefit of the law given to laborers, materialmen and others under and by virtue of the provisions of Division HI, Title XV, Section 3103 and Sections 3181 to 3214 of the Civil Code of the State of California, and prays that you withhold from said original contractor, MATHIS CONSTRUCTION, sufficient money that may be due it or that may become due it for said work to answer and pay the amount of this claim, to wit, $8,493.75. DATED: August 21 , 1984. BY: � OLD w t ^ �L m� . WL Ct I13114 WINSTON WHOLESALE ELECTRIC, INC. (Claimant) (2) 0 VERIFICATION CORPORATE OFFICER STATE OF CALIFORNIA ) ) SS COUNTY OF ORANGE ) SYDNEY WINSTON, being first duly sworn, deposes and says that he is the President of WINSTON WHOLESALE ELECTRIC, INC., named as Claimant in the foregoing Claim of Lien; that he is authorized to make this Verification for and on behalf of said corporation; that he has read the same and knows the contents thereof; that the same is true of his own knowledge; and that it contains, among other thins, a correct statement of Claimant's demand after deducting all just credits and offsets. 6SYDNEY WINSTON STOP NOTICE �Zl►YY(� j (Public Works) TO: CITY OF NEWPORT BEACH, AND TO ITS CONTROLLER(S), A DISBURSING OFFICERS) FOR THE PROJECT NAMED BELOW: YOU ARE HEREBY NOTIFIED that the undersigned Claimant, WINSTON WHOLESALE ELECTRIC, INC., furnished electrical supplies and materials to BOLT ELECTRICAL CON- STRUCTION, pursuant to that certain contract made between RANCHO SANTIAGO COM- MUNITY COLLEGE DISTRICT, also known as SANTA ANA COLLEGE and MATHIS CON- STRUCTION for that certain public work of improvement consisting of the SAN MIGUEL PARK - Spyglass Hill and San Miguel, Newport Beach, California, and which is and was the whole of said materials agreed to be furnished by Claimant; That the contract price of said materials was and is the sum of $8,493.75, and said sum was and is the reasonable value thereof; that nothing has been paid or credited on said amount and that there is now due and owing to Claimant, for and on account thereof, the sum of $8,493.75 in lawful money of the United States, after deducting all credits and offsets, and the same has not been paid. Claimant hereby also tenders to CITY OF NEWPORT BEACH, and its CONTROLLER(S), AUDITORS) AND /OR DISBURSING OFFICER(S), with this notice, the sum of Two Dollars ($2.00) in accordance with the provisions of California Civil Code Section 3185, which states: "No later than 10 days after the filing of a notice of completion or after the cessation. of labor has been deemed a completion of the public work or after the acceptance of completion, whichever is later, the public entity shall give notice of the expiration of such period to each stop notice claimant by personal service, or registered or certified mail. When service is by registered or certified mail, service is complete at the time of the deposit of the registered or certified mail in a United States post office, addressed to the claimant at the address shown upon his stop notice claim. No such notice need be given unless the claimant shall have paid to the public entity the sum of two dollars ($2.00) at the time of filing his stop notice." Date Said notice under Section 3185 should be sent to: C W TO: E or. . D uncilmon WINSTON WHOLESALE ELECTRIC, INC. T�nager c/o LAW OFFICES OF SIDNEY MENDLOVITZ p'RttDrneY 3225 East Carson Street D BNtg. Lakewood, California 90712 D GenSery Dit. DF'BSRDif. O Planning Dir. p Chief (1) Oir WHEREFORE, the undersigned claims the benefit of the law given to laborers, materialmen and others under and by virtue of the provisions of Division III, Title XV, Section 3103 and Sections 3181 to 3214 of the Civil Code of the State of California, and prays that you withhold from said original contractor, MATHIS CONSTRUCTION, sufficient money that may be due it or that may become due it for said work to answer and pay the amount of this claim, to wit, $8,493.75. DATED: August V , 1984. BY: WINSTON WHOLESALE ELECTRIC, INC. (Claimant) (2) VERIFICATION CORPORATE OFFICER STATE OF CALIFORNIA ) ) SS COUNTY OF ORANGE ) SYDNEY WINSTON, being first duly sworn, deposes and says that he is the President of WINSTON WHOLESALE ELECTRIC, INC., named as Claimant in the foregoing Claim of Lien; that he is authorized to make this Verification for and on behalf of said corporation; that he has read the same and knows the contents thereof; that the same is true of his own knowledge; and that it contains, among other thins, a correct statement of Claimant's demand after deducting all just credits and offsets. 68YDNEV WINSTON r Stop Notice NOTICE TO City of Newport Beach (Name of Public Body or Lender) 3300 Newport Beach Blvd., Newport Beach, California 92663 (Address) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction ten i construction funds.) Prime Contractor: Mathis Construction Inc Sub Contractor (If Any) Owner or Public Body: City of Newport Beach Improvement known as San Migquel Park., Newport Beach (Name and address of projeci or work of improvemi intheCityof Newport Beach County of Orange State of California. Coast Ready Mixed Concrete A Corporation claimant, a (claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is Roy Gonzales Concrete (Name of SubcontractorJContractorjOwner- Builder) Subcontractor The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was Ready Mixed Concrete (describe in detail) Total value of labor, service, equipment or materials agreed to be furnished .............$ 8.482.68 Total value of labor, service, equipment or materials actually furnished is ...............$ 2, 4R? _ 6R Credit for materials returned, if any ................ ..............................$ Non(, Amount paid on account, if any .................... ..............................$ Aioae Amount due after deducting all just credits and offsets . ..............................$ 9,492 69 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $8, 482.6%s provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond is not attached. (Bond required on privatejobs— not on public jobs.) (is /is not) Date Auaust 1, 1984 J NameofClaimant Name) E MD–(/OND K. BENNETT JR Credit Manager a (OJrcial Capacity) G fu VERIFICATION I, the undersigned, state: I am the Ageei- of ( "agent of "president of "a partner of "owner of etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executedon August 1, 1984 19— ,at Huntington Beach California. (Signature of"`— Claimant or Authorized Agini) RICA FORM (REV. 9 -83) SM NOTICE 6 Stop Notice (Public Body or Lender) Prime Contractor: Mathis Construction Inc. & Environmenta Subcontractor (if an.0 Owner or Public Body: City of NPwpart Reach Improvement known as Contract #2358 San Miguial Park C a3S9 �c1j 1 aEacr+. �3g ) in the City of Newport Beach County of Orange State of California. CRANE RENTAL SERVICE. INC. ..claimant, "a CoronratiOn (Corpomtion)Pannership /Sole Proprietorship) furnished certain labor and/or materials used in that certain work of improvement situated in the City of Newport Beach County oL Orange State of California, known as: (name and address of project or improvement) San Miguel Park San Miguel & Spy Glass Hill Newport Beach That the said claimant sold and delivered to: Mathis Environmental, Inc. (Subron tmctorICon tractor /Owner - Builder) erecting or constructing said work of improvement or a portion thereof: the aforesaid labor and /or materials being, to wit: (describe material and labor in detail) Crane Work - Equipment Rental -90 Ton Crane Total value of material /labor agreed to be furnished .......... S 2172.00 Total value of material)tabor actually furnished is ..............................S 2178'00 Credit for materials returned, if any ................................. ......S Amount paid on account, if any ........... ..............................S Amount due after all just credits and offsets $2178.00 AND YOU ARE HEREBY NOTIFIED to withhold sufficient mutlies held by you on the above described project to satisfy claimant's demand in the amount of S 2178.00 , as provided in Sections 3156 thru 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond is not attached. (No bond required on publir.jobs) (is /is not) Date June 21, 1984 NameofC)aimant: CRANE RENTAL SERVICE, INC., e/ By President (Official capacity) Verification for Partnership or Sole Ownership STATE OF CALIFORNIA COUNTY OF SS. (Claimant or Representative) being first duty sworn deposes and says that—he is (Owner, Partner or Agent) . of (Firm Name) named as claimant in the foregoing claim; that—he has read said claim and knows the contents thereof, and that the facts therein stated are true. X (Signature of Affiano Subscribed and sworn to before me this day of .19, _:)I i ti Notary Stamp X,,s: ,*= Stamp p two aC3I��� a O 01"' 40 Verification for Corporation STATE OF CALIFORNIA COUNTY OF SS. Orange _willi m C. Foster (Claimant or Representative) being first duty sworn deposes and says that—he is President (Official Capacity) or CRANE RENTAL SERVICE, INC. (Exact Corporate Name) the corporation that executed the foregoing claim; that _he makes this verification oI half of said corpora. tion; that—he has read said dan knows the con - ���ten herreeof, and that faere' stated are true. 5'`a��� S'gaatureofAffiant) Subscribed and sworn to before me this day of .� 19 Original of above notice received this day 9MOCA FORM 4 (REV. 1 711 19_ _s OFFICIAL SEAL / IJ t, 0E A. lAiRD '*` Notary" ,� _.- t -+ I N! i ' l ;ULIC CAUfGRNIA Stamp . / i RINC:PAL OFFICE IN ORANGE COUNTY My Commission Expires Nov. 19, 19f Original of above notice received this day 9MOCA FORM 4 (REV. 1 711 19_ NOTICE TO of N 3300 N Stop Notice NEWPO� OF BE rt Beach $v (Name of Public Bad or Lender / yy Beach Blvd., Newport Beach, Calif is 2E (Address) CIR (If Public Job — file with office of controller, auditor, or other public disbursing officer whose payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender construction funds.) make .., Prime Contractor: Mathis Construction Company P.O. Box 189 Cucamonga, California Sub Contractor (If Owner or Public Body: City of Newport Beach Improvement known as San M.Lguel rarx - aan rilquel AVe Pecween roru xa ana (Name and address ofvroject or work o im22rovemen� McArthur Blvd., City of Newport Beach, Ca ifornl ( Hand Ball Court } in the City of Newport Beach County of Orange State of California. Roy Gonzales Concrete claimant, Sole Proprietorship (claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is Mathis Construction Company ( Contractor ) (Name of SubcontractorJContractorjOwner- Builder) The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was Labor and Materials to build Hand Ball Court - Materials ready mixed concrete - install and finish concrete (describe in detail) Total value of labor, service, equipment or materials agreed to be furnished $6,693,40 Total value of labor, service, equipment or materials actually furnished is ...............$6,693.40 Credit for materials returned, if any ................ ..............................$ None Amount paid on account, if any .................... ..............................$ Nnn A Amount due after deducting all just credits and offsets . ..............................$ 6, hq'I - 4n YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $6, 693 .4Oas provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided bylaw. 1 1 170kond is not attached. (Bond required on private jobs— not on public jobs.) oat e 'Y (is/isnot) May 10, 1984 'VIES`vt:Rr ttT. • Mayor Name of Claimant ROY GONZALES CONCRETE Ej • Councilmen ' {�� (Firm N :e) p manager By �"ttOfnB (AIdg. D r. 1 t .entery W. J ncm a r f B $ R Dit (Official Capacity) Planning it. VERIFICATION EI Police Chief ( 0,w. Dir Owner j{ Other 1, the.,U iWersigned, state: I am the ti• y p / "agent of', "president of', "a partner of', ' owner of', etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on May 10, 1984 19_ at Huntington Beach, California California. &41 (Sig i tore ofC ant or A uthorised Agent) RICA iORM1(REV. 3-83)5M LAW OFFICE OF MASON T. KIGHT 3646 LONG BEACH BOULEVARD, SUITE A LONG BEACH, CALIFORNIA 90807 TELEPHONE )213) 595 -4BBI FILE NUMBER: February 2, 1984 $ ,y PTY oL .. T *VK BF City of Newport eac h ALW 3300 Newport , Newport Beach, CA 92666 NECEtV '. Re: AMENDED STOP NOTICE re y CITY CLE111C� MATHIS CONSTRUCTION COSTAL PACIFIC LANDSCAPE S7 JOB LOCATION: SAN MIGUEL PARK u• MacArthur and Ford City of Newport Beach Gentlemen: Enclosed please find an Amended Stop Notice which is self- explanatory. If I can be of any further information to you on this matter, please call at yqur earliest convenience, MASON T. MTK /ra Enclosure CC. LBR Att: Joyce Black ca p w. F�nar.cn� i i • AMENDED STOP NOTICE TO: CITY OF NEWPORT BEACH 3300 Newport Newport Beach, CA 92666 MATHIS CONSTRUCTION P. O. Box 189 Cucamonga, CA COSTAL PACIFIC LANDSCAPE 2375 Cornell Dr. Costa Mesa, CA 92626 JOB LOCATION: SAN MIGUEL PARK MacArthur and Ford City of Newport Beach YOU ARE HEREBY NOTIFIED that the undersigned claimant, LBR CORPORATION, P. 0. Box 1020, Long Beach, California 90801, furnished soil amendment materials to COSTAL PACIFIC LANDSCAPE, 2375 Cornell Dr., Costa Mesa, CA 92626, pursuant to a contract for certain public work of improvement consisting of land- scaping and construction of improvements to SAN MIGUEL PARK at MacArthur and,Ford in the City of Newport Beach, County of Orange, State of California. That the total amount of materials agreed to be furnished by claimant on said job pursuant to the contract price of said materials was and is the sum of SIX THOUSAND THREE HUNDRED AND NINETY DOLLARS ($6,390.00), and said sum was and is the reasonable value thereof; (the sum of FIVE THOUSAND FOUR HUNDRED AND SEVENTY FIVE and 75/100 ($5,475.75) has been paid j_. • and credited on said amount) and that there is now due and owing to claimant, for and on account thereof, the sum of NINE HUNDRED FOURTEEN and 25/100 DOLLARS ($914.25) in lawful money of the United States, after deducting all just credits and offsets, and the same have not been paid. WHEREFORE, the undersigned claims the benefit of the law given to laborers, materialmen, and others under and by virtue of the provisions of Division III, Title XV, Section 3103, and Sections 3181 to 3214 of the Civil Code of the State of California, and prays that you withhold from said original contractor, MATHIS CONSTRUCTION, or from the person or firm to whom such material and labor was rendered, COSTAL PACIFIC LANDSCAPE, sufficient money that may be due it or that may become due it for said work to answer and pay the amount of this claim, to -wit: NINE HUNDRED FOURTEEN and 25/100 DOLLARS ($914.25). THIS STOP NOTICE SUPERCEDES AND CANCELLS THE STOP NOTICE DATED FEBRUARY 1, 1984 Dated: February 2, 1984 -2- LONG 09 MASON T. KIGHT, Atto ney at Law Attorney in fact for Claimant LAW OFFICE OF MASON T. KIGHT February 1, 1984 City of Newport Beach 3300 Newport Newport Beach, CA 92666 Re: STOP NOTICE re FEB 0 3 S4 CITY tt8H 6 3646 LONG BEACH BOULEVARD, SUITE A P 9 � R DEi"+. LONG BEACH, CALIFORNIA 9007 TELEPHONE (EI3) BOS -4881 FILE NUMBER: MATHIS CONSTRUCTION COSTAL PACIFIC LANDSCAPE JOB LOCATION: SAN MIGUEL PARK MacArthur and Ford City of Newport Beach Gentlemen: �4 Enclosed please find a Stop Notice which is self - explanatory. If I can be of any further information to you on this matter, please call at your earliest convenience. truly MASON T. KIGHT MTK /ra cc: LBR Att: Joyce Black Date °/Z / COPIES SENT T04 O Mayor El qpkKolmen gger WAttorney I Bldg. ' . NPRO ery Dir. & R Dir. EI Pla g Dir. El P ce Ch�eL W. Dir O Other 9 • 4 i STOP NOTICE TO: CITY OF NEWPORT BEACH 3300 Newport Newport Beach, CA 92666 MATHIS CONSTRUCTION P.O. Box 189 Cucamonga, CA COSTAL PACIFIC LANDSCAPE 2375 Cornell Dr. Costa Mesa, CA 92626 JOB LOCATION: San Miguel Park MacArthur and Ford City of Newport Beach RECEIVED FES 0 31984 CITY OF wwpMT BEACH P.B. 6 R. DEPT. YOU ARE HEREBY NOTIFIED that the undersigned claimant, LBR CORPORATION, P. O. Box 1020, Long Beach, California 90801, furnished soil amendment materials to COSTAL PACIFIC LANDSCAPE, 2375 Cornell Dr., Costa Mesa, CA 92626, pursuant to a contract for certain public work of improvement consisting of land- scaping and construction of improvements to SAN MIGUEL PARK at MacArthur and Ford in the City of Newport Beach, County of Orange, State of California. That the total amount of materials agreed to be furnished by claimant on said job pursuant to the contract price of said materials was and is the sum of SIX THOUSAND THREE HUNDRED AND NINETY DOLLARS ($6,390.00), and said sum was and is the reasonable value thereof; (nothing has been paid or credited on said amount) and that there is now due and owing to claimant, for and on account thereof, the sum of SIX THOUSAND THREE HUNDRED AND NINETY DOLLARS ($6,390.00), in lawful money of the United States, after deducting all just credits and offsets, and the same have not been paid. WHEREFORE, the undersigned claims the benefit of the law given to laborers, materialmen, and others under and by virtue of the provisions of Division III, Title XV, Section 3103, and Sections 3181 to 3214 of the Civil Code of the State of California, and prays that you withhold from said original contractor, MATHIS CONSTRUCTION, or from the person or firm to whom such material and labor was rendered, COSTAL PACIFIC LANDSCAPE, sufficient money that may be due it or that may become due it for said work to answer and pay the amount of this claim, to -wit: SIX THOUSAND THREE HUNDRED AND NINETY DOLLARS ($6,390.00). Dated: February 1, 1984 MASON T. KIGHTV Attorney at Law Attorney in fa t for Claimant -2- i j J4- DAT / d W�G .r0: ❑ MAYOR 1:3 FIRE ❑ COUNCIL ❑ GENERALSERV. ❑ MANAGER ❑ LIBRARY ❑ ASST. TO MGR. ❑ MARINE ❑ EXEC. ASST. ❑ PARKS & REC. ❑ ATTORNEY ❑ PERSONNEL ❑ BUILDING ❑ PLANNING ,5� CITY CLERK ❑ POLICE - ❑ DATA PROCESS. ❑ PUBLIC WORKS ❑ DUPLICATING ❑ PURCHASING ❑ FINANCE ❑ TRAFFIC ❑ UTILITIES FOR: ACTION & DISPOSITION ❑ FILE INFORMATION ❑ REVIEW & COMMENT iDEAL MOrUAL INSURANRE COMPANY P.O. Box 80137 8945 N. Meridian Street Inoianapolir., Indiana 46260 BOND #DC003303 BO'1D FOR THE RELEASE OF STOP NOTICE PREMIUM $112.50 WHEREAS: ENVIRONINTAL LANDSCAPE ODNTRACIC3 S "JIV MA= CONSTRUCTION, INC. --rein referred i.o as PRINCIPAL, desires to give Bond pursuant to Section 3196 of the California Civil Code for the release of that certain STOP NOTICE filed by . RENTALAND S as CLAIMANT in the anouut of FOUR THOUSAND FOUR HUNDRED SEVENTEEN AND 46/100 DOLLARS ($4,417.46 * * * * *. * * * * * * **j pursuant to Section 3181 of the California Civil Code as to that certain real property located at; SAN MIGUEL PARK, SPYGLASS HILL ROAD & SAN MIGUEL ROAD, NEWPORT BEACH, CA NOW THEREFORE, The PRINCIPAL. and IDEAL MUTUAL INSURANCE COMPANY AS SURETY, are by these presents held and firmly bouid unto RENTALAND in the penal suit of FIVE THOUSAND SIX HUNDRED TWENTY FIVE AND NO1100 DOLLARS ($5,625.00 * * * * * * * * *) Dollars, being one and one fourth times the amount of the said STOP NOTICE, for the payment of any sum which the CLAIMANT may recover on the claim together with his costs of suit in the action under the statutory obligations. In Witness whereof we have sunscribed hereto our hand:, and seal this 29TH day of NOVEMBER 1983 ENVIRONMENTAL LANDSCAPE CONTRACTORS J1V MATHIS CONSTRUCTION, INC. BY BEAUDRY T. /PARKER OWNER IDEAL MUTUAL INSURANCE COP1PANY BY EDWARD W. HALLNYW ATTORREY. IN F'FCT IDEAL MWUAL INSURANCE COM%NY a 1W Bond Department P.O. Box 7001 DC N_ 003303 Indianapolis, IN 46207 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That this Power-of-Attorney is not valid unless attached to the bond which it authorizes ex- ecuted. It specifies the LIMIT OF THE AGENTS AUTHORITY AND THE LIABILITY OF THE COMPANY, HEREIN, THE AUTHORITY OF THE ATTORNEY -IN -FACT and THE LIABILITY OF THE COMPANY. SHALL NOT EXCEED : 1 i.'i1C.l) T�';(;' i �':;`•i'); -ORS 'kiC7k ou y x n rn Y r USE OF MORE THAN ONE POWER VOIDS THE BOND IDEAL MUTUAL INSURANCE COMPANY,,, t,�el' uidl�4o y, having its principal office in New York City, State of New York, F nALLNH 'D does hereby make, constitute and appoint: Gt'D ty z the City of ANAHEIM ,County of ORANGE State of CALIFORNIA in M its true and lawful attoraey-imfect, at ANAHEIM , in the State of CALIFORNIA to make, execute, seal and deliver for on its behalf, and as its act and deed, bonds, and undertakings in behalf of court fiduciaries, who under the bi M jurisdiction of a court, administer property held in trust; public official bonds; license and permit bonds; taa, lien, and mieceBaneous bonds; re- 1W C quired by Federal, State, County, Municipal Authority, or other obligees, provided that the liability of the company as surety on any such bond n C executed under this authority shell not in any event exceed the sum shown above. M O THIS POWER VOID IF ALTERED OR ERASED x This power not valid unless used before December 31, 1986 M The acknowledgment and execution of any such document by the said Attorney -Ia -Fact shall be as binding upon the Company set if such bond y had been executed and acknowledged by the regularly elected officers of this Company. ,al This Power-of-Attorney nd is y is granted signed and sealed by facsimile under and by the authority of the following resolution adopted by the � O Board of Directors of IDEAL MUTUAL INSURANCE COMPANY at a meeting duly called and held on the 18th day of September, 1980, r, "RESOLVED, that the President or any Vice President or any Secretary may appoint Attorneys -in -Fact in any State, Territory or Federal District to represent this Company and to act on its behalf within the scope of the authority granted to them in writing, which authority may include the power to make, execute, seal and deliver on behalf of this Company as surety, and as its act and deed any and all bonds and undertakings of suretyship and other documents That the ordinary course of surety business may require, including authority to appoint agents for the service of process in any jurisdiction, State or Federal and authority to attest to the signature of the President or any Vice President or any Secretary and to verify any affidavit or other statement relating to the foregoing, and to certify to a copy of any of the By -Laws of the Company and to any resolutions adopted by its Board of Directors or Executive Committee and any Attorney -in -Fact may be removed and the authority granted him revoked by the President or any Vice President or any Secretary or by the Board of Directors or Executive Committee." All authority hereby conferred shall continue until revoked by said Board of Directors or by the Exectylive 96mmittee thereof. IN WITNESS WHEREOF, the Company has caused this Power of Attorney sign 0 / d and its 7r ate dal to be affixed this 18th day of September, 1980. // / ATTEST:/ 1 �. C�l �1 SECRETARY L__ �& EXECUTIVE VICE PRESIDENT THIS POWER DOES NOT AUTHORIZE THE EXECUTION OF BONDS FOR LOAN GUARANTEES STATE OF NEW YORK SS: COUNTY OF NEW YORK On this 18th day of September, 1980, before me a Notary Public, personally appeared Thomas A. Ruden and Fred L. Pecker who being by me duly sworn, acknowledged that they signed the above Power of Attorney as Secretary & Executive Vice President of the said IDEAL MUTUAL INSURANCE COMPANY and acknowledge said instrument to be the volute act and d of gad Co ation. Notary Public, New York County, New York My Commission Expires: March 30, 1983. L�+re -� L✓rq /'x— %� DANIEL R. VARONA Notary Public, State of New York No. 24.02 VA 4698299 Qualified in Kings County Certificate filed in New York County Commission Expires March 30, 1983 1. ONLY ONE POWER -OF- ATTORNEY MAY BE ATTACHED TO A BOND. 2. POWER -0F - ATTORNEY MUST NOT BE RETURNED TO ATTORNEY -IN -FACT, BUT SHOULD REMAIN A PERMA- NENT PART OF THE OBLIGEE'S RECORDS, 3. THIS POWER DOES NOT AUTHORIZE EXECUTION OF BONDS OF NE EXEAT OR ANY GUARANTEE FOR FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIMS, OR BONDS FOR CRIMINAL APPEARANCE. DC010117N ! � � CID, ! f���/ { ;%a�3- ` ƒD§ § o � � i �r,, .! _g «_ i! cr ()\ }gym 2)` -S |2 | \ BCD { �,¢ ■_! ■ -• ¥�(/ & - " \!= R �7 }� § ?\ ■ \i 8 � E )« I ■ \ \E$ E At 2 § � q q n ( § � m 2 � CO o .� CD . | ® DO & ! � � CID, ! f���/ { ;%a�3- ` ƒD§ § o � � i �r,, .! _g «_ i! cr ()\ }gym 2)` -S |2 | \ BCD { �,¢ ■_! ■ -• ¥�(/ & - " \!= R �7 }� § ?\ ■ \i 8 � E )« I ■ \ \E$ E At 2 § � q q n ( § � m 2 � o .� ® & . / ) � . ƒ § STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS CITY OF NEWPORT BEACH (Name of owner, construction lender or ublic a1R r) 330 Newport Blvd., Newport Beach, �A ��2660 of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, GN�f�t z3 se _ z C'jJ c9 RENTALAND, 10301 Bolsa Ave_,. PO BOX-K, Westminster, CA 92683 (Name and address) has furnished or has agreed to furnish equipment (labor, services, equipment, materials) of the following kind miscellaneous construction equipment (general description of labor, services, equipment or materials) to or for_ RETNA LANDSCAPE (name of person to or for whom furnished) for the work improvement, located at, or known as: SAN MIGUEL PARK, SPYGLASS HILL RD. 6 SAN MIGUEL RD„ NB, CA (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 4885. 21 The amount in value of that already done or furnished by claimant is Claimant has been paid the sum of $ 467. 75 , and there remains due and unpaid the sum of $ 4417. 46 , plus interest thereon at the rate of 18 per cent per annum from August 10, 19 83 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. I Dated: November 15, 1983 RENTLAND, INC ��r�� Name of Claimant PO BOX K , WESTMINSTER, CA 92684 Address of Claimant STATE OF CALIF IA j ss ` a E � � o p o COUNTY OF u� 1? �'� 'W ° y+��V'.1E�n�D C�73 dt1 40000 0000❑ �� being duly sworn, deposes and says: That the is the person who signed the foregoing Stop Notice; that --ahe has read the same and knows the contents thereof to be true of htf- own knowledge, except as to any matters or things that may therein be stated on er information and belief and as to those matters and things the believes them to be true. Subscribed and sworn to before me thismt /�u ,19 �> •••••••••••••••o••••s••••••• • OFFICIAL SEAL • `" • ELLEN HEPFER i NOTARY PUBLIC - CALIFORNIA Notar Public and in and tar id ate • ORANGE COUNTY • i•••••••,Miommion Expires July 301986i 714 standard form coven most usual prblms In the field Indicated. 8efma you, sign; and R, au fn an blamb, $TOP NOTICE and make changes pmpmr to yon( tmasactioo. Consult a lawyer if you dwbt the form a Illness; for your pupae. WOLCOTTS FORM 884 —Rev. 2 -73 _--'�••°' (California Civil Code, NOTICE TO PRO?ERTY OWNER —] cehVa release bey C . ar dev[ce which order the This is not a Ben. Tbis is Citv of t Euarx CALIFORNIA PRELIMINARY NOTICE C _ 3L-p S tion 3097 as amended by Senate Bill 1379 (Chaps t96f egective January 1, 1978) �� OO ara.ugt paid in foD for the labor, servlees, or materials furnished or Wise tureiahed, n, foreclosure A.@2 or part of Your beteg so imp[ond soaY'be glared agaWt;: j oar`e taih Y j?WA to protect Yourself agmed this consequence by ifl Yelrr x person br flno Biting Yon ddi notice before making payment to Your coutrnAor or alEnr oaLM dremodances. =i m the integrity of any contractor or subcontractor. .: 1 471 f rt Beard Dared i3tae 24, 1.983 n. d: er Blv a ost€t a i . YOU ARE 1i U=Y 140MW ED That the unde ` "has furnished or will furnish laboG services. Dr gtalerials of the f -11--. e4 tng description. One Areb Backstop, picnic tables, playground efpip,'t. basketball and soccer,: Natbis Construction, Inc. TO: NAma O11101N L coNnaACroa P.O. $Ox 189 j OR ADDogCY Rseu rnD eoNnueroa Cucamonga, California 91730 /Material men not required to famish the above) Name of person or firm famishing THE WAKEFUMD C MY M, „e 1= t► t1 - • labor, service equipment or material �eR�a,r `Viva Address 1100QUNLST.,878.103'llf PCWT.iWKCA By Tide President Date Jana 24, 1983 NOTICE TO: TO. CONSTRUCTION LENDER ONLY coNaTRUMON LENDER Estimated total price of the labor, services, OR equipment.or materials /described- hereon. - REPUTED CONMUCTION LENDER ACKNOWLEDGMENT OFD nCEIPT OF PRELIMINARY 20-DAY NOTICE 130471 i This acknowledges receipt on of copy of this preliminary 20-day notice at (Date) (Address where Notice received) n � Date' L-V . (Darr this acknowledgment is executed) (Signature of person acknowledging receipt, with t San Niguel Park in N California e other per ttMfa6rt Beacb, (Address or description of job site) -. Upon reeeipt of this:nodce, Please detach and. sign this acknowledgment and return same to sender 01977 twonton s • p.O. Rex 648 • Dixon, ca 9662x. • (916)6763892 i stLI UaaCLa, l,gl,0El;04Q aasr I,.. Y. -aliii Forth bur ding,structure,e other �rrYW. p ii Y.i.a •ai l..wi./� LpYY ' work of improvement located at San Niguel Park — Spyglass acid Silo Niguel - .Newport Beac THE NAME AND ADDRESS OF THE PERSON WHO .CQWTRACTED FOR THE PURCHASE OF SUCH LABOR, SERVICES, EOUfPMENT OR 'Trost fiords to which fs are payable MATERIAL Been Parlor . _._: .. -_.. IS: `r CAN OF . NAhM 1: Natbis Construction, Inc. O ADDRESS 0 P.O. Box 189 pj NAME RECEIVED Z 3 Cuemnaga, California 91730 ';, CITY CLERK , Natbis Construction, Inc. TO: NAma O11101N L coNnaACroa P.O. $Ox 189 j OR ADDogCY Rseu rnD eoNnueroa Cucamonga, California 91730 /Material men not required to famish the above) Name of person or firm famishing THE WAKEFUMD C MY M, „e 1= t► t1 - • labor, service equipment or material �eR�a,r `Viva Address 1100QUNLST.,878.103'llf PCWT.iWKCA By Tide President Date Jana 24, 1983 NOTICE TO: TO. CONSTRUCTION LENDER ONLY coNaTRUMON LENDER Estimated total price of the labor, services, OR equipment.or materials /described- hereon. - REPUTED CONMUCTION LENDER ACKNOWLEDGMENT OFD nCEIPT OF PRELIMINARY 20-DAY NOTICE 130471 i This acknowledges receipt on of copy of this preliminary 20-day notice at (Date) (Address where Notice received) n � Date' L-V . (Darr this acknowledgment is executed) (Signature of person acknowledging receipt, with t San Niguel Park in N California e other per ttMfa6rt Beacb, (Address or description of job site) -. Upon reeeipt of this:nodce, Please detach and. sign this acknowledgment and return same to sender 01977 twonton s • p.O. Rex 648 • Dixon, ca 9662x. • (916)6763892 ENATE RILL NO. 1379 — {CHAPTER 3961 A. aca to amend Section 309'1 of the Ci a5 amended by Chapter agrees' to waive the rights or prish incited upon him by that oeesiem - ' 46 the 1975 Statutes, b of relating works vcment, tApproved by Gavemm July R b MIX with . Secreary Sate July 9,197614k shall be said am of ne affect {{f) The notice requied aa&r I non may be served as fanates f of LEG[Sebast COI..NSEG'S DIGEST }{Gin pdm¢bbpdrada in the, sus bybr notice peraonslly dr by leanpj k»it tits address of residence eg gf buemag , `� address SR 1379, Dunlap Mcebmas Less preliminary notice bdsnog taw the is urth some pdmnia r IerW itt ides post . . age l acquires Pahunnery nobm which requisite to reUnrd -ivg a mahadic's Iten to be gnvm m the otvooy wnuntlor and cons[ruct on .., e�lwgt bssfirnturd mY.na laterthm 20dsya Mers ashen labor, propaid, to whom uTa st hia e. den to Or pincgspl sae or at the atddreen the budmmg tyi max B. wo'K. or u; oa Llwl,dedliumaori - "'- Eei ne, eqg Pn m a[ matedefE Io t n ahs3 a. Sod co ¢among Other mt nor add er ramrded m wages - tbmgs, ro requred [o contain a statement War if Wb are not Paid m hill the to be asnt (2) the, person to be notified don sot - U, hY' may utethOt[ cost . lobos semen equipment, or ma[eda7 famished, o[ fe ins furnished, that the -s anum¢ rated in paragraph (q of this svbdlvkJ6t1' such pe:rs"n cannot br improved property may be object to mechanic's Gtnc served by airy of such methods, then notice maybe given h, Iitso.):u <.wrti- ,- t Chis hill wonld delete such required sgtemmt and would require, instead, fied orregistered mail, addressed to the construction leader or w the original n stn emcnY id be cOn[ained u such prehmmsry noutt, in hn78fa;z type, en- contractor, ; d 'N setae to Pmpt Owne " and i dr aang hat if wch M i, ace not t 3) Whettaer lice u mode by fiat class cendied o tegisteaat marl service ' paid m full a mechanic's hen Ieadivg b :he lea of ail or part O£ We Owners being nmptoved 7ryeltimed the is complete al the turn of the deposit of such regisic ed or cerufw - (g) A by ih coon to not ut ro theowner 1- properly may aganst property evert though Pored requved give , psad og wch owner elseady may hours. the wntreoox m fait, am4 indiw' that original coagivetor and a g D 'oc, to whom a. notice se wit the owner may wish to Drmttt himself by requiring a signed reteave or otho e be owner, and to t ,pivot, dpA give only one ouch mice ayprppriete rndhod or device. al iraetdr and a the person [o wLOin n notice b withhold nog. ' Th. b1R would became operative on,lanuary i 1978. osgea. b alt materms, serv¢cJabt c nr egmpmeat he f - Ths peoyfe o) the State o} CofilO u do swat n 1 (t s. of rmpmremrnt, wbnch mcam tht enure structure or .ice' aseeu as a whole, unless the same is furnished ender. man SECTIObt i Sedsntt 3897 of the Crvit Code s amended by Chaptsc 46 fhm»ce s ,mi,vactar m which event, the notice [ pnutbe met Of the IM 4N iaea: is amended to mad.. -` 3097. "PrelhdrarY�0.day notice imitate work) means a written ionise 'contractor. with [Cmpe t to lnatCrldl3, ar'ictl, tube[, or equi to each such r ... - from a cleimavt that is given prior w We retarding OL a mechanic's lien and If a nodx Imsmias a general descripdpn required by subdivision (a) or print to the filing of a stop notice, and p required to be given under the foi- (b) of ft matelots. services; labor, or equipment furnished to the date of )owing amumemoces- nmice it is not defective because, after such date. the pi, on giving nmice - +- tua En'eptonegoner ovineaavact with the owpe[d npection iE Services labor. or agmDnreat no(wi the scope 9f ancdr furm,l 111, every labor for wages, or an express trust quid described in Section 31 i 1, ,C,ila general description. . -every Person who for alai labor, service. in) Where the t prices paid to any subcomrador oe a of guar ' a Eev otherwise be claimed cruder this title, or [or vouch a natica to with- n be his, or ow vb hat notice with. flee dude tar work of improvement exceeds four hundred dollars (gdgl), the failure of ui cane m hold we, otherwise he given ender this tide, must, as a neonates' p¢regtisite [M[ contractor, licensed under Chapto 9 (wmmencing with Section 7000) to the vefiditj. of any claim of lien. and of a notice to withhold. cause to be of DivieiPn 3 of the Busincv and PMessiom Code, a pre the ¢mitt pro- pvm'to t6g donna or deputed owneq m tht OriBid2, contract or. or reputed vided for iv 1hU xaian, rgnsGndee grounds ton disciplinary action by the - ovgpedaG sod m tfK- construction lender, f any, or, ro the reputed aaptrinc- Ree��s�tar oL'Gontwcwn. Gdtr )order, f any, a written'pttUAtinary notice as prescribed by that section.' "Wham mtla aaiice is requhed to contain the irrformatipn set ionh in pars- . (b) Fscspl the cavnatfor, alt oats perfuming actual labor for am of m 6) 0[ subdivision fc), a failure to pve such notice, includin9$ uch in- lien by cxprae tract toad descrbwl u Section 31 J i, ill persons was Ifgie a direct. twvtmct wiftitlit ow'tmap alnd who fumbh (abor, service, cot, or mate- which then results u Ito filing Of a or the delivery of a stop nmice the express vast turd to which web ob{iganan is owing comtitutes groaom for disciplinary by'the Registrar Contractors the rial for a it ev otherwise we, be claimed order Ihu t or br which a nonce fo w "lea"' we, otherwise begired nndmlhu tide, mrotm m a necessary action o[ againt subconvac- i for if the amomt due such [rust fund b notpaid.' " premgaaile b ilk validity of any claim of lien, and of s notice m withhold, (i) Every city. to city acrd cmmtY. or other goverrunmtal authority wgsg V he givedtpthecanNrudion levdar,f any' [oche reputed construe- issuing building pumits shall, in its a"Itcation form for a building permit, clan Imds!„ff dtay;.a writte( pieliminary'ao[ice as ereacribed by this scetiov: provide space and a dnignation for We applicant m evte the name, branch (c) The prelimrminary notice referred to u subdivpions (a) and (b) shall be dedpsatima, if any, and address of the constrvction leedec and shalt kmplhc Pivot oogWeF,gjaaZpday's ffifer the claimant hasfirst fumiebed Labor, serv- nfoamation onTle openfor public inspection during WC regular business ne, agpdd nt, aitseriala m the jobsite, and shall mn[aln [he followin6 hours is Wa authority. ' infomnmoe• � - _ 11 there is m kdowa construction leader, that. fact shalt be noted in such (1) A'gmuat de"Olon of the labor, service. equipment, or m sted fa designated apace. Any failure Windham the namgaad addreU of the coo fu)idahed, hold lea fumphad, and if there is a construction leader, he shall be struction leodm on such applicadoo, however, shall rat relieve any person I amished with an estimate of the total price thereof in addition to the tore. from the obligation a give to the constcuction kindles the u0tice required by gong. (2) The name and address of such person furnishing such labor, service, this swam. (j) A nroagage, iced of Ire <4 or atherio9tmmevt s2riring a loan any o[' equipment, in materials. the proceeds of which may be u.it for the purpose of contracting improve - (3) The name of the person who instructed for purchase of such labor, medp on rW property, shall bear the designation "Construction Trust Deed" service, equipment, or materials. prominevGy on ns face and shall state all of the following: 11) the name and (4) A description of the jobsite sufficient for ideotifiwtion, address of the tender, and the item¢ and address of the oe mor of-the wal (5) The following statement in boldface type: property described in the instrument. and (2) a legal description of the real NOTICE TO PROPERTY OWNER property which accums the loan and, if known, the street address of the proµ B bills are nR paid in full for the labor services, equipment, or matetials eny. The failure to be as designated or to state any of the information re- furnished or to be formatted, n mechanic's lien leading to the loss, through gained by this subdivision shall of affect the validity of any sh2h mortgage, court foreclosure proceedings, of all or pan of year property being m im- deed of trnl. or other Institutions. proved may be placed aRamst the property even though you have paid your Failure In Provide each information on such an instrument sense recorded contractor in full. You may wish to protect yourself against this am sequence, ahellnot telrem persona required to give preliminary notice under this section by (1) requiring year contractor to famish is signed release by the Intense or firm giving you Wes notice before making psymneet to your coniramswc as (2) from such duty. The county rcmrdar of the toasty in which each instrument is reconlW any other methwfdr device whicbds alprwGam amder the cim,:,.w.�. --. shall indicate in the general index of the official records of the county that (n)' If such notice is given by a subcontractor who is requited pungent b such instrument secures a construction Idea, acotltttive ts"Si iaosa�teeaunttopayl7kaWrtal ffi bmetds .+dose express trust food ascwbed in 8eetiat 31 1, such notice shag also contain (k) Every wntracto[ and subcontractor who is required pursuant to a coiksGve- bargehnieg egtcemem a pay supplementary fringe benefits into an the identity and address of such trust food or funds. exprem hand fund described in Section 3111, and wbo has failed to do an shall It an invoice for such materials eaniaina the information acquired by this cause to be given as such fund and to the construction lender, if any, or to the secfi n a copy of web invoice, trenamitted in the manner prescribed by this reputed construction lender, if any, not later than five days following the date sestina shall be wffideat slice. such payment was due a such fund, a written notice containing: ' A cmakatset architect, registered en Weer, or licensed land surveyor who bas furnished services for the design of the work of improvement add who (() The name of the owner and the contractor. (2) A description of the lobsite sufficient for identification. gives a pretimisary notice as provided in this section [rot later than 20 days after the sake( improvement has commslaxishalt be dcemed to have com- (3) The identity and address of the express, trot fund . (4) The total number of straight -time and overtime hours on each such plied with subdiviaiovs (a) add (b) with respect b architectural, engineering, job, payment for which the contractor or subcontractor is delinquent to the or mrveying services furnished, or to be fumbled. express Frost. (d) If fa her, service, equipment, at materials have been famished to as job s) The amaum hen pass due -it owing. site by a Persian who elected not to give a preliminary notice as pmvidcd in Failure to give wch notice shall conti[ute grounds fm discipliverY attars subdivision (a) or (b), sucb perms shall has be precluded from giving a pre- liminary antice not later than 20 days after. furnishing other labor, mrvfce, by the Atgi4 of Comrmton. (1) Every written contract entered role bclwcen a pperty owner and m , cqutPmm4 or materials b the same )olwi[e. Such person shall. however, be original conIris,_ shall provide .pate for the owmtr I'.. side' his name and The ...NGlkd m dsivi a lam soda optics m withhold ody fm aucb labor. service, address of rxaidemt: affi ptnet of busir+ess H anY. ocipsed contractor - equipment, or materiel [mnished within 20 days prior to We service o[ such shad make ay.1.14e a copy oP snch cimdr. for inspection by any petmn oat ore end at snY ems the eat e . making to serve notice required by this section. ' (a) Any agrcemenl made or entered inbby an owner, whereby the owner SEC. 2. This act shall become operative on Janaacy 1, 1978. s %.1. B] THE CM COUNCIL CITY OF NEIMPORT BEACH JUN 2 71983 TO: CITY-COUNCIL O FROM: Public Works Department and Parks, Beaches t T5 1 . RECOMMENDATION: 0 C -c)-'s June 27, 1983 / CITY COUN AGENDA ITEM N0. & and Recreation Department Approve Change Order No. 1 to Contract 2358 in the amount of $48,998.81 for the construction of four handball courts, six bleachers, brick angel dust at baseball diamond; upgrading of play equipment; construction of additional sidewalk; plus mis- cellaneous changes. DISCUSSION: On March 14, 1983, the City Council awarded Contract 2358 for San Miguel Park to a joint venture of Mathis Construction, Inc., and Environmental Landscape Contractors, in the amount of $391,309.70. During the design stage it had appeared that the cost of the improve- ments would exceed available funds, so the scope of the improvements was reduced. An extensive list of additive bid items was not included in the proposal because it did not appear that additional funds would be available. When the bids were opened, five bids were below the Engineer's estimate; and the sum of $48,567 was left in the construction appropriation, plus $9,190 in the design appropriation. It is proposed to use these funds to construct the items that were eliminated from the project during the design stage. This recommended additional work is part of a competitively bid con- tract. The City's Standard Specifications for Public Works Construction, adopted by Resolution 8865 on August 9, 1976, permit the City to change the quantity of work provided the total arithmetic dollar value of all changes, both additive and deductive, does not exceed 25% of the contract price. Dollar Amount of Additive Items $ 52,182.81 Dollar Amount of Deductive Items 3,184.00 Total Arithmetic Dollar Amount of All Changes $ 55,366.81 Percentage of Dollar Changes $ 55 366.81 _ 14.15% 391,309.70 A copy of the change order is attached for reference. The handball courts are the largest item at $29,384. This compares favorably to the $43,150 cost of the West Newport Park handball courts build in 1979 from the same plans. In 1978 a pair of handball courts were built at Mariners Park for $25,000. The price of $29,384 seems to be a fair price. One reason for the relatively low cost is that the contractor's fixed costs such as bonds, insurance, bidding, move -in, etc., do not have to be added to each additional item. June 27, 1983 Subject: San Miguel Park (Contract 2358) Page 2 If approved, the additional work will not increase the time of con- struction. If approved, the project budget will be as follows: FUNDING Building Excise Tax $116,000.00 State Grant, 1980 Park Bond 275,325.00 State Roberti - Z'berg Park Lands Act 46,552.00 Design Funding Unexpended Balance 9,190.00 Total $449,067.00 CONTRACT Contract Base Bid $389,832.20 Additive Bid Item No. 1 (Keyed Joints) 1,477.50 Proposed Change Order No. 1 48,998.81 Total $440,308.51 Available for Contingencies, Etc. $ 8,758.49 Benjamin B. Nolan Public Works Director BBN:jd Att. \ . V &07 Ronald A. Whitley Parks, Beaches and Recreation Director 9 k I l �.: • 0 CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE June 9. 1983 CONTRACT NO. 2358 BUDGET NO. 10- 7797 -053 CONTRACTOR'S NAME MATHIS CONSTRUCTION J/V ENVIRONMENTAL LANDSCAPE CONTRACTORS PROJECT NAME SAN MIGUEL PARK (C -2358) ACTION: Per your proposal dated May 23,. 1983: ft. A. ADDITIVE COST ITEMS 8. Furnish & install drinking fountains, 1. Construct 4 handball courts per CNB Dwg. P- 5095 -S, 3 @ unit price of $875.00 each for the lump suM price of $29,384.00 2. Construct 1,120 sq. ft.± 4" P.C.C. sidewalk /6" A.B. for the lump sum price of at handball court for the unit price of $1.75 per sq. ft. 1,960.00 3. Furnish and install "Angel Dust" at baseball diamond a. Substitute backstop 62' Patterson - Williams 75 tons @ $50.00 ton 3,750.00 4. Add 2" remote control valve and valve box in infield, b. Substitute 7 L.A.S. #DW -6 Picnic Tables for the lump sum price of 175.00 5. Raise M.H. including 2 air vents to grade, detail 2.09, for the lump sum price of 300.00 6. Remove previously broken sidewalk, approx. 1,296 sq..ft. @ $1.00 per sq. ft. 1,296.00 7. Construct 4" P.C.C. sidewalk /6" A.B. in street R /W, approx. 1,296 sq. ft. @ $1.75 per sq. ft. 2,268.00 8. Furnish & install drinking fountains, Murdock #M -54, 3 @ unit price of $875.00 each 2,625.00 9. Upgrade play equipment, per following list, for the lump sum price of 9,424.81 List of Upgrades a. Substitute backstop 62' Patterson - Williams 1216 Perpendicular b. Substitute 7 L.A.S. #DW -6 Picnic Tables C. Substitute 141641 -16 Wave Chute 3 � d. Substitute 144026 -8 Merry -go -round e. Substitute 141903 Cactus Climber f. Substitute 3- #4000- 20:4001 -20 Hoppies g. Substitute 141600 Spring Pad h. Substitute 1- L.A.A. JCT #1011 Jr. Muscle Builder i. Substitute 1 pair L.A.S. #1:513 -(.20) Backboards j. Substitute 1 Pair #2235 Soccer Goals k. Provide 1 Pair Basketball Nets 1. Add 1 Balco- Pitcher Home Plate and 3 Base Plates m. Add 6 L.A.S. #BC5- 1015A, Five Row, 15' aluminum bleachers with handrails r n. Omit Bike Rack o. Omit Protective Pad p. Omit Volleyball Sleeves q. Omit Seesaw SUBTOTAL ADDITIVE COST ITEMS B. DEDUCTIVE COST ITEMS 1. Substitute domestic water line, Schedule 40 p 9wp�.irinre P.V.C. for Type "L" hard copper, yz delete the lump sum of 2. Omit 360 L.F.t redwood header at infield, delete lump sum of 3. Omit trash pad receptacles, 3 @ $50.00 each, delete 4. Omit Sign SUBTOTAL DELETIONS C. CHANGES INVOLVING NO CHANGE IN CONTRACT PRICE 1. Substitute Schedule 40 Brown Line P.V.C. pipe for G.I. pipe 2. Substitute Toro 640 Series sprinklers for Rainbird 47 & 41 $52,182.81 $ 700.00 396.00 150.00 1,938.00 $ 3,184.00 3. Substitute Turf Block for Grasscrete 4. Substitute alder trees for coral trees, 13 24" -box size TOTAL AMOUNT CHANGE ORDER NO. 1 0 APPROVAL: 0 J 848,998.81 41 Agg 5 r i CITY OF NEWPORT BEACH P.U. BOX 1768, NEWPORT BEACH. CA 926633884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR W '11*1 a1A FROM: PUBLIC WORKS CITY CLERK II(y �[ DATE: April 20, 1983 SUBJECT: Contract No. C -2358 Description of Contract San Miguel Park Effective date of Contract April 20,.1983 Authorized by Minute Action; approved on March 14, 1983 1 Contract with Mathis Construction, Inc. J/V Environmental Landscape Contractors Address Cucamonga, CA 91730 Amount of Contract 1�" ce Wanda E. Andersen City Clerk WEA :lr attach. 3300 Newport Boulevard, Newport Beach i 0 April 15, 1983 TO: CITY CLERK FROM: Public Works Department SUBJECT: SAN MIGUEL PARK (C -2358) Attached are the subject contract documents (4). Please have them executed on behalf of the City, keep your copy, and return the others to this Department. Kenneth L. Perry Project Engineer KLP:jd iPage 9 PAYMENT BOND BOND N0. AC017372 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Mtrch 14. 1983 has awarded to NATNiS CONSfIRi PAP INC. J/ll, Q1111RONNWAt LANDSCMi CONTPACM hereinafter, designated as the "Principal ", a contract for SAN N118W1. PARK 1-2X8 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 MATHIS CONSTRUCTION, INC. J /V, ENVIRONMANTAL LANDSCAPE CONTRACTORS as Principal, and ALLIED FIDELITY INSURANCE CO. as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINETY FIVE THOUSAND 195,654.85 SIX HUNDRED FIFTY FOUR AND 85/100 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 3250 of the Civil 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 0 Payment Bond (Continued) iPage 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 16TH day of MARCH 1983 Ap roved as to f City Attorney ,4-NVi A: � 7 = Pa m, Aut oar zizeedignature and Title .ALLIED, FIDELITY INSURANCE CO(Seal) Name of Surety 8945 N MARIDIAN INDIANAPOLIS INDIANA ddress of Surety 6260 P.O. BOX 6498, ANAHEIM, CP��� 92B_0Ey% ress of gent` (714)634 -3326 - elep.one No, 0 f Agent 0 f --4 --, Page 11 FAITHFUL PERFOBd%E` BOND BOND NO. AC017372 KNOW ALL MEN iASE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach,. State of California, by motion adopted March 14, 1483, has awarded to MATHIS CONSTRUCTION, IA�/_V; ENVIRONMENTAL LANDSCAPE CONTRACTORS hereinafter designated as the "Principal ", a contract for SAN MIGUEL PARK (C -2358) 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, MATHIS CONSTRUCTION, INC. J/V ENVIRONMANTAL LANDSCAPE CONTRACTORS as Principal, and ALLIED FIDELITY INSURANCE CO. as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED NINETY ONE THOUSAND THREE HUNDRED NINE AND 70/100 Dollars ($ 391,309.70 ), 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 4 Page 12. Faithful 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 specificailons. 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 16TH day of MARCH 19 • l zowl d a*—,, �in e Approved as to form- City Attorney �r �-- dL horized 54gnature and Title ALLEID FIDELITY INSURANCE CO. (Seal) Name of Surety 8945 N MERIDIAN, INDIANAPOLIS, INDIANA ddress of Surety 11620 7 P.O. BOX 6498, ANAHEIM, CA' 9x806 Address of gent (714)634 -3326 Telephone No. of Agent w� I in 0 AD !1110*11P ItY I isairance Co. 8945 North Meridian Strpe: - Indianapolis,, Indiana 46260 1, (800) 428-5730 AC N! 10 173, 7 2 PONVEIR OF ATTORNEY KNOW ALL MENT BY THR.'.,E PRESENTS: That this Pov,-er-cf­?,'.torney is not valid. imles's attached to the. bona which it e.titnor,. es c'xacuted. it specifies the LINIt'r OIL 'I`1 A4.-,V7;Ni'S AITT-101-'ZiTy A-'. qD THE L)A1.',IL',_'PY OF ii ,',E 'IFREIN. T"V AUTHORITY OF THE JYrTORN'R11'_1'\_FACT and. 'rjrl,.E L 01? '!HE CO IPANIITY SHALL NOT USE OF MOPRE TH, AN'OT-,Tlj TIONVIAR VOIDES) r, C ALL= FIDELITY INSURANCE CO., an Tvaliana corp-oration, having is., principal offlice in the City of Indian apo�i,,, State nINniliana. does hereby Tr_"no, contti"ule and a.)point.: ZA " in the City of- Alili:M County 44v te Of_ I` _: .. "k irtle ruld lx'vfu) in the State oF___AAL1ZQaNjL _, to its hehalfand as is airtand deed, hoyats, gral undartaking7s inbehadoforn he under V.wjuri�Zi,,Aiion ofa court, adminc,�tpr property held iu trzzst' pu'bijc jJ11cial a nf:Tinit iv,nds; ti.-_, tied, and lbyFedera;, State, County, _-'equared t hat the halji!; -:ycf the company as surety C'.- a .t.-_,ys'.udh i)oie:' %xi:elltpa not in any ev'mi; exc&e8 .iie mpn shown above. uns-3 POWER VOID 11F ALr.T'ER'EDQ0`1R ERASED The acicnowledgnll?Tlt and execution o-'_'any such dlo�.-uinent 1)y 1�1e said Ai�,_)r Fhall he ar, bindingulmn the (huripary Ps ifat6illind had beenoxessna by the regu.nrlyelei led oricers of this Uvrapayq% This Pow-er of tt,­ir; wy is 2rantegland I ssiip-,ed and; si:-n iei. =g $ "csfrsle= tznr'. -sr €t Sy Y12 authority of the %H0WkA ),y the (bard of Dinwann ur ii atarac-etingowly ::oiled angi held, or, -_!ie 29,,`i di,: of n il 1 2 "The 1'resident shall have power amia:a:.)ority to nptv-er and nuthon7n thern to exemko, on behallof Me Company, bonds and r:on-trnO,,, of inc*.ermily and other suretv and vnidn.E remove any Copy of any f' e, of Afuomevt the of among V Company, may he afi'17-,eu v) such Pox­E'r of Attorfze.', or';.0 f 0 Taal rig nuium by %sin i1e., ands.�jch fact?imde Agnatures anl facsirn;le seal SUB b" -slid nnit bind-,n?_--,.-(In the C(srqtany, in the future, w02h resym-, tc ­ex; bor-A, ant.'artaWngur j7r% 11, Lowhyll it IN WUNTP�Ssl W_;'UIU`_`OF. Allied Fidelity in. Ira nric Qn. has cad :b As to'beherelinto affixed and rNme pnoents to be Agned Q is didy auGarized oMona Ch Ah day M July, 1982. AUUF�t) BY Secretary 'TeAdent _LL _'i� I PAR in V T EjXE(X"F1k1'_)T_11 130NOSS1 ST-VI'T.', OF` INDIA"'-',. COUNTY OF MAiUON On this 6th day of July, 1982. )eforeme a Notary Public, personally upr)ean"d 1-1. 0. CROQUAL."I"and T. L. 1:.'-D& Nx-o bein.-by me duly sworn, a--kp.!,r,--ledgW said instrument to be the volunt-ry act and deed lif said Corporation. Notary Public, Marion Ccunty, Indiana —01 My Conuniosion E,.pire.,: 10/2/84 Notary Public 1. OINLY ONli, Oli' Af"TORNEY MikY BE ATTACHED TO A BONI). 2. Powill;-P O.F IVIT011"N1]Y MUST NOT BE RETURNED TO IM ArrORNEY IN FACT, BUT SHOULD OBLIGEE'; REA7N.-,�, PEP�vIANENT PART OF THE OBLIGEE� TIECORDS. 3. POWER N'OT AT--J'1HWJZE' EXFCUTION OF BONDS 0 1�:E !:XEAT OR ANY Ni FAILURR 0 1- ROVIDE PAV14ENTS OF ALIMONY SUPPORT OR WAGE LAW CLAIa4- , 0"" BONDS lnlR CRIMINAL APPEARANCE. S I TNTFI OF LND) COUNTY OF iKARiON ZV -(he of Ailicct Fidelity huiurance Co., do hereby certify tha'. tn. above iAlld f,coo.at" 1., " 1Iue U!"d corrcet copy of a Power of Attorney, executed by said Allied Fide' itv ln'-uram:�: Co., which i'� st-0 in filr'! Lirce 'and effect. fhi� Cerv.fiicate my bv -igrned underand by the auth ority of the following re,iolution o"Ihe Bow do ofl)ituctors o.' Alhed Faiclity lnaurance Co. at a meeting duly called and held on the 29th clay of Apy-A, 1962: "RESOLVED: Thzt <iw ;mi:'A:,d faclim-dle of the corporate seal ui the couir. Any and uft!- signature of,',-i Assi.--aant ;,m -Y a.'-'C"tiLwation of the co: rectlieL-.5 of it copy of I an instrument e.kccWea by the Pres "dent purs-,wnl to Lhe Ey-Laws appointingand authorizingan Attorney-in-Fact to sign ia the name and on beh:e'f of the company surety bond,, underwritiot-s, undertakings cz other instrument:; describ4A in sadj With like effect as if such seal and such signature had bwarl manuaily and made, fieroby is autliorizcd and approved." INIVITINESS WHEREOi,, I:iuve hereunto set iny hand and affixed the seal of said -ci)vporation,this 16TH dall of 1983 97"VL-A- L.VVj Secretary CITY CLERK NOTICE INVITING BIDS i' aled bids may be received office of the City Clerk, 3300 Newport Boulevard, Newpor ch, CA 92663 unti110 30 AM on the 3rd day of March ,19 _g, at which time such bps shall be opened and read -or — S*, -KGUEL PARK 2358 Contract No. $439,877 Engineer's Estimate Approved by the City Council this _Ufjl day of December �, 1982 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Kenneth L. Perry at 640 -2281. Project Engineer a 0 li 4 • • PR la CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL PARK CONTRACT NO. 2358 PROPOSAL To the Honorable City Council City of Newport Beach P.O. Box 1768 3300 Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2358 in accordance with the Plans (Drawing No. P- 5107 -S, consisting of 31 sheets), and the Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Demolition, clearing and grubbing, rough grading, apply weed killer, for the lump sum price of: Sixty -seven thousand eight hundred Dollars and No Cents $ 67,800.00 Lump Sum Surveying and layout, for the lump sum price of: Five thousand four hundred twenty Dollars and No Cents $ 5,420.00 3. Lump Sum Construct drainage improvements, for the lump sum price of: Five Thousand Five Hundred Eighty Dollars and No Cents $ 5.580.00 PR lb ITEM QUANT1TY ITEM DESCRIPTION UNIT T TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct sanitary sewer facilities, for the lump sum price of: Nine Hundred Sixty -two Dollars and No Cents $ 962.00 5. Lump Sum Construct water system, including vaults, meters, backflow preventer, and connection charges, for the lump sum price of: Two thousand Dollars and No Cents $ 2,000.00 6. Lump Sum Construct electrical and lighting system, including connection charges and telephone conduit, for the lump sum price of: Twenty thousand Dollars and y No Cents $ 20,000.00 7. Lump Sum Construct irrigation system, including booster pump assembly, for the lump sum price of: Forty thousand nine hundred seventy -three Dollars and No Cents $ 40,973.00 8. 1,550 Construct 6" -thick reinforced P.C.C. Sq. Ft. pavement over 6" A.B., for the unit price Two Dollars and Twenty -nine Cents $ 2.29 $ 3,549.50 Per Square Foot 10,000 Construct 4" -thick unreinforced P.C.C. Sq. Ft. sidewalk and handicapped ramp pavement over 6" A.B., for the unit price of: One Dollars and Cents $ 1.75 $ 17,500.00 Per quare oot 10 11. 12 13. 14. 15 0 0 F1 2 Construct standard alley approach, Each 6" P.C.C. over 4" A.B., for the unit price of: PR Ic PRICE Eight hundred fifty Dollars and No Cents $ 850.00 $ 1,700.00 32 Construct Type A curb and gutter, Lin. Ft. for the unit price of: Seven Dollars and No Cents $ 7.00 $ 224.00 Per Linear Foot 11000 Construct Type B curb, for the unit Lin. Ft. price of: Five Dollars and No Cents $ 5.00 $ 5,000.00 Per Linear Foot 390 Construct 4' -wide gutter, 6" thick Lin. Ft. P.C.C. over 4" A.B., for the unit price of: Eleven Dollars and Forty -three Cents $ 11.43 $ 4,457.70 Per Linear Foot 3,300 Construct 6" -thick Grasscrete "mono - Sq. Ft. lithic reinforced concrete runway" over 2" special base, for the unit price of: Five Dollars and Eighty -seven Cents $ 5.87 $ 19,371.00 Per Square Foot 16,000 Construct 3" A.C. pavement over.8" A.B., Sq. Ft. for the unit price of: No Dollars Wx and Cents $ .95 $ 15.200.00 r Pe Square oot • . PR Id ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Construct multi -use court, 6" P.C.C. over 4" A.B.; and including two each backboards, posts, foundations, and nets; and pipe sleeves for. volleyball posts, for the lump sum price of: Sixteen thousand two hundred twenty Dollars and No Cents $ 16,220.00 17. Lump Sum Construct equipment enclosure, for the lump sum price of: Three thousand seven hundred fifty -five Dollars and No Cents $ 3,755.00 18. 140 Construct 12' -high chain link fence, Lin. Ft. for the unit price of: Sixteen Dollars and Cents $ 16.50 $ 2,310.00 Per inear Foot 19. 2 Construct dry sumps, for the unit price Each of: One hundred fifty Dollars and Nn Cents $ 150.00 $ 300.00 Each ARBOR AND TOT LOT AREA 20. 1,100 Construct broom finish. concrete Sq. Ft. pavement,4 " -thick with W.W.F. over 6_` A.B., for the unit price of: One Dollars and Sevent Cents $ 1.70 $ 1,870.00 Per quare Foot 21. 140 Construct concrete headers, for the Lin. Ft. unit price of: Five Dollars and Cents $ 5.50 $ 770.00 Per inear oot • 0 PR le ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. Lump Sum Construct overhead trellis, including concrete columns and foundations, for the lump sum price of: Twenty -nine thousand two hundred Dollars and Nn Cents $ 29.200.00 23. 2 Construct wood bridges, including Each foundations, for the unit price of: Two thousand seven hundred eighty Dollars and Nn Cents $ 2,780.00 $ 5,560.00 Each 24. Lump Sum Construct boulder steps, for the lump sum price of: Three thnusand nine hundred Dollars and Nn Cents $ 3.900.00 25. Lump Sum Construct concrete walls for wave slide, chute slide, and boundary around arbor and tot lot area, for the lump sum price of: Twenty -five thousand five hundred fifty -two Dollars and No Cents $ 25.552.00 26. Lump Sum Construct redwood crib wall for the lump sum price of: Seven hundred eighty -eight Dollars and No Cents $ 788.00 27. 60 Furnish sand for play areas, for the unit Cu. Yds. price of: Ten Dollars and Cents $ 10.50 $ 630.00 PWr ubic Yard r • • PR If ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 160 Furnish decomposed granite, for the Cu. Yds. unit price of: Twelve Dollars and Fifty Cents. $ 12.50 $ 2.000.00 er Cubic Yards 29. 3 Construct trash receptacle pads, for Each the unit price of: Fifty Dollars and No Cents $ 50.00 $ 150.00 Each 30. 4 Construct redwood markers at corners of Each soccer field, for the unit price of: Twenty Dollars and No Cents $ 20.00 $ 80.00 31. 6 Construct redwood headers at tot lot Each area, for the unit price of: Five Dollars and No Cents $ 5.00 $ 30.00 Each 32. Lump Sum Construct park sign, for the lump sum price of: One thousand nine hundred thirty-eight Dollars and N Cents 33. Lump Sum Striping and painting pavement messages, for the lump price of: Five hundred Dollars and No Cents PLANTING —Lump Sum Plant turf, approximately 195,000 sq. ft., for the lump sum price of: Twenty -nine thousand two hundred fifty Dollars and Mn Cents $ 1,938.00 $ 500.00 $ 29.250.00 35. Lump Sum 36. 6 Each CE WRITTEN IN WORDS Hydroseed, approximately 72,000 sq. ft. for the lump sum price of: Four thousand three hundred twenty Dollars and No Cents Furnish and plant 30" -box trees, for the unit price of: PR 19 $ 4,320.00 Two hundred forty Dollars and No Cents $ 240.00 $ 1,440.00 ach 37. 1 13 Furnish and plant 24" -box trees, Each for the unit price of: One hundred seventy Dollars and Cents $ 170.00 $ 2.210.00 ach 38. 79 Furnish and plant 15- gallon trees, for Each the unit price of- Fifty-five Dollars and Cents $ 55.00 $ 4.345.00 ach 39. 52 Furnish and plant 5- gallon trees, Each for the unit price of: Thirteen Dollars and Cents $ 13.00 $ 676.00 ac 39A. 12 Furnish and plant 5- gallon vines, Each for the unit price of: Ten Dollars and N Cents $ 10.00 $ 120.00 Each 40. 464 Furnish and plant 1- gallon shrubs, Each for the unit price of: Five Dollars and Cents $ 5.00 $2.0.00 Eac 41. Lump Sum Maintain plantings, for the lump sum price of: Twelve,thousand Dollars and No Cents 0 . PR lh ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Provide and install play equipment Items SB -4 through SB -12, SB -14, and SB -15 on page 31 of the drawings, for the lump sum price of: Ten thousand eight hundred Dollars and No Cents $ 10,800.00 43. Lump Sum Provide and install site furniture, Items SB -1, SB -2, and SB -3 on page 31 of the drawings, for the lump sum price of: teen Twelve thousand seven hundred seven/ Dollars and No Cents $ 12,717.00 44. Lump Sum Construct backstop, including foundations, Item SB -13 on page 31 of the drawings, for the lump sum price of: four Four thousand three hundred forty/ Dollars and No Cents $ 4,344.00 BASE BID TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1 -44 INCLUSIVE) Three hundred eighty -nine thousand Eight hundred eighty -seven Dollars and Twenty Cents $389,832.20 ADDITIVE BID ITEMS 45. 985 Substitute keyed construction joints, Lin. Ft. for the unit price of: One Dollars and Cents $ 1.50 $ 1.477.50 Per inear Foot Contractors Lic. No. & CT—as—sification Date: March 3. 1983 Tel. No. (714) 899 -1664 MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAAL LANDSCAP ONTRACTORS Bidd, r S /WesleN--1 Mat is, Pres. Mathis Constr. Inc. uth ori ed Signature/Title Bidder's Address: P.O. Box 189, Cucamonga, CA 91730 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL PARK CONTRACT NO. 2358 ADDENDUM NO. 1 February 17, 1983 NOTICE TO BIDDERS: 46 BIl?QERS shall propose. to cmlitg_C-o-ntract_No_, 2358 in accordance wi h_ths, ntract�docu-. -- ments, the Proposal, the Specifications; and as modified by.this Addendum No. 1. 1. Change Bid Item No. 39 of the Proposal to read as follows: 52 Each. Furnish and plant 5- gallon trees, for the unit price of: Thirteen Dollars and No Cents each. 2. Add new Bid Item No. 39A as follows: 39A - -12 Each. Furnish and plant 5- gallon size vines, for the unit price of Ten Dollars and No Cents each. 3. Amend the second paragraph of Section III.of the SPECIAL PROVISIONS, AWARD OF CONTRACT, to read as follows: For the purpose of determining the low bid, the total price bid for the Base Bid shall be used. The Base Bid shall con- sist of the total price bid for Bid Items 1 - 38 inclusive, 39 as modified above, 39A, and 40 - 44 inclusive. - —4 TIME - -OF -C NTRACT >- PLANT- ESTABLTSRMENT DS�TFIAINTENANCE PERIOD. Section V of the SPECIAL PROVISIONS, TIME OF CONTRACT, takes precedence over Section 02840 of the Job Specifications, LANDSCAPE ESTABLISHMENT AND MAINTENANCE. Section V of the SPECIAL PROVISIONS, TIME OF CONTRACT, is hereby amended to read as follows: The time of completion of all work to be done under this contract, except for the plant establishment and contractual plant maintenance periods shall be 120 calendar days from the date of the award of the contract by the City Council. When the planting is completed and accepted by the City's.representative, the plant establishment period will commence and shall extend for a minimum of 30 calendar days until all of the plantings have been February 16, 1983 San Miguel Park Contract No. 2358, Addendum No; 1 Page 2 established in accordance with Subsection 3.01 of Section 02840 of the Job Specifications and accepted by the City's representative. The contractual plant maintenance period shall commence upon completion of the plant establishment period and shall extend until all of the plantings have been established and growing for a minimum of 60 calen- dar days and accepted by the City's representative. CLARIFICATIONS: 1. The first sentence under the heading GRADING CONSTRUCTION NOTES on page 3 of the Plans states that the grading plan should balance with 6,400 cubic yards of cut and fill, for permit purposes only. This-is intended to mean that no clean earthen materials will be exported from the site, and no fill material will be imported to the site. The volume of material to be cut and used for fill is estimated to be 6,400 cubic yards in its present condition. If the material should shrink or expand upon being used for.fill purposes, the difference will be accommodated by adjusting the grade of the athletic field. 2:- Under SOIL PREPARATION in Subsection 3.03 of Section 02800 of the Job Specifications, landscaped areas with slopes 3:1 or less shall have 4 cubic yards of organic amend- ment, 10 lbs. soil sulfur,.and 100 lbs. agricultural gypsum distributed over the planting area to a uniform depth. The reference in the Job Specifications to a uni- form depth of 1k" shall not apply. Please execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without this Addendum being executed and attached thereto. enne ;7r v Project Engineer I have carefully examined Addendum No. 1, and hereby consent to its being made a part of our proposal. MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAL LANDSCAPE. CONTRACTORS Date March 3, 1983 714)899 -_1664 (Telephone No..) (Bider L►Y N! f� S /Wesl Math s, Pres. athis_Const., Inc, uthorized Signature ,AAsAC amonga. CA 91.730 W s ress CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL PARK CONTRACT NO. 2358 ADDENDUM H0. 2 February 24, 1983 NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2358 in accordance with the con- tract documents, the Proposal, the Specifications, and as modified by Addendum ' No. 1 and this Addendum No. 2: I 1. AMEND SECTION 3.016 "TOPSOIL REMOVAL" FROM SECTION 02200 OF THE JOB SPECIFICATIONS, "SITE CLEARANCE, EARTHWORK & DRAINAGE," TO READ AS FOLLOWS: Topsoil will not be segregated from other subsoil that is reasonably free of clay lumps, stones, and other objects over 2" in diameter, and that is also without weeds, roots, . and other objectionable material. Please execute and date Addendum No. 1 and this Addendum No. 2 and attach both to your bid proposal. No bid proposal will be accepted without both Addendum No. 1 and Addendum No. 2 being executed and attached hereto. Kenneth L. Perry Project Engineer I have carefully examined Addendum No. 1 and this Addendum No. 2, and hereby consent- nrede apart -st our- proposal: e ep one .f 4 MATHIS CONSTRUCTION, INC.' "M R 7 ..d ion, Inc.; ,�. �. � ,, =- :r _.�._: :_ �, ,�,..._x._ ..� . �-_.. ,..�w._.,..�..�.�.,_�.�.,a�r�.. - .rte �.��._�,. - - -� ..... _m��-� 0 r Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or the total bid price) may be received of the project and the words SEALED of the envelope containing the bid. cashier's check (sum not less than 10% of in lieu of the Bidder's Bond. The title BID shall be clearly marked on the outside Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. MATHIS CONSTRUCTION, INC. J/V 413553 A ENVIRONMENJhL LANDSCAPE CO CTORS Contr's Lic. No. & Classification Bidder /► _March 3. 1983 S /6es ey 4�his/, Pres. Mathis�/Const Date Authorized Signature /Title Inc. 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. Survev Horn & Assoc. Claremont 2. Playground Equip. Rooney Granada Hills 3. Fence Alcorn Santa Ana 4. Signs Brandt Newport Beach Miscellaneous Con. 5. Concrete C. R. Lyon Glendora 6. 7. 8. 9. 10. 11. 12. Mathis Construction, Inc. J/V Environmental Landscape Contractors C /"AuBid der thorize th' P c. Ma -his nn. Inc. Signature /Title FOR OONAL SEE CITY CLERK'S FILE COP` BIDDER'S BOND KNOW ALL MEN BY-THESE PRESENTS, MATHIS CONSTRUCTION, INC. J/V That we, ENVIRONMENTAL LANDSCAPE CONTR and ALLIED FIDELITY INSURANCE CO. and firmly bound unto the City of Newport Fifty Thousand and No /100 lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION Page 4 as bidder, as Surety, are held Beach, California, in the sum of Dollars ($50,000.00 ) payment of which sum well and truly i severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of SAN MIGUEL PARK 2358 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 11th day Of February 19M. MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAL L DSCAPE CONTRACTORS Bidd r (Attach acknowledgement of �" Attorney -in -Fact) b �lj� Holly Greene A�horiz d Signature /Title Mathis Const. Inc. Notary Public ALLIED FIDELITY INSURANCE CO. Commission expires Jan. 28, 1986 Surety By _S /Zane C. Greene Title Attorney -in -Fact Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAL LANDSCAPE CONTRACTORS Bidder n Inc. Subscribed and sworn to before me �{ �f this 3rd day of March BA7' -� lg S/ eaudry T :Parker, Owner Envir: Land. Contr. Authorized 510nat7re Ni e My commission expires: December 27, 1985 F*1DRIGINAL SEE CITY CLERK'S FILEOPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAL LANDSCAPE CONTRACTORS Bidder �` �. � . S /Wesley . Mathis, Pres. Mathis Cons., Inc. Authorized Signature /Title 0 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. 1982 Riv. Co. Parks Dept. George Balteria 714 -787 -2551 P.O. Box 3507 Riverside, CA 92519 1980 City of Banning Parks Dept. 714 - 849 -4511 Current Irvine Ranch Water Distr. G. Correa 714- 833 -1223 MATHIS CONSTRUCTION, INC. J/V ENVIRONMENTAL LANDSCAPE CONTRACTORS Bidder �aathig, �We slev __Pres_ Mathis Construction, Inc. uthorized Signature /Title N O T I C E The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Proaerty- Casualty. Coverages shall be pro for a OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. i ,•: 6 CERTIFICATE OF INSURANCE to Page 13 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED MAMS CCIVSTWCrXN, INC. ING company B FAIR 0NT INSURANCE COMPANY Letter C wmpany D P.O. BOX 189 Letter E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works D artment. e r�e�tey By: Agency: P.O. Box 6 c65 Authorized R esenta ive 9e2.s CA jr,dt) ate Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: W MMM PAW, CONTRACT NO. 2358 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 1.31 Policy LIMITS OF LIABILITY IN THOUSANDS 000 ro uc s COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard CL07_53 7 6/23/8 Bodily Injury Property Damage $ 500 $ Id0 $ 500 $ 100 x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ $ x Broad Form Property. Damage x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 500 AUTOMOTIVE LIABILITY A ❑x Comprehensive Form ❑x Owned SA1i . SAME Bodily Injury (Each Person ) $ 500 $ Bodily Injury Each Occurrence ❑x Hired ro ert ama e x Non -owned ❑ Bodily Injury and Property Damage Combined $ 1000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statuto B EMPLOYEand LIABILITY 3659. 110Ir Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.the.Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works D artment. e r�e�tey By: Agency: P.O. Box 6 c65 Authorized R esenta ive 9e2.s CA jr,dt) ate Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: W MMM PAW, CONTRACT NO. 2358 Project Title and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 1.31 e` • 0 Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. (X) Multiple Limits Bodily Injury Liability Property Damage Liability ()C ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ 500,000, each occurrence $ 500,000. each occurrence $ , 100,000, each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: CT No 2358 roiect itle and Contract No.). This endorsement is effective 4_1R -83 at 12:01 A.M. and forms a part of Policy No. CL07,5387 Named Insured MA1ii1S OONSMCTION, INC. Endorsement No. Name of Insurance CompanyUNIGARD M[TfUAL III, CO, g Authorized Representative UPLAND, CA 91765 9828927 Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. (i� Multiple Limits Bodily Injury Liability Property Damage Liability ( 4 Single Limit $ SAQTCI�O, each occurrence $ 'Inn onn each occurrence Bodily Injury Liability $ inn�nan each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: SAN 1MMM PARK. CIONTRACT No 2358 Project.Title and Contract NOT This endorsement is effective 4- 18.-83 at 12:01 A.M. and forms a part of Policy No. CL Q7,5387 Named Insured 2'lATfI]wS mc, Endorsement No. Name of Insurance Company UNpPW 2191ML Mt CO, ' B���� Authorized Representative P 0. of V< a55 UPi.A.W). Ca ?M6 982 =?nri r CONTRACT • Page. 16 THIS AGREEMENT, entered into this g�day of 19 �4?5 by and between the CITY OF NEWPORT BEACH, hereinafter "City, MATHIS CONSTRUCTION, INC., J/V ENVIRONMENTAL LANDSCAPE CONTRACTORS hereinafter "Contractor, "is ma�tT f re erence to the followl ng facts: (a) City has heretofore advertised for bids for the following described public work: SAN MIGUEL PARK 2358 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set . forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE,.the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the constriction of.the following described public work: ASAN MIGUE PARK 2358 t e o r oj e c t _7C_onTr_a_cT1F. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Three a hundree nrncr. -unc awuoanu r,rn cc uun ur cu nurc unu .0 ruu Mir w. This compensation inc u es 1 any oss�or amage ar sing rom the nature a the work; (2) any loss or damage arising from any.unforeseen'difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a 'result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following. (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond ((d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) s ,t.,. i (f) Plans and Sped Provisions for .` SAN MIGUEL PARR 2358 itle of Project: Contract No. (g) This Contract. Page 17 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. i AS TO FORM: CITY OF NEWPORT BEACH MATHIS CONSTRUCTION, INC. J/V By Its By Its CITY CONTRACTOR s 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SAN MIGUEL PARK CONTRACT NO. 2358 CHAPTER PAGE I. GENERAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . 1 II. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . 1 III. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . 2 IV. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . 2 V. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . 3 VI. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . 3 VII. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . 3 A. GENERAL LIABILITY . . . . . . . . . . . . . . . . 3 B. AUTOMOBILE LIABILITY . . . . . . . . . . . . . . . . . 4 VIII. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . 4 IX. SOILS REPORT . . . . . . . . . . . . . . . . . . . . . . . 4 X. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . 4 XI. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . 4 XII. GUARANTEE. . . . . . . . . . . . . . . . . . . . . . . . 5 XIII. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . 5 XIV. CONSTRUCTION LAYOUT AND STAKING . . . . . . . . . . . . . 5 XV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . 5 i CHAPTFR XVI. JOB SPECIFICATIONS SECTION 02200 - Site Clearance, Earthwork & Drainage 02210 - Decomposed Granite Paving, Sand Placement 02220 - Structure Excavation & Backfill 02240 - Chain Link Fencing 02250 - Asphalt Concrete Paving 02550 - Sanitary Sewer Construction 02750 - Irrigation System 02800 - Planting 028410 - Landscape Establishment & Maintenance 03100 - Concrete Formwork 03200 - Reinforcing Steel 03300 - Cast -in -Place Concrete 06100 - Carpentry 09900 - Painting. 10000 - Miscellaneous Specialties 16000 - Electrical ii II CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SAN MIGUEL PARK CONTRACT NO. 2358 GENERAL REQUIREMENTS SP 1 of 6 A. The Standard Specifications of the City of Newport Beach are the Standard Specifications for Public Works Construction, 1982 Edition, written and pro- mulgated by the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California Joint Cooperative Committee. B. The City of Newport Beach has adopted Standard Special Provisions and Standard Drawings for use in conjunction with Standard Specifications for Public Works Construction. These Special Provision, which include the Job Specifications, apply specifi- cally to the construction of improvements at San Miguel Park. SCOPE OF WORK A. Work to be done under this contract consists of the construction of all im- provements for the San Miguel Park. The items of work consist of demolition, clearing, grading, applying weed killer, surveying and layout; constructing drainage facilities, sanitary sewer facilities, water system, electrical and lighting system, irrigation system, pavement, sidewalks, curbs, gutters, Grasscrete, multi -use court, equipment enclosure, chain link fence, dry sumps, an arbor and tot lot, overhead trellis, two wood bridges, concrete walls, redwood cribbing, park sign, pavement markings; planting trees, shrubs, turf; hydroseeding hillsides; maintaining plantings for 90 days; furnishing and installing play equipment and site furniture; plus furnishing appurtenant items of work not listed separately in the Proposal. The contract requires the completion of all the work in accordance with these Special Provisions; the Plans (Drawing No. P- 5071 -S, consisting of 31 sheets); the Specifications; the City's Stand ard S ecial Provisions and Standard Drawin s;and the Standard S ecifications or Pub is works Constru< tion, 1982 Edition. Copies Ot the standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department office or apiece. • SP2of6 Special notice is given that no contractural adjustments, additional charges or any other compensation will be granted due to insufficient preparation or requirements set forth in these documents. B. Included in the scope of the contract is the payment of all fees and the securing of all permits normally charged by governing public agencies; the payment of all connection charges, normally charged by serving utilities; and the furnishing of all material, labor, and transportation necessary to complete the construction; except that the following fees normally charged by the City of Newport Beach will be waived: 1.. Building excise tax fees. 2. Building and plan check fees normally charged for the account of the General Fund, including plumbing, electrical, drywall, and plastering permits. 3. Water Capital Improvement Fee. C. The following utility connection fees are included in those that must be paid for by the Contractor. 1. Sewer connection fee of $30. 2. Water meter fees of $505 for each 2" water meter. 3. Southern California Edison Company charge for excess service cable $57. D. All other fees normally charged by the City must be paid by the Contractor. Included among fees that must be paid are: 1. Business license fees. III. AWARD OF CONTRACT All bidders shall submit bids for all items which comprise the base bid, and a price for the additive bid item. For the purpose of determing the low bid, the total price bid for the Base Bid (Items 1 -44 inclusive) shall be used. The City reserves the right to delete the one or more of the following bid items from the award of the contract: Bid Items 16, 18, 24, 25, 26, 29, 30, 32, 33, 42, 43, 44 and 45. If the City exercises its right to delete one or more of the bid items listed above from the award of contract, it will so specify at the time the contract is awarded. IV. ADMINISTRATION OF THE CONTRACT A. The Public Works Director of the City of Newport Beach shall administer this contract for the City. 1. Any place where the words "Owner ", "Landscape Architect ", or "Soils Engineer" appear in the specifications, the words shall be understood to refer to the Public Works Director of the City of Newport Beach or his authorized representative. V. VI. VII. 0 • SP 3 of 6 2. Any place where the words "Subcontractor ", "Electrical Contractor ", "Irrigation Contractor ", or any other contractor who is not a party to this contract appear in the contract documents or on the Plans, the words shall be understood to refer to the general contractor who is a party to this contract. 3. Any change order issued to the Contractor must be in writing and signed by the Public Works Director and the Contractor in order to be valid. TIME OF CONTRACT The date of the contract shall be the date that the contract is executed by the City. The construction and planting portion of the contract shall be completed within 120 calendar days from the date of execution of the contract by the City. The time of completion shall include final cleanup of the premises and up to the time the plant maintenance. period begins. The plant maintenance period shall start at the time of completion and run for a minimum of sixty (60) calendar days. LIQUIDATED DAMAGES Liquidated damages will be assessed as per Section 6 -9 of the Standard Specifications. LIABILITY INSURANCE Upon execution of the contract, the Contractor shall provide a certificate (s) of insurance showing that he has liability insurance coverage. At the same time, the Contractor shall provide the insurance endorsements on the forms provided as part of the contract documents. The liability insurance coverage shall include each of the following types of insurance: A. GENERAL LIABILITY 1. Comprehensive Form 2. Premises- Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products /Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury 10. Marine • . SP4e'P.6 B. AUTOMOBILE LIABILITY 1. Comprehensive Form 2. Owned 3. Hired 4. Non -Owned VIII. EXISTING UTILITIES Construction of the items in this contract will cause work to be performed under and very near existing water lines. The Contractor shall investigate, locate, and protect all existing utilities. He shall protect in place and be responsible for, at his own expense, any damage to existing utilities encountered during construction. The park site is traversed by easements which contain a 37 inch diameter water line of the Metropolitan Water District of Southern California, and a 24 inch diameter water line of the City of Newport Beach. Before any ex- cavation is made on either of these water lines, the owner must be notified at least 72 hours in advance so that they may have inspectors present when the excavation begins. Before excavation with machinery is permitted over these water lines the Contractor must dig by hand and expose the water lines so that their exact depth and location is known. A drawing of the Metropolitan Water District showing a portion of its Orange County Feed Extension in an easement on the park site is attached to the plans for reference only. IX. SOILS REPORT A soils report prepared by 2R Engineering, dated July 23, 1982, is on file in the office of the Public Works Department and may be examined by any prospective bidder. X. TEMPORARY FACILITIES A. The Contractor must provide for his own use of the following temporary facilities: 1. Temporary field office or trailer. 2. Sanitation facilities. 3. Telephone. 4. Temporary storage areas. 5. Safety fencing, barricades, and warning lights. B. Water for use during construction and planting will be provided by the City. If the Contractor elects to use a temporary construction water meter, he will be responsible for the deposit of $500 per construction meter. XI. CLEANUP AND DISPOSAL A. DURING THE WORK At all times during the project, the site shall be kept neat and clean. 0 . SP5of6 B. FINAL CLEANUP In addition to keeping the site clean during construction, the Contractor must thoroughly clean fixtures, equipment, hardware, and walls. Dust, dirt, stains, .handmarks, paint spots, plaster droppings, or other foreign material shall be completely removed from the surfaces. 1. Metal Surfaces, including hardware, shall be cleaned and polished, using only non - corrosive and non - abrasive materials that are compatible with protective coatings. 2. Materials with Natural Finish shall be thoroughly cleaned strictly in accordance with manufacturer's latest printed recommendations. XII. GUARANTEE 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 unusual 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 authorized 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. XIII. SAFETY In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety of the public and workers. XIV. CONSTRUCTION LAYOUT AND STAKING Field surveys for control of all grading and construction shall be the responsibility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engineer. Staking shall be performed on all items by the agencies and trades involved. Payment for construction survey staking shall be con- sidered 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. XV. PAYMENT A. GENERAL The work to be done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary • • SP 6 of ,6 to complete the construction as shown on the plans and described in the specifications, complete in place, including all appurtenant work. 2. The total price bid for all of the items on the proposal shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the project, and no additional allowance will be made therefor. 3. Payment for all itmes of work not separately described in the proposal shall be included in the prices bid for constructing other items of work listed in the proposal. 4. Dump fees for any construction materials dumped at a County dump shall be the responsibility of the Contractor. B. MONTHLY PROGRESS PAYMENTS The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. i XVI. JOB SPECIFICATIONS (See following pages) SECTION 02200 - SITE CLEARANCE, EARTHWORK & DRAINAGE PART 1 - GENERAL A. The Standard Specifications, Special Conditions, and Job Specifications apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Construction ", latest edition, form a part of this Section except as modified herein. C. All conclusions, recommendations, specifications, and details of the Foundation Investigation Report form a part of this Section. 1.02 WORK INCLUDED A. Provide all material, equipment, services, supervision, transportation and labor to perform all earthwork and drainage complete including, but not limited to, the following: 1. Site clearing and grubbing 2. Subgrade preparation 3. Grading 4. Structure excavation and backfill 5. Drainage swales, piping, catch basins and cleanouts. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02220 - Structure Excavation & Backfill B. Section 02480 - Painting C. Section 02550 - Sanitary Sewer D. Section 03300 - Cast -in -Place Concrete 1.04 QUALITY ASSURANCE A. Foundation Engineering Services: The Owner will provide compaction inspection and testing services. The construction, excavation and placement of fills shall be under the direct inspection of the Owner. If unsatisfactory soil- related conditions exist, the Owner shall have the authority to reject the compacted fill and, if necessary, the soil shall be reworked until compaction conforms to these specifications. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 1/9 • • 1. The placement, spreading, mixing, watering and compaction of the fills in strict accordance with these specifications shall be the sole responsibility of the Contractor. B. Foundation Investigation Report: "Geotechnical investigation and foundation design recommendations, San Miguel Park, Newport Beach, California ", Project #82- 559 -1 dated July 23, 1982, prepared by 2R Engineering, Placentia, California, telephone (714) 524 -3150. 1. Available at Department of Parks & Recreation; City Hall, for inspection by bidders. One copy will be provided to the successful bidder. 2. Determine compaction in accordance with UBC 70 -2. C. Permits, Licenses and Fees: Pay all required fees and secure all permits and licenses legally required to complete the work. 1. Ensure that the City is held harmless for any liability resulting from work of this Section. 1.05 JOB CONDITIONS A. Existing Conditions: Verification: Prior to commencing work visit site and verify agreement of existing conditions with indicated conditions. Notify Owner's representative in writing of discrepancies found. Start of work without notification constitutes acceptance of conditions, without cause for extra costs. B. Noise and Dust Abatement: Exercise all reasonable and necessary means to abate dust, dirt rising and undue noise. Perform necessary sprink- ling and wetting of construction site to allay dust. C. Control of Debris: Do not bury or dispose of debris on the site. Promptly remove such materials from site. D. Existing Utility Lines: Notify City Inspector prior to commencing work. Notify utility companies for all utilities to be identified, cut off, modified, or relocated. Maintain active utilities and protect from damage. Reference drawings with underground utilities are based upon information provided by the Metropolitan Water District which was prepared by or on behalf of M.W.D. for general record purposes only. This information may not be sufficiently detailed or accurate for all construction purposes. No warranty of any kind, either expressed or implied, is attached to the information provided as to its accuracy by the City, the Landscape Architect, Surveyor, Soils Engineer, or the M.W.D. The Contractor is cautioned to make such surveys and other field investigations as may be deemed prudent to avoid damage to these facilities. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 2/9 E. Protection: Maintain protection and barricades as required for public safety and necessity. Cooperate with other trades requiring access. F. Coordination: Notify the Owner a minimum of four (4) working days in advance of necessary inspections. PART 2 - PRODUCTS 2.01 FILL MATERIALS A. Materials for compacted fill shall consist of materials approved by the 0,,jner These materials may be excavated from the cut areas or imported from other approved sources and soils from one or more sources may be blended. Fill soils shall be free from organic vegetable matter and other unsuitable substances. Normally, the material shall contain no rocks or hard lumps greater than 6" in size and shall contain at least 50% of material smaller than '," in size. Materials greater than 4" in size shall be placed so that they are completely surrounded by compacted fines: no nesting of rocks are permitted. No material of a perishable, spongy, or otherwise of an unsuitable nature shall be used in the fill soils. 1. Prior to importing soil materials to site, Notify the Owner so that soil material can be inspected at the source to determine if the material is suitable as fill. 2. Representative samples of materials to be utilized as compacted fill shall be analyzed in the laboratory by the Owner determine their physical properties. If any material other than that previously tested is encountered during grading, the approp- rate analysis of this material shall be conducted by the Owner as soon as possible. 2.02 DRAINAGE MATERIALS A. Catch Basin: Brooks Model No. 2424, or approved equal. B. Drainage Pipe: Schedule 40 ABS as per Standard Specifications or PVC pipe (extruded from 100% virgin Polyvinul Chloride (PVC) meeting the requirements of ASTM Designation D 1785 for Type 1122 or 1220, Sch.40). 1. Pipe Fittings: Schedule 40 ABS as per Standard Specifications, or PVC Type 1, grade 2, IPS Schedule 40. 2. Solvent: Type as recommended by pipe manufacturer. C. Filter Fabric: Provide 100% Polypropylene woven to 70 mesh E.O.S. Polyfilter X by Carthage Mills, or approved equal. SITE CLEARANCE, EARTHWORK & DRAINAGE 0220.0 - 3/9 PART 3 - EXECUTION 3.01 SITE CLEARING A. Collect, pipe and remove all brush, vegetation and other deleterious material such as rubbish from the site prior to placing fill, leaving the site clear and free from objectionable material., Removal in- cludes new and old stumps of trees and their roots, Carefully and cleanly cut roots and branches of trees indicated to be:left standing'; where such roots and branches obstruct new construction. In canyon areas, soft and /or swampy areas shall be drained and unsuitable material removed, as determined by the Owner. 1. Burning combustible rubbish on site is prohibited, B. Topsoil Removal; 1. Topsoil: Defined as friable clay loam surface soil found to a depth of not less than 411. Satisfactory topsoil is reasonably free of subsoil, clay lumps, stones, and other objects over 2" in diameter, and without weeds, roots, and other objectionable material. 2. Strip topsoil to whatever depths encountered, and in such a manner so as to prevent intermfngli'ng with. the underlying sub- soil or other objectionable material. Remove heavy growths.of grass from areas before stripping. 3. Where trees are indicated to be left standing, stop topsoil stripping a sufficient distance from such trees to prevent damage to the main root system. 4. Stockpile topsoil in storage piles in areas shown, or where otherwise directed. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent windblown dust. C. Fill depressions caused by clearing operations with satisfactory soil material, unless further excavation or earthwork is indicated, 1. Place fill material in horizontal layers not exceeding 6 loose depth, and thoroughly compact to a density equal to adjacent original ground. D. Soil, alluvium, or rock materials determined by the Owner as being unsuitable for placement in compacted fills shall be removed from the site. Any material incorporated as a part of a compacted fill must be approved by the Owner. E. Boulders greater than 2" in diameter shall be placed no closer than 10' from final grade or 15' from exposed slope surface and shall be placed in such a manner that voids will not exist around boulders, SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 4/9 5 1. Place boulders in rows 5' apart with boulders spaced 15' apart within rows. Bed boulders completely in granular soil, filling all voids. 2. Stockpile boulders, if approved by the Landscape Architect for landscaping purposes, in an approved location. 3.02 SUBGRADE PREPARATION A. Overexcavation: Overexcavate to a depth of 2 feet below bottoms of footings, slabs, and pavements; remove all loose and porous native or fill material and recompact to a minimum density of 90% of the maximum as determined by UBC 70 -2. B. Scarifying: Scarify the surface to a minimum depth of 6" until the surface is free from uneven features that would tend to prevent uni- form compaction by the equipment used. After the area to receive fill has been cleared and scarified, it shall be disced or bladed by the Contractor until it is uniform and free from large clods, brought to the proper moisture content and compacted to minimum requirements. If the scarified zone is greater than 12" in depth, the excess shall be removed and placed in lifts restricted to 6 ". C. Where fills are made on hillsides or exposed slope areas, the existing top unstable materials shall be removed. If existing slopes are steeper than 5 horizontal to 1 vertical, horizontal benches shall be cut into firm and competent undisturbed soil or bedrock in order to provide both lateral and vertical stability. D. Any underground structures which are verified to be abandoned by the appropriate authority, such as cesspools, cisterns, mining shafts, tunnels, septic tanks, wells, pipe lines or other facilities not located prior to grading are to be removed or treated in a manner prescribed by the.Owner. 3.03 PLACING, SPREADING AND COMPACTING FILL MATERIAL A. The material used in the compacting process shall be evenly spread, watered, processed and compacted in thin lifts not to exceed 6" in thickness to obtain a uniformly dense layer. B. Beneath spread footings and slabs, place subgrade soils to a depth of 3 feet with a moisture content of .1 to 3% above the laboratory optimum. 1. When the moisture content of the fill material is below that specified by t;Ie Owner , water shall be added by the Contractor until the moisture content is near optimum as specified. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 5/9 I` 2. When the moisture content of the fill is above that speci- fied by the Owner the fill material shall be aerated by the Contractor by blading, mixing, or other satisfactory methods until the moisture content is near optimum as specified. After each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted to 85% of the maximum laboratory density in compliance with ASTM D- 1557 -70 (5 layers) except compact to 90% of maximum density as indicated below. Compaction shall be accomplished by sheepsfoot rollers, vibratory rollers, multiple -wheel pneumatic - tired rollers or other types of acceptable compacting equipment. Equipment shall be of such design that it will be able to compact the fill to the specified density. Compaction shall be continuous over the entire area and the equipment shall make sufficient passes to obtain the desired density uniformly. 1. Compact the following areas to a minimum of 90% and maximum of 95% of the UBC 70 -2 maximum density. a. Future Restroom - 10' minimum beyond perimeter. b. Future Handball Court - 10' minimum beyond perimeter. c. Arbor Structure - 10' minimum beyond perimeter. d. Parking Lot & Multi - Purpose Court - 3' minimum beyond perimeter. e. Sidewalks - immediately beheath. f. Fill slopes - 10' minimum outer edge. A minimum relative compaction of 90% out to the finish slope face of all fill slopes will be required. Compacting of the slopes shall be accomplished by backrolling the slopes in increments.of 2 to 5 feet in elevation gain or by overbuilding and cutting back to the compacted inner core, or by any other procedure which produces the required compaction. 3.04 GRADING A. Make such cuts or fills as may be required to bring ground surface to spot elevations or finish contours required or shown, with a maximum tolerance of .10 foot. Where grades are not indicated, grade uniformly level or slope between points for which elevations are given. In absence of more specific grading information, slope ground so that all water freely drains away from foundations, slabs, and walks. Trenches and other drainage flow lines shall slope uniformly to avoid standing water. D. Subgrades for sand and paving shall be bladed to required grades and rolled or tamped. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 6/9 • • E. Rip all designated cut areas to a minimum of 18" to 24" below proposed grade in two opposing directions for planting preparation. F. Finish grades of lawn and planted areas 1" below top of curb and walk finish grades, unless indicated otherwise. 3.05 FIELD QUALITY CONTROL A. Inspection: The Owner shall inspect the placement of fill during the grading process and will file a written report upon completion of grading stating his observations as to compliance with these specifications. 1. All cleanout, processed ground to receive fill, key excavations, sub- drains, and rock disposal must be inspected by the Soils Engineer and /or Geologist prior to any fill placement. The Contractor shall notify the Owner when these areas are ready for inspection. 2, Canyon cleanouts, buttress keyways, and stabilization blanket keyways shall be inspected by the Owner to determine the necessity and location of possible subdrainage systems. No perforated pipe or gravel shall be placed until these inspections have been made. B. Tests: A minimum of one density test shall be required for each 2 vertical feet of fill placed or one for each 1000 cubic yards of fill, whichever requires the greater number of tests. 3.06 EXCAVATING A. Excavate as required to provide proper grading for completion of work. B. Excavate for structure footings to'depths indicated. Elevations and depth of excavation shown on the drawings shall govern and will be the basis for bidding.and execution of the work except as otherwise directed by the Owner. C. Excavate to proper dimensions as shown, cut square and smooth with level, firm bottoms. Excavations carried through Contractor's error to greater depth than that required shall be filled and compacted at the Contractor's expense. Water in excavations shall be diverted or pumped out until completion of work. Saturated bottoms shall be cut out and filled with satisfactory material and compacted as required by the Owner or may be dried in place if in the opinion of the Owrer this is satisfactory. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 7/9 3.07 q D. Sides of footings may be stand without caving and side than dimensions or planks staked in place. at least 1' each side to minimum 1'0" each side. 0 formed by neat excavations if banks will the neat excavations are cut 1" wider each drawings. Protect edges of excavations with If banks cave, form caps and widen excavations permit forming, bracing, and inspection, If material is encountered which, in the opinion of the Soils Engineer, is unsuitable for subgrade for the structure to be constructed, the Soils Engineer will direct the Contractor to excavate beyond the lines shown on the plans. However, the suitability of subgrade shall be determined by the Owner on the basis of its ability to with- stand the load of the proposed structure and not upon capacity to withstand the load which may be placed thereon by the Contractor's equipment. There will be no payment made for any subdrainage materials used, nor for any overexcavation required. Materials used or work performed by requirements, in order to stabilize loads which may be placed thereon by Contractor's own expense. BACKFILL the Contractor, beyond the City's subgrade so it will withstand the his equipment, shall be at the A. Do all necessary trenching, excavation, shoring and backfilling re- quired for proper laying of pipe lines in accordance with the Standard Specifications. Install plastic pipe (ABS or PVC) and fittings in strict accordance with manufacturer's printed instructions. Solvent weld PVC pipe and fittings using solvents and methods recommended by the manufacturer of the pipe. Apply solvent with a non - synthetic bristle brush after thoroughly cleaning all pipe and fittings of dirt, dust and moisture. Promptly install all piping after excavations or cutting for same has been done, so as to keep excavations open as short a time as possible. Where inverts are indicated on drawings, lay pipe accurately to that grade. Drains: Set drains accurately to .required elevations. E. Cleanouts: Install at locations indicated. After the pipe installation fias been observed and approved and as- built drawings have been made, backfill trench with 6" sand on top and sides of the pioe. Continue backfill with clean earth as approved by the Owner. Backfill in non- structural areas shall be compacted to 85% by mechanical means in 6 "layers. SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 819. G. All excess excavated material shall be removed off -site to an approved land fill site. 3.09 PROTECTION OF WORK A. During the grading process and prior to the complete construction of permanent drainage controls, it shall be the responsibility of the Contractor to provide good drainage and prevent ponding of water and damage to adjoining properties or to finished work on the site. B. After the Owner has terminated his inspections of the completed grading, no further excavations and /or filling shall be performed without the approval of the Owner. 3.10 CLEAN -UP A. Clean up site, remove all debris and leave premises in a clean and orderly condition. END OF SECTION SITE CLEARANCE, EARTHWORK & DRAINAGE 02200 - 9/9 • • SECTION 02210 - DECOMPOSED GRANITE PAVING, SAND PLACEMENT PART 1 - GENERAL 1.01 GENERAL The Standard Specifications, Special Conditions.. and the Job Specifications apply to work of this Section. 1.02 SCOPE OF WORK The work under this Section shall include all labor, materials and equipment required to complete the Decomposed Granite Paving as indicated on the drawings and Specifications. Coordinate work with other trades, specifi- cally installation of all irrigation and electrical sleeves, and concrete paving, so there shall be no interference existing with, or difficulty in executing work of other trades. 1.03 SUBMITTALS Submit samples of decomposed granite prior to delivery on site. All decomposed granite supplied shall be approved by the Owner's Representative before placing. PART 2 - PRODUCTS 2.01 MATERIAL A. Decom o2 �rani�te: a natural material derived from the disintegration of igneous rock�Fiw ich has weathered in place, and shall contain suffi- cient fine binder to produce a hard uniform surface after being moistened and compacted. Maximum size of natural particle shall be ". Suggested source: Mid City Granite "Screened Run" 6510 Forest Lawn Drive Hollywood, California 90068 Tel: 213 - 467 -4296 B. Base course: existing native soil at certified grade. C. Herbicide: "Surflan ". Available at Robinson Fertilizer Company. Tel: 714 - 538 -3575; or approved equal. D. Tot Lot sand: Washed plaster sand PART 3 - EXECUTION 3.01 INSTALLATION A. Construct 4'x4' sample of completed D.G. paving, and secure Owner's Representative approval prior to installation on site. DECOMPOSED GRANITE PAVING, SAND PLACEMENT 02210 - 112 0 0 B, Grade areas to receive decomposed granite material below the indicated elevations, C. Apply herbicide to subgrade between concrete headers, paving and walls in accordance with manufacturer's instructions. All work is to be performed under the control and guidance of a Licensed Pest Control Advisor & Applicator in the State of California. D. Evenly distribute, spread, level, and pre- moisten decomposed granite material between headers. F. Accurately screed, strike -off and trim decomposed granite to specified grade and cross section. Roll or tamp to compact the surface to a con- sistent 90% density. The finished surface shall be smooth, firm and true to grade so that the finished surface does not vary more than 1/8" from a straight plane. G. Place Sand in designated play areas after installation of drainage devices and boulders, and when approved by the Owner's Representative. PART 4 - GUARANTEE A. Furnish written guarantee that all sterilant treated areas shall remain weed -free for a period of one (1) year following acceptance. Retreat all areas which are not weed -free at no additional cost to the con- tract price. B. Furnish written guarantee that all decomposed granite paving is guaranteed to surface drain, puddle free for a period of one (1) year from date of acceptance of the work. Erosion and resultant cracks to be repaired to an approved condition without additional cost to the contract price. END OF SECTION DECOMPOSED GRANITE PAVING, SAND PLACEMENT 02210 - 2/2 1 SECTION 02220 - STRUCTURE EXCAVATION AND BACKFILL PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The Standard Specifications, the Special Conditions, and the Job Specifications apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Construction ", latest edition, form a part of This Section except as modified herein. 1.02 FOUNDATION ENGINEERING SERVICES A. Compaction testing and compaction supervision will be required. Payment and reports shall be in conformance with the standard specifications. Compaction will be supervised by the Owner and be in conformance with the recommendations of the referenced Foundation Investigation Report. 1.03 FOUNDATION INVESTIGATION REPORT A. Report #82- 559 -1. of 7- 23- 82.prepa•red by 2R!:Ehgoneering:is available at Owner's office for inspection by bidders, and is hereby made a part of the contract documents. 1.04 NOISE AND DUST ABATEMENT A. Exercise all reasonable and necessary means to abate undue dust, dirt rising and noise. Perform necessary sprinkling and wetting of construction site to allav dust. 1.05 JOB CONDITIONS A. Existing Conditions: Verification: Prior to commencing work visit site and verify agree- ment of existing conditions with indicated conditions. Notify Owner's representative in writing of discrepancies found. Start of work with- out notification constitutes acceptance of conditions, without cause for extra costs. B. Control of Debris: Do not bury or dispose of debris on the site. Promptly remove such materials from site. C. Existing Utility Lines: Notify City Inspector prior to commencing work. Notify utility companies for all utilities to be identified, cut off, modified, or relocated. Maintain active utilities and protect from damage. STRUCTURE EXCAVATION AND BACKFILL 02220 - 1/3 3 1. Reference drawings with underground utilities are based upon information provided by the Metropolitan Water District which was prepared by or on behalf of M.W.D. for general record Purposes only. This information may not be sufficiently detailed or accurate for all construction purposes. No warranty of any kind, either expressed or implied, is attached to the information provided as to its accuracy by the City, the Landscape Architect, Surveyor, Soils Engineer, or the M.W.D. The Contractor is cautioned to make such surveys and other field investigations as may be deemed prudent to avoid damage to these facilities. Protection: Maintain protections and barricades as required for public safety and necessity. Cooperate with other .trades requiring access. PART 2 - PRODUCTS 2.01 MATERIALS A. Backfill Material: Material used for backfill shall be clean, well pulverized, non - expansive soil free from large rocks, vegetation, trash or other debris, and subject to approval of the Owner, Existing on -site earth material as approved by the Owner is suitable as fill. PART 3 - EXECUTION 3.01 EXCAVATION Excavation consists of removal and disposal of material encountered when establishing required grade elevations. Stability of Excavations: Maintain sides and slopes of excavations in a safe condition until completion of back- filling. Provide minimum requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. Saturation: Presaturate slab and walk subgrade to 3% above laboratory optimum, to a depth of 24" prior to placing concrete. Dewatering: Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations, Convey water removed from excavations and rain water to collec- ting or fun -off areas. Provide and maintain temporary drainage ditches and other diversions outside excavation limits for each structure. Do not trench excavations as temporary drainage ditches. STRUCTURE EXCAVATION AND BACKFILL ` 02220 - 2/3 1: . • D, Material Storage; Stockpile satisfactory excavated materials where directed, until required for backfrll or fill. Place, grade and shape stockpiles for proper drainage. Locate and retain soil materials away from edge of excavations. E. Excess Soil Material; Dispose of excess soil material and waste materials off -site. F. Excavations for Structures: Remove existing soil to depth of 2` 6" below finish grade within a perimeter of 5' outside the perimeter footings of proposed restroom, arbor, multi - purpose court, and proposed handball court. Scarify exposed soil, water if necessary and recompact to 90% maximum density. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10' and extending a sufficient distance from footings and foundations to permit placing and removal of concrete form- work, installations of services, other construction required, and for inspection. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete is placed. Trim bottom to required lines and grades to leave soil base to receive concrete. END OF SECTION 145 STRUCTURE EXCAVATION ANO BACKFILL 02220 - 3/ r5 r • • SECTION 02440 - CHAIN LINK FENCING PART 1 - GENERAL 1.01 GENERAL A. The Standard Specifications, Special, Conditions, and Job Specifications apply to work of this Section. B. All provisions of the "Standard Spefications for Public Works Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish and install chain link fencing complete as indicated on the drawings and as specified herein, complete. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 03300 - Cast in Place Concrete PART 2 - PRODUCTS 2.01 MATERIALS A. Fabric: Chain link woven wire 9 gauge 2" mesh galvanized after weaving, top and bottom selvages knuckled. B. Posts and Rails: Hot_ dipped zinc coated (inside and outside) standard weight steel pipe, A.STM A90. 1. Line Posts: 2 -3/8" o.c.,3.65 lb, per ft. 2. End Posts: 2 -7/8" o.d., 5.79 lb. per ft. 3. Top and Brace Rails: 1 -5/8" o.c., 2.27 lb. Per ft, C. Bottom Tension Wire: No. 6 ga. zinc coated cold drawn steel wire, turnbuckles eye and eye type, galvanized drop forged.steel, 5/16" screws and not less than 42" takeup. D. Fabric Connections: 1. Tension Bars: 3/16" x 3/4" galvanized mild steel flats. 2. Steel Bands:. 1/8" x 1" galvanized mild steel. 3.' ,Bolts: 3/16" diameter min., cadmium plated. 4. Fabric Ties: Galvanized No. 9 or No. 11 ga, wire at line posts, Palvanized No. 14 wire for top and brace rails. E. Fittings and Caps: Galvanized malleable iron. F. Gates: 1. Frames: Galvanized pipe, 1 -7/8" o.d., 2.72 lb. per ft. 2. Braces: Galvanized pipe, 1 -5/8" o.d., 2.27 lb, per ft. CHAIN LINK FENCING 1� 02440 - 1/2 t _ II • PART 3 - EXECUTION • 3.01 Erect the fence true to line and level, and with a taut fabric. 3.02 Posts: Space posts equally, do not exceed 10' -0" o.c. Unless otherwise indicated, set posts in 2000 p.s.i. concrete footings of 12" diameter for corner, angle and terminal posts, and 10" diameter for intermediate line posts; 36" depth of concrete, 30" post embedment. Install top ornaments on all posts. Set posts so that top of eye of ornament is level with top of fabric, with twist and selvage above rail. 3.03 Fabric: Install fabric on posts. Set bottom of fabric to clear ground or paving by k ". Fence heights given to top of fabric. Secure fabric to posts with ties spaced at 16" maximum. With 9 gauge wire, hook ties at both ends; with 11 gauge wire, wrap ties around fabric at both ends, not less than two turns. Hooked ties with links not permitted. Secure fabric to top rail with 14 gauge ties not more than 18" o.c., wrapped not less than two turns. Secure tie ends with not less than two full twists; turn ends so as not to be a hazard. 3.04 Rails: Provide top rail throughout. Provide horizontal brace rails adjacent to terminal, angle, gate and corner posts. Provide center rail at mid - height for all fencing over 10 feet high. Secure rails to posts with rail end fittings and rail end bands. 3.05 Tension Wire and Tension Bars: Provide bottom tension wire throughout. Install turnbuckle for each 150 feet of wire. Secure tension wire to fabric with 14 gauge wire at 18" o.c., double wrapped. Secure fabric at end, corner, angle and gate posts with tension bars extending full height of fence., attached to posts with bands spaced at 14" maximum. 3.06 Gates: Fabricate frames with joints mitered, continuously welded and ground flush. Install offset brace rails at center height. Galvanize gate units after fabrication. Provide hinges allowing gates to swing back parallel to line of fence, and manual latches with provisions for installation of padlocks. 3.07 Chain Link Baseball Backstop: Furnish and install as indicated. Materials as specified for fencing except as specifically detailed. 3.08 Chain Link Covers and Enclosures: Furnish and install as indicated. Materials as specified for fencing except as specifically detailed. 3.09 Field Weld Touch -Up: Use hot process CO., "Galvalloy" or AMERICAN SOLDER & for touch -up of all field welds, tough -up material, HETALLOY PRODUCTS FLUX CO. No. 3017 galvanizing bar END OF SECTION CHAIN LINK FENCING 02440 - 2/2 SECTION 02500 - ASPHALT CONCRETE PAVING PART 1 - GENERAL 1.01 GENERAL A. The Standard Specifications, Special Conditions, and Job Specifications apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish and install asphalt concrete paving complete as indicated on the Drawings and as specified herein, complete, including, but not limited to the following: 1. Soil sterilization 2. Furnishing and placing aggregate base 3. Furnishing and placing asphaltic concrete 4. Applying seal coat 5. Line stripping and painting 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Clearance, Earthwork and Drainage. .B. Section 02220 - Structure Excavation and Backfill. 1.04 CONTROL Furnish licensed weightmaster concrete delivered to project. sentative. Yield of asphaltic (24) pounds per square foot of after rolling. A five percent calculated weight and actual w PART 2 - PRODUCTS 2.01 MATERIALS certificates with Submit certifica concrete material paving area based tolerance will be sight incorporated each load of asphaltic tes to Owner's repre- shall be twenty -four on two inch thickness allowed between total in the work. A. Soil Sterilant: "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 No. 10" applied at 2 gallons per 100 sq.ft. B. Base Course: 8" thick rock base conforming to Division of Highways Specification for Class 2 aggregate base, over compacted and pre - saturated earth as specified in Section 02200. ASPHALT CONCRETE PAVING 02500 - 1/3 C. Prime Coat: MC -250 Liquid Asphalt or mixing type Asphalt Emulsion. In accordance with the Asphalt Institute Specifications. D. Surface Course: Division of Highways Type B, 3/4" maximum aggregate, "Fine" grading, rolled thickness 3 ". 40 -50 penetration type asphalt. Minimum 5% and maximum 6% asphalt content by weight. E. Paint Binder: SS -lh asphalt emulsion in accordance with Asphalt Institute Specifications. . F. Pavement Paint: Traffic type paint, white and blue as selected, as manufactured by J. E. BAUER CO., or equal. PART 3 - EXECUTION 3.01 Standard of Installation Specifications. 3.02 SUBGRADE PREPARATION A. Presoaking: Perform work in accordance with the Standard 1. Presoak subgrade to 3% above laboratory optimum moisture saturation to a minimum depth of 24" below base of the pavement. Apply with soaker hose or other approved method to assure penetration without runoff. 2. Subgrade shall be inspected by the Owner prior to placing asphaltic concrete. The Contractor shall conform to the recommendations of the Owner. B. Soil Serilant: Apply soil sterilant under areas to receive asphaltic concrete pavement. Dissolve sterilant in water and apply with an approved, continuous power paddle agitated, sprayer. Apply at rate recommended by manufacturer. 3.03 AGGREGATE BASE A. Spreading: Deliver base material to the subgrade as a uniform mixture, spread each o.5 ft, thickness layer or less in one operation without segregation. B. Compacting: Apply water and compact by rolling. Roller may be 3 wheel, steel tired,type weighing not less than 12 tons and furnishing at least 325 pounds per inch of tire width or other approved.type. Compact each layer to at least 95% of that determined by Test Method No. Calif. 216, maximum variation of finished base from design thickness to be within o.05 ft. Reshape and rework all defective sections. ASPHALT CONCRETE PAVING 02500 - 2/3 0 • • C. Prime Coat: Apply prim coat to all aggregate base at the rate of 0.15 - 0.40 gallons per square yard, as directed, D. Paint Binder: Apply paint binder to vertical surfaces of curbs and gutters to be abutted by new pavement. Apply minimum 0.05 to 0.10 gallons per square yard, as directed. Remove all dirt and other objectionable material before applying paint binder. 3.04 ASPHALT CONCRETE A. Spread asphalt concrete at a temperature of not less than 225 deg. F., and perform all initial rolling or tamping when the temperature of the mixture is such that the sum of the air temperature plus the mix temperature is between 300 deg. F., and 375 deg. F. Spread all layers with an asphalt paver, operated in such a manner as to insure continuous and uniform movement of the paver. Spread in 2 courses if specified thickness exceeds 2 ". B. Compacting: Perform initial compaction rolling with a 10 ton three - wheel or 10 to 12 ton tandem roller. Perform final rolling with not less than an 8 ton tandem roller. When completed, surface shall be compact, smooth and in no place varied more than 3/16" from a 10 ft. straight edge. Hand spreading and tamping will be permitted in inaccessible areas. C. Fog Seal: Apply fog seal to paving surface using application similar to prime coat. Apply at the rate of 0.10 to 0.25 gallons per square yard. 3.05 LINE STRIPING A. Paint 4" wide parking lines, as detailed. Color: white. B. Paint traffic arrows as detailed. Color: white. C. Paint international handicapped symbol as detailed. Color: blue. 3.06 GUARANTEE: A. Furnish written guarantee that all areas sterilant treated to remain weed free for a period of one (1) year following acceptance. Re -treat all areas which are not weed free at no additional cost to the contract price. B. Furnish written guarantee that all A,C. paving is guaranteed to surface drain, puddle free for a period of one (1) year from date of acceptance of the work. Uneven settlement to be repairdd to an approved condition without additional cost to the contract price. END OF SECTION ASPHALT CONCRETE PAVING 02500 - 3/3 SECTION 02550 - SANITARY SEWER CONSTRUCTION PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The Standard Specifications, Special Conditions, and Job Specifications apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Construction ", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Construct V.C.P. sewer line at the location shown on the drawings. The sewer system will serve to collect sewage generated by future restroom in the park and discharge this sewage into existing sewer line in San Miguel Drive. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Earthwork: Section 02200 B. Structural Excavation & Backfill: Section 02220 C. Water Supply Piping: Section 02555 1.04 QUALITY ASSURANCE A. Plumbing Code: Materials and installation should be in accordance with Appendix G of the Orange Empire Plumbing Code. 1.05 JOB CONDITIONS A. Notification: Advise the City of New ort Beach Utilities Department (714- 640 -2221 prior to beginning construction in order to coordinate connection to existing sewer and to obtain necessary construction permit. B. Safety: The Contractor shall familiarize himself with, and shall con- form to the regulations of the "Construction Safety Orders" of the State of California, Department of Industrial Relations, Division of Industrial Safety. C. Ordinances: All excavations shall be done in accordance with all laws and ordinances of the City, County, or State as applicable. SANITARY SEWER CONSTRUCTION 02550 - 1/5 a\ 0 • PART 2 - PRODUCTS 2.01 MATERIALS A. V.C.P.: All vitrified clay pipe and fittings shall be of one class designated extra strength of the best quality vitrified clay, homo- genous in structure, thoroughly burned throughout entire thickness, impervious to moisture, sound, and free from cracks, checks, blisters, broken extremities or other imperfections and must give a metallic ring when struck with a hammer. Bell and spigot pipe unless otherwise approved. Pipe ends to be square with the longitudinal axis, and sockets true, circular and concentric with the barrel of the pipe. The thickness of the shell, the depth of the socket, and the dimension of the annular space shall be within the limits of permissable variation to dimension standards of the specifications of the Clay Pipe Institute, 2600 Wilshire Boulevard, Los Angeles, California 90057, and to the applicable provisions of the A.S.T.M. Designation C200 for the size of pipe indicated on the plans. The pipe and special fittings shall comply with the applicable provisions of the vitrified clay pipe specifications of the Clay Pipe Institute in respect to the hydro- static pressure test, size, shape and 3 -edge bearing load test and all other requirements of said specifications. B. Field Inspection of V.C,P.s The following imperfections in a pipe or special fitting will be considered injurious and cause for rejection: Cracked Pipes A single crack in the barrel of the pipe, extending through the entire thickness, regardless of the length of such crack; a single crack which extends through one -fifth (1/5) of the barrel thickness and is over three inches (3 ") long; any surface fire crack which is more than 1/32 inch wide at its. widest point. 2, Surface Imperfections: Surface imperfection such as lumps, blisters, or pits on the interior surface of a pipe or fitting, 3. Socket Out -of- Round: When the bore or socket of the pipe varies from a true circle more than three percent (3 %) of the normal diameter. 4. Straight Pipe: The pipe or fitting will be rejected if it is designated to be straight and it deviates from a straight line more than 1/6 inch per lineal foot. The deviates shall be measured from a straight edge at a point midway between the ends of the pipe. Broken Pipe: A joint of pipe with a piece broken from either the socket or spigot end. SANITARY SEWER CONSTRUCTION 02550 - 2/5 6. Foreign Matter Fused to the Pipe: Pipe joints that have tramp clays, grog, or other foreign matter fused permanently to the exterior or interior surface of the pipe or fitting. 7. General Soundness of Pipe: If, when the joint of pipe is placed in a vertical position, the pipe does not give a metallic ring when struck with a hammer. C. Vitrified Clay Pipe Joints: Furnish all vitrified clay pipe and fittings with mechanical compression joints. The compression joint on the spigot and bell ends of the pipe shall be factory made of piastisol or other approved resilient element bonded onto the outside of the spigot and the inside of the bell and molded and cured to a uniform hardness and compressibility to form a tight compression coupling when assembled. Materials for compression joints shall con- form to A.S.T.M. Designation C -425. Where pipe from different manu- facturers is to be jointed together, an adapter pipe with the proper matching joint on each end for the respective manufacturer shall be used. Hot poured joints or concrete encasement of plain end joints will not be permitted. D. Cleanouts: Set all cleanouts at grade in the same pipe and size as the line which it serves and install as directed. In unpaved areas, they shall be brought to grade in a manner acceptable to the City. PART 3 - EXECUTION 3.01 EXCAVATION A. Excavation for trenches shall include the removal of all material of any nature for the installation of the pipe or facility and shall in- clude the construction of trench shoring and timbering and all necessary installations for dewatering. B. Bell Holes: Excavate bell holes in the bottom of the trench when required, of sufficient size and depth to permit constructing joints. Between bell holes, the entire length of the pipe shall have a uni- form bearing upon industurbed soil. C. Minimum Width of Trench: The minimum width of pipe trenches, measured at the crown of the pipe, shall not be less than twelve (12) inches greater than the exterior diameter of the pipe, exclusive of bells, and the minimum base width of such trench shall be the pipe exclusive of special structures of connections and such minimum width shall be exclusive of all trench timbers. D. Maximum Length of Open Trench: Except by special permission, the trench shall not be open for more than 750 feet in the aggregate including excavation, construction, pipeline and backfill, in any one location. SANITARY SEWER CONSTRUCTION 02550 - 3/5 a3 0 E. Maximum Width of Trench: The maximum allowable width of trench for all pipelines measured at the top of the pipe shall be the outside dia- meter of the pipe (exclusive of bells or collars) plus sixteen (16) inches, and such maximum shall be inclusive of all timbers, F. Backfilling Excess Trench Depth: If any trench, through the neglect of the Contractor, be excavated below the bottom grade as required, it shall be refilled to grade at the Contractor's expense for all labor and material, with clean sand and gravel compacted in place, G. Bracing Trenches: The sides of the trenches shall be supported with plank sheeting and bracing, and all tunnels shall be timbered where - ever the ground will not stand unsupported. In all cases the sheet piling or timbering shall be redrawn as the work progresses, in such manner as to prevent as much as possible the caving inward of the sides of the trench. H. Crushed Rock Bedding: Where ground water is encountered and the native material does not afford a solid foundation for pipe subgrade as speci- fied above, excavate to 6" below subgrade and construct a stable base by placing one inch (1 ") maximum size crushed rock bedding upon which a subgrade can be prepared. 3.02 GRAVITY SEWER PIPE LAYING A. Before lowering and while suspended or standing vertically at trench side, the pipe shall be inspected for defects and vitrified clay pipe shall be rung with a light hammer or other metal object to detect cracks. Any defective, damaged, or unsound pipe shall be rejected. Before any pipe is lowered in place, the trench bottom shall be prepared so that each length of pipe shall have a firm and uniform bearing over the entire length of the barrel and for width equal to one -half the outside diameter of the pipe. All adjustments in line and grade shall be made by scraping away or filling and tamping in under the barrel of the pipe and not wedging or blocking. The faces of all spigot ends and all shoulders in the hubs or sockets must be true and brought into firm contact, and any lumps and excrescences on said faces shall be cut away before the pipe is lowered into the trench. The pipe shall be laid, without break, up -grade from structure to structure and with the socket end up- grade. Whenever the work ceases for any reason, the unfinished end of the pipeline shall be securely closed with tight fitting plug or cover, The interior of each pipe after being laid shall be thoroughly cleaned, 3,03 JOINTING PIPE A. Assemble compression joints in accordance with the manufacturer's recommendation. Care shall be taken to insure that a tight com= pression joint is effected upon assembly. SANITARY SEWER CONSTRUCTION 02550 - 4/5 Yi r i a 3.04 BACKFILLING PIPE ZONE A. Selected backfill material consists of loose earth or sand free from stones, clods, or other deleterious material and shall be placed in the trench simultaneously on each side of the pipe for the full width of the trench and the depth of the pipe zone in layers six (6) inches in depth. Backfill material in the pipe zone shall have a minimum sand equivalent of 20. Each layer shall be thoroughly compacted by tamping, or where the material is suf- ficiently granular in nature as determined by the Engineer, by water settling. In all cases, backfilling of the pipe zone must be done by hand. Particular attention is to be given to underside of the pipe and fittings to provide a firm support along the full length of the pipe. The pipe zone shall be considered to extend twelve (12) inches above the top of the pipe. Above the top of the selected backfill shall be free from stones or lumps of material exceeding six (6) inches in greatest dimension. This backfill material shall be compacted to a minimum density of ninety (90) percent in accordance with the modified A.A.S.H.O, pro- cedure. This compaction may be obtained by means of water settlement or other means, depending on the nature of the material. Sandy, granular soils may be compacted by means of water settlement. The area to be backfilled by water settlement shall be diked to suitable intervals so that water will be impounded to sufficient depth so that earth pushed or shoveled into the area will at all times be completely saturated by falling into water. Soils not having a sand or granular nature shall be backfilled and compacted by methods other than flood- ing which will produce the specific density. END OF SECTION SANITARY SEWER CONSTRUCTION 02550 - 5/5 SECTION 02750 - IRRIGATION SYSTEM PART 1 - GENERAL 1.01 GENERAL A. The Standard Specifications, Special Conditions, and Job Specifications apply to work of this Section. B. All provisions of the "Standard Snecifications for Public '.forks Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Provide all labor, materials, transportation, and services necessary to furnish and install Irriqation Systems and Domestic Water System as shown on the drawings and described herein. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02220 - Structure Excavation & Backfill B. Section 02800 - Plantinq C. Section 02840 - Landscape Establishment and Maintenance D. Section 16000 - Electrical 1.04 QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all inspections as required. B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations: All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work and herebv incorporated into and made a part of these specifications, and their provisions shall be carried out by the contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard', or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take Precedence. IRRIGATION SYSTEM 02750 - 1/ 19 D. Explanation of Drawings: Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc, which may be required, The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed, The work shall be installed in such a manner as to avoid conflicts between irri- gation systems, planting, and architectural features, 2. The word Architect as used herein shall refer to the Owner's authorized representative. 3. All work called for on the drawings by notes or details shall be furnished and Installed whether or not specifically mentioned in the specifications. 4. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Owner's authorized representative. In the event this notifica- tion is not performed, the irrigation contractor shall assume full responsibility for any revision necessary. 1.05 SUBMITTALS A, Material List: 1, The Contractor shall furnish the articles, equipment, materials, or processes specified by name in the drawings and specifications, No substitution will be allowed without prior written approval by the Architect, 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 Architect may be rejected and the Contractor required to re- move 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 information or samples submitted. IRRIGATION SYSTEM 02750 - 2119 ;(1 5. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. B. Record and As -Built Drawings: 1. The Contractor shall provide and keep up to date a complete "as- built" record set of blue line 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 Architect at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 2. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. 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 Architect. 3. Before the date of the final inspection, the Contractor shall transfer all information from the "as- built" prints to an ozalid sepia, procured from the Architect. All work shall be neat, in ink and subject to the approval of the Architect. 4, The Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk, or road intersections, etc., the location of the following items: e f 9 h Connection to existing water lines. Connection to existing electrical power. Gate valves. Routing of sprinkler pressure along routing). Sprinkler control valves. Routing of control wiring. Quick coupling valves. lines (dimension max. 100' Other related equipment as directed by the Architect, 5. On or before the date of final inspection, the Contractor shall deliver the corrected and completed sepias to the Architect. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. IRRIGATION SYSTEM 02750 - 3/19 4 .1 C. Controller Charts: 1. As -built drawings shall be approved by the Architect before controller charts are prepared, 2. Provide one controller chart for each controller supplied. 3. The chart shall show the area controlled by the automatic controller, 4. The chart is to be a 50% 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. 5. The chart shall be a blackline or blue line ozalid print and a different color shall be used to indicate the area of coverage for each station. 6. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 10 mils. 7. These charts shall be completed and approved prior to final inspection of the irrigation system. D. .Operation and Maintenance Manuals: 1. Prepare and deliver to the Architect within ten calendar days prior to completion of construction, two hard cover binders with three rings containing the following information: a. Index sheet stating Contractor's address and telephone number, list of equipment with name and address of local manufactur- er's representative. b. Catalog and parts sheet on every material and equipment installed under this contract. C. Guarantee statement, d. Complete operating and maintenance instruction on all major equipment. 2, In addition to the above mentioned maintenance manuals, provide the Owner's maintenance personnel with instructions for major equipment and show evidence in writing to the Architect at the conclusion of the project that this service has been rendered. E. Equipment to be Furnished: 1, Supply as a part of this contract the following tools: IRRIGATION SYSTEM 02750 - 4/19 0 a. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. b. Two (2) five foot valve keys for operation of gate valves. c. Two (2) keys for each automatic controller. d. Six (6) quick coupler keys and matching hose swivels for each type of quick coupling valve installed. 2. The above mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final inspection can occur, evidence that the Owner has received material must be shown to the Architect. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, un- loading,and storing of PVC pipe and fittings. All PVC 'pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. 1.07 SUBSTITUTIONS A. If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the irrigation drawings and specifications, he may do so by providing the following information to the Owner's authorized representative for approval: 1. Provide a statement indicating the reason for making the sub- stitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance chart and flow charts for each item to be substituted. 3. Provide the amount of cost savings if the substituted item is approved. B. The Owner's authorized representative shall have the sole responsi- bility in accepting or rejecting any substituted item as an approved equal to those equipment and materials listed on the irrigation draw- ings and specifications. 1.08 JOB CONDITIONS A. Notifications: ' i 1 IRRIGATION SYSTEM 02750 - 5/19 Advise. the City of Newport Beach Water System Maintenance & Opera- tions Department (714)640 -2221) prior to beginning of construction in order to coordinate the .installation of the water meters. The water meters shall be installed and paid for by the City of Newport Beach. B. Water and Power: Provide all necessary water and power required for operations under this contract. C. Temporary Support: Adequate protection and maintenance of all underground and surface utility structures, drains, sewers, and other obstructions encount- ered in the progress of the work shall be furnished by the Contractor at his own expense under the direction of the City Inspector. D. Obstructions: Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, branch connec- tions to main sewers, or main drains, the obstruction shall be permanently supported, relocated, removed or reconstructed by the Contractor in cooperation with owners of such utility structures at the Contractor's expense. E. Protection: To protect persons from injury and to avoid property damage, place and maintain adequate barricades, construction signs, warning lights and guards as required during the progress of the construction work and until it is safe for traffic use, Whenever required, watchmen shall be provided to prevent accidents. Observe rules and regula- tions of Orange County and the Newport Beach Water District regarding safety provisions. 1.09 GUARANTEE A. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications shall be filed with the Owner or his representative prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re -typed onto the Contractor's letterhead and contain the following information: IRRIGATION SYSTEM 02750 - 6/19 31 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 work- manship, and the work has been completed in accordance with the draw- ings 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 replace- ments 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 replacements made at our expense and we will pay the costs and charges therefor upon demand. PROJECT: LOCATION: SIGNED: ADDRESS: PHONE: DATE OF ACCEPTANCE: PART 2 - PRODUCTS 2.01 MATERIALS A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals. B. PVC Pressure Main Line Pipe and Fittings: 1. Pressure main line piping for sizes 2" and larger, shall be PVC Class 315. IRRIGATION SYSTEM 02750 - 7/19 2. Pipe shall be made from an NSF approved Type I, Grade I, PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements as set forth in Federal Specifi- cation PS- 22 -70, with an appropriate standard dimension (S.D.R.). (Solvent -weld Pipe). 3. Pressure main line piping for sizes 1 -112" and smaller shall be PVC Schedule 40 with solvent welded joints. 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 Specifi- cation PS- 21 -70. (Solvent -weld Pipe). 5. PVC solvent -weld fittings shall be Schedule 40, 1- 2,II -I NSF approved conforming to ASTM test procedure D2466, 6. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 7. 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 8. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P,S. schedule and NSF seal of approval. C. PVC Non - Pressure Lateral Line 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 as set forth in Federal Specifi- cation PS -22 -70 with an appropriate standard dimension ratio. D. Domestic Water Pipe and Fittings: 1. Where indicated on the drawings, domestic water piping shall be Type K hard or soft copper tubing conforming to ASTM B -88. s 33 IRRIGATION SYSTEM 02750 - 8/19 1 2. Fittings for domestic water piping shall be wrought copper solder joint pressure fittings conforming to ANSI B16.22 -73. 3. Except as noted in paragraphs 1 and 2 of section 2.01 C, all requirements for non - pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line pipe and fittings as set forth in section 2.01 B, of these specifi- cations. D. Brass Pipe and Fittings: Where indicated on the drawings, use red brass screwed pipe conforming to Federal Specification #WW -P -351. 2. Fittings shall be red brass conforming to Federal Specifi- cation #WW -P -460. E. Galvanized Pipe Fittings: Where indicated on the drawings, use galvanized steel pipe ASA Schedule 40 mild steel screwed pipe. 2. Fittings shall be medium galvanized screwed beaded malleable iron. Galvanized couplings may be merchant coupling. 3. All galvanized pipe and fittings installed below grade shall be painted with two (2) coats of Koppers #50 Bitumastic. F. Gate Valves: 1, Gate Valves 3" and smaller shall be 125 lb. SWP bronze gate valve with screw -in bonnet, nonrising stem and solid wedge disc. 2. Gate valves 3" and smaller shall have threaded ends and shall be equipped with a bronze handwheel. 3. Gate valves 3" and smaller shall be similar to those manu- factured by Nibco or approved equal. 4. All gate valves shall be installed per installation detail. G. Quick Ccoupling Valves: 1. 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. IRRIGATION SYSTEM 02750 - 9/19 35 H. Backflow Prevention Units: 1. Backflow prevention units shall be of size and type indicated on the irrigation drawings. Install backflow prevention units in accordance with irrigation construction details. 2. Wye strainers at backflow prevention units shall have a 125# flanged cast iron body with 30 mesh monel screen and shall be similar to Bailey #100A or approved equal. I. ChecK Valves: 1. Swing check valves 2" and smaller shall be 200 pound W.O.G. bronze construction with replaceable composition, neoprene or rubber disc and shall meet or exceed Federal Specification WW- V -51d, Class A, Type IV. 2. Anti -drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti -drain valve shall be field adjustable against drawout from 5 to 40 feet of head, Anti- drain valve shall be similar to the Valcon "AOV" or approved equal. J. Outdoor Automatic Controller Enclosure: 1. The outdoor automatic controller enclosure shall be made of vandal resistant 3/16" steel plate and ten (10) gauge metal with hinged door. The enclosure shall be similar to the Le Meur Type "A" or approved equal, 2. The enclosure shall be painted inside and outside with two (2) coats of rust resistant paint prior to the installation of the automatic controller. Color and type of paint shall be approved by the Owner's authorized representative, K. Automatic Controllers: 1. Automatic controllers shall be of size and type shown on the plans. 2. Final location of automatic controllers shall be approved by the Owner's authorized representative, 3. Unless otherwise noted on the plans, the 120 volt electrical power to the automatic controller location to be furnished by others, under the electrical section of the specifications. The final electrical hook -up shall be the responsibility of the irrigation contractor. IRRIGATION SYSTEM 02750 - 10/19 0 L. Electric Control Valves: 1. All electric control valves shall be the same manufacturer as the automatic controllers. 2. All electric control valves shall have a manual flow adjust- ment. 3. Provide and install one control valve box for each electric control valve. M. Control Wiring: 1. 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. 2. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 3. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. 4. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric control, so that in case of repair, the valve bonnet may be brought to the surface without disconnection of the control wires. Control wires shall be laid loosely in trench without stress or stretch- ing of control wire conductors. 5. All splices shall be made with Scotch -Lok #3576 Connector Sealing Packs, Rainbird snap -tite wire connector, or approved equal. Use one splice per connector sealing pack. 6. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Owner's authorized representative. IRRIGATION SYSTEM 02750 - 11/19 3� , . s • • N. Control Valve Boxes: 1. Use 10" x 10' - -4" round box for all gate valves, Carson Industries 11910- 12B.with green bolt down cover or approved equal. Extension sleeve shall be PVC - 6" minimum size. 2. Use 91z' x 16" x 11" rectangular box for all electrical control valves, Carson Industries 1419 -12B with green bolt down cover or approved equal. 0. Sprinkler Heads: 1. 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 special provisions. 2. Spray heads shall have a screw adjustment. 3. Riser units shall be fabricated in accordance with the details shown on the plans. 4. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. 5. All sprinkler heads of the same type shall be of the same manufacturer. PART 3 - EXECUTION 3.01 INSPECTION A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive Architect's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for.damage to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. 3. Coordinate installation of sprinkler irrigation materials, including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. IRRIGATION SYSTEM 02750 - 12/14 311 0 4. The Contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the sprinkler irrigation system. 5. If requested in writing by the City, all material shall be inspected and approved by a representative at the Manufacturer's plant before shipment. 3.02 PREPARATION A. Physical Layout: 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 the Architect prior to in- stallation. 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. 3.03 INSTALLATION A. Trenching: 1. Dig trenches straight and support pipe continuously on botton of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as, noted. 2. Provide for a minimum of eighteen (18) inches cover for all irrigation pressure supply lines and domestic water lines. 3. Provide for a minimum cover of twelve (12) inches for all non - pressure lines. IRRIGATION SYSTEM 02750 - 13/19 3� 0 0 4. Provide for a minimum of eighteen (18) inches for all control wiring. Backfilling: The trenches shall not be backfilled until all required tests are performed. Trenches shall be.carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, Free from large clods of earth or stones. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one -half (112) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with the approval of the Architect. 4. If settlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction is necessary, the Contractor shall make all required adjustments without cost to the Owner. C. 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 (6) inches below the pipe and three (3) inches above the pipe) and compacted in layers to 95% compaction, using manual or mechani- cal tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in a firm unyielding condition. All trenches shall be left flush with the adjoining grade. The sprinkler irrigation Contractor shall set in place, cap and pressure test all piping under paving prior to the paving work. 2. Generally, piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of side- walks and /or concrete is necessary, it shall be done and replaced by the Contractor as part of the contract cost. Permission to cut or break sidewalks, and /or concrete shall be obtained from the Architect. No hydraulic driving will be permitted under concrete paving. IRRIGATION SYSTEM 02750 - 14/19 J t 3. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non - pressure piping installed under asphaltic concrete paving. D. Assemblies: 1. Routing of sprinkler irrigation lines as indicated on the draw- ings is diagrammatic, Install lines (and various assemblies) 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 the absence of detail drawings or speci- fications pertaining to specific items required in complete work, perform such work in accordance with best standard practice with prior approval of Architect. 4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer, 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used on all threaded PVC to PVC,, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded, E. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. F. Automatic Controller: Install as per manufacturer's instructions. Remote control valves shall be connected to controller in numerical sequence as shown on the drawings. G. High Voltage Wiring for Automatic Controller and Booster Pump; 1, Electric power connection to the automatic controllers and booster pump shall be provided under the electrical section of the specifications. IRRIGATION SYSTEM 02750 - 15/19 9 0 2. All electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. H. Remote Control Valves: Install where shown on drawings and details, When grouped together, allow at least twelve (12) inches between valves, Install each remove control valve in a separate valve box. I. Flushing of System: 1. 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. 2. Sprinkler heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Architect. J. Sprinkler Heads: 1. Install the sprinkler heads as designated on the drawings. Sprinkler heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the drawings. In no case shall the spacing exceed the maximum recommended by the manufacturer. 3.04 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the sprinkler system equipment in operating condition. The exercise of this right by the Builder - Developer shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein speci- fied. 3.05 EXISTING TREES Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Ex- cavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped in burlap, to prevent scarring or excessive drying. Where a ditch- ing machine is run close to trees having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one (1) inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to trees should be closed within twenty four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. IRRIGATION SYSTEM 02750- 16/19 ttt 3.06 FIELD QUALITY CONTROL A. Adjustment of the System; 1. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, road- ways, and buildings as much as possible. 2. It 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 re- quired. 3. Lowering raised sprinkler heads by the Contractor shall be accomplished within ten (10) days after notification by Owner. 4. All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans, B. Testing of Irrigation System: 1, The Contractor shall request the presence of the Architect in writing at least 48 hours in advance of testing. 2. Test all pressure lines under hydrostatic pressure of 150.pounds per square inch, and prove watertight. Note: Testing of pressure main lines shall occur prior to installation of electric control valves, 3. All piping under paved areas shall be tested under hydrostatic pressure of 150 pounds per square inch, and proved watertight, prior to paving, 4. Sustain pressure in lines for not less than two (2) hours, If leaks develop, replace joints and repeat tests until entire system is proven watertight, 5. All hydrostatic tests shall be made only in the presence of the Architect, or other duly authorized representative of the Owner. No pipe shall be backfilled until it has been inspected, tested and approved in writing, 6. Furnish necessary force pump and all other test equipment, 7, When the sprinkler irrigation system is completed, perform a coverage test in the presence of the Architect, to determine if the water coverage for planting areas is complete and adequate. IRRIGATION SYSTEM 02750 - 17/19 41 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 indicated on the drawings when it is obviously inadequate, without bring this to the attention of the Architect. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, entire system shall be tested and adjusted to meet site requirements. C. Disinfecting of Domestic Water System: Before being placed in service, all potable water mains shall be disinfected in accordance with AWWA Specification No. C 601 -54 using liquid chlorine. The Contractor is responsible for any additional chlorination necessary until the potable water system satisfactorily passes Orange County Health Department bacterio- logical tests. 3.07 MAINTENANCE A. The entire sprinkler irrigation system shall be under full automatic operation for a period of seven (7) days prior to any planting. B. The Architect reserves the right to waive or shorten the operation period. 3.08 CLEAN -UP Clean -up shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be broomed or washed down, and any damage sustained on the work of others shall be repaired to original condition. 3.09 FINAL INSPECTION PRIOR TO ACCEPTANCE. A. The Contractor shall operate each system in its entirety for the Architect at time of final inspection. Any items deemed not accept- able by the Inspector shall be reqorked to the complete satisfaction of the Architect. B. The Contractor shall show evidence to the Architect that the Owner has received all accessories, charts, record drawings, and equipment as required before final inspection can occur. 3.10 OBSERVATION SCHEDULE A. Contractor shall be responsible for notifying the Architect in advance for the following observations, according to the time indicated: IRRIGATION SYSTEM 02750 - 18/19 y3 N C �r�. 1. Pre -Job Conference - 7 days. 2. Pressure supply line installation and testing - 48 hours. 3. Automatic controller installation - 48 hours. 4. Booster pump installation - 48 hours. 5. Control wire installation - 48 hours. 6. Lateral line and sprinkler installation - 48 hours. 7. Coverage test - 48 hours, 8. Final Observation - 7 days. When observations have been conducted by other than the Architect, show evidence of when and by whom these observations were made. No observation will commence without as -built drawings, In the event the Contractor calls for an observation without as -built drawings, without completing previously noted corrections, or without preparing the system for observation, he shall be re- sponsible for reimbursing the Architect at the hourly rate in effect at the time of the observation portal to portal (plus transportation costs) for the inconvenience. No further observations will be scheduled until this charge has been paid. END OF SECTION IRRIGATION SYSTEM 02750 - 19/19 VII. JOB SPECIFICATIONS SECTION 02800 - PLANTING PART 1 - GENERAL 1.01 GENERAL A. The General Conditions, Supplementary Conditions, And Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish and install landscape planting complete as directed and indicated on the Drawings and as specified herein, including, but not limited to the following: 1. Fine grading and soil preparation 2. Weed eradication 3. Planting and hydroseeding 4. Maintenance for 60 days after completion and acceptance 5. Disposal of surplus material, dirt and debris off -site, and clean up of site. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Clearance, Earthwork and Drainage. B. Section 02750 - Irrigation System. 1.04 CONTROL A. The selection of herbicides, and application methods and rates are to be performed under the control and guidance of a Licensed Pest Control Advisor and Applicator in the State of California. 1.05 GENERAL CONDITIONS A. All scaled dimensions are approximate. The Contractor shall check and verify all site dimensions and receive Owner's Representative approval prior to proceeding with work under this Section. B. Coordinate installation of all plant materials, so there shall be no interference with other construction. C. Keep the premises clean and free of excess equipment, materials and debris incidental to work. PLANTING 02800 - 1 /10 y's 0 0 D. Protect work and work of others at all times in performance of work, E. Carefully note all finish grades before commencing work. Restore any finish grade changed during course of this work to original or in- tended contours. 1.06 LABORATORY ANALYSIS A. Laboratory analysis of additive materials proposed for use will be taken by the Owner's Representative. Notify Owner's Representative at least 48 hours prior to time materials will be ready for testing. Samples shall be random samples by Owner's Representative. Compliance, testing of soils and amendments, shall conform to the following: 1. Designated testing 6f raw materials used and final mixes shall be performed by a soils laboratory selected and paid for by Owner's Representative. 2. 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 soils laboratory with subsequent conformance tests to be carried out at the expense of the Contractor until conformance has been attained. 3. The following samples of materials will be taken by the Owners. Representative at the commencement of work; a. Organic Amendment, wood residual: 1 cu ft for each 70 cu yds delivered to the site. b. Native soil: 1 cut and 1 fill sample of native soil to be landscaped. Previous testing has been performed by the Soil & Plant Laboratory, Lab. Report #048917. Tel: 714 - 558 -8333. 4. Materials will be.tested at the expense of the Owner. Results will be supplied to Owner, Landscape Architect & Contractor, Portions of samples will be retained to prepare control mixes for testing of final mixtures prepared by Contractor. 5. Provide written notice to the Owner's Representative 5 days prior to completion date of installed soil preparation and backfill soil. Owner's Representative 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 at least four (4) locations of soil preparation (2 cut, and 2 fill). These will be tested against control mixes prepared from materials submitted and accepted,for the following items: a. Salinity: shall be no higher than 3.5 millimhos /cm as measured on saturation extract. b. Organic matter: quantity shall deviate no more than 20% from the control mix. PLANTING 02800 - 2110 L-1 ,b 1` 0 • 1.07 STATEMENTS OF CONFIRMATION A. Submit statements of confirmation.and compliance for all fertilizer and soil amendments by weight and /or volume for each delivery on site and portion of project where it will be used, including compliance with specification for materials. Submit invoices to Owner's Representative at the time of delivery on site. 1.08 INSPECTIONS A. 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 rejection at a later time or during progress of work, for size, condition of ball & roots, and latent defects or injuries. Rejected plants shall be re- moved immediately from the site. Trees, 24" box size and larger shall be accepted by Owner's Representative prior to delivery. B. The following inspections shall be made by Owner's Representative. The Contractor shall request inspection in writing at least two working days in advance of the time inspection is required. C. Inspections will be required for the following parts of the work: 1. Upon completion of grading and soil conditioning prior to planting. 2. When trees are spotted for planting, but before planting holes are excavated. 3. During the hydroseeding application. 4. 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. 5. Interim maintenance inspection 30 days after acceptance of maintenance to insure that all deficiencies have been corrected. 6. Final inspection at the completion of the maintenance period. 1.09 GUARANTEE & REPLACEMENT A. Guarantee all planting until end of maintenance period and acceptance. Guarantee trees to live in a healthy condition for one year after planting. Dead or unacceptably damaged trees shall be replaced as soon as possible after their condition has been determined to be the result of latent defects. B. Replace any trees or plants that die or lose form and size as originally specified even though they have taken root and are growing after the dieback or loss of form or size. C. Remove and replace guaranteed plant materials which have failed to meet the requirements of the specifications and of the guarantee. Replace- ments shall be made to the same specifications as required for the original plants, including guarantee. PLANTING 02800 - 3/10 L/ �% D. The Contractor shall be responsible for any damage to other work as a result of replacement operations and shall repair as before at his expense. PART 2 - PRODUCTS 2.01 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 for fir sawdust. 1.0% based on dry weight for fir or pine bark. NOTE: Pine sawdust is not acceptable. 3. Salinity - Maximum conductivity 3.5 millimhos /cm @ 25 degrees C. as measured by saturation extract conductivity. 4. Organic Content - Minimum 90% by weight. B. Minerals: Soil sulfur, finely ground Agricultural gypsum, Ca SO4, containing 16% combined sulfur, 20% calcium C. Commercial Fertilizer: 12 -12 -12 Commercial fertilizer Urea formaldehyde Agriform tablets 20 -10 -5 2.02 PLANTING A. All materials necessary to complete the work of this Contract shall be of standard, first grade quality and as specified, B. Plant Materials: Quality and size plants shall be as stated on the Plans and Plant List. No root bound materials allowed. Plants shall be fresh, vigorous, of normal growth, and free of diseases, harmful insects, or their insect eggs and larvae. C. Plants: 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, \e riety, condition, latent defects and injuries. Re- move rejected plants from site immediately and replace at Contractor's expense with plants approved by Owner's Representative. 1. Protection: Protect all plants from damaging sun and wind. Damage may be cause for rejection even after initial approval. PLANTING 02800 - 4/10 L/ z LI Ci 2. Substitutes: Not permitted unless specifically approved in writing by Owner's Representative. 3. Nomenclature: Conforms to customary nursery usage. 4. Quantities: Provide materials as needed to complete indicated work. 2.03 STAKING & GUYING MATERIALS A. Stakes: Dimensions shown, of treated lodge pole pine and uniform size, pointed at one end. 2.04 HYDROSEEDING A. Equipment shall have a built -in agitation system and operating capacity sufficient to agitate, suspend and homogenously mix a slurry containing not less than 20 kilos (44 lbs.) of organic mulching amendment plus fertilizer chemical additives and solids for each 100 gallons of water. B. Commercial fertilizer as manufactured by Best Co., or equal. Uniform in composition, dry and free flowing, with all bags labeled with specific NKP rating. Urea 35 -0 -0 Commercial fertilizer, For weed eradication & planting. 12 -12 -12 Commercial fertilizer. For planting, C. Agricultural gypsum, Ca SO4 D. Cellulose fiber mulch E. Seedmix source: Pecoff Brothers Nursery & Seed Co., Rte, 5, Box 215 R, Escondido, CA 744 -3120. F. Seedmix binder M.G.S. organic binder extracted from plantago hulls. G. Slope stabilant chemical: Bordens Soil Stabilant Polymer as manu- factured by Bordens Chemical Co., (213) 726 -2626, or equal. PART 3 - EXECUTION 3.01 INSTALLATION PROCEDURES A. Inspection of conditions: Examine related work including irrigation and grading of surfaces before proceeding with any work and inform Owner's Representative in writing of conditions which may prevent the proper execution of this work. Failure to report unsuitable condi- tions will require Contractor to rectify unacceptable work at no additional cost to the Owner. 3.02 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. Apply water, if necessary, to provide ideal moisture content for tilling and planting, PLANTING 02800 - 5/10 B. Perform preliminary grading in such a way as to anticipate the finish grade after the installation of soil conditioners. Remove or re- distribute excess soil before application of soil conditioners and fertilizers. C. Where no grades are shown, construct a smooth and continual gradient 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. Verify all swales on Grading Plan, and grade to drain. D. Weeds and grasses, including Bermuda grass, shall be dug out by the roots and disposed of off -site before and during preliminary grading, and finish grading. E. All planting areas shall be finish graded to a level of 1" below the adjacent pavement surface. 3.03 SOIL PREPARATION A. Prepare all landscape areas as follows: 1. All areas 3:1 and less: a. Rip soil to a minimum depth of 9" in two opposite directions, Apply for each 1000 sq ft, 4 cu yds organic amendment, 10 lbs, soil sulfur, and 100 lbs. Agricultural gypsum Distribute the amendments over the planting area to a uniform depth of 1z ". Secure Owner's Representative's approval prior to working amendments into soil. No credit for organic amendment will be given if this procedure is not used. Submit statements of confirmation to Owner's Representative. The minimum required cubic yards of organic amendments are not including organic amendment for backfill mix. Work amendments into soil to a depth of at least 6 inches. Uniformly and thoroughly blend with the soil by cultivation, spading or rototilling, finish grades to smooth finish and remove all rubble, rubbish and weeds from site. 2. All 2:1 slopes to receive hydroseeding: a. Apply during hydroseeding operation to each acre: 300 lbs 12 -12 -12 300 lbs Urea formaldehyde 500 lbs Agricultural gypsum B. Backfill Soil: Stockpile a sufficient quantity of approved soil found on the site, free of weeds and debris for mixing as backfill material. Mix as follows: PLANTING 02800 - 6/10 �0 6 parts by volume native soil 4 parts by volume nitrogen stabilized organic amendment 1 lb, 12 -12 -12 per cu yd of mix 2 lbs. iron sulfate per cu yd of mix Deposit Agriform 20 -10 -5 tablets in plant pits for trees as detailed: 1 tablet for 1 gal, 2 for 5 gal., 1 for each foot of height for 15 gal. 3.04 WEED ERADICATION PROCEDURES A. Perform the following procedures for all planting areas: 1. Spot spray all perennial weeds with a selective broadleaf systemic contact herbicide. 2. Manually remove all remaining weeds, and dispose off -site. 3. Install irrigation system. 4. Fertilize planting areas with ammonium sulfate or equivalent liquid fertilizer to promote weed growth. 5. Thoroughly and continuously irrigate planting areas for a period of 2 - 3 weeks. 6. When 70% - 80% of the weed seeds have germinated and grown to a height of 2 ", discontinue irrigation for a period of 3 days to prepare the area for access. 7. Spray all weeds with a non - selective contact herbicide and Urea formaldehyde 35 -0 -0 liquid fertilizer. 8. Allow a sufficient period of time to insure that all weeds are dead. Follow herbicide manufacturer's directions. 9. Irrigate planting areas for a period of 2 - 3 weeks. 10. Plant container stock (no liners or rooted cuttings) 7 days following high nitrogen fertilizer application. 11. Spot spray all weed re- growth with final non- selective contact herbicides. Clear all desiccated weeds from the slope and finish grade. 12. Water all planting areas thoroughly and continuously for 3 con- secutive days to saturate upper layers of soil prior to hydro - seeding operation. 13. Allow planting area soil surface to dry out for one day only prior to the hydroseeding application. Do not allow the soil surface to be duper saturated with water or excessively dry prior to hydroseeding. Verify that residual moisture lies within the first ;" of the soil surface. 14. Hydroseed all areas as specified. 3.05 PLANTING A. Irrigation System; Verify adjustment of the irrigation system to insure PLANTING 02800 - 7110 0 proper coverage and operation. Report any deficiencies in the system to Owner's Representative prior to planting. Plant all trees within areas covered by the irrigation system. Position trees to provide optimum irrigation coverage. B. Approvals: 1. 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 Owner's Representative. 2. 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. 3. Before planting, obtain approval of planting holes (pits and mixed backfill). See "C -1 below. C. Installation: 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. 1. Excavate pits with vertical sides for plants, as directed; boxed tree pits at least 24" wider and deeper than the root ball to be accommodated, no smaller than following sizes: 1 gallon plants - 18" in dia. & 2 times the depth of the root ball 5 gallon plants - 24" in dia. & 2 times the depth of the root ball 2. Scarify bottom of pits and backfill with approved unammended on -site soil to bottom of root ball. 3. Set plants in center of pits in vertical position so that crown of plant is level with finished grade, and backfill with specified prepared planting mix. 4. 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. 5. Grade areas around plants to finish grades and dispose of excess soil. 6. Stake trees designated to be staked, as per detail, with stake or stakes on windward side of tree. 3.06 WATERING A. The irrigation system is provided in all areas for maintaining general moisture requirements. Hand watering of newly planted trees and shrubs will, however, be required once every week for three weeks. Check trees for adequate moisture at the roots and hand water as required through- out the maintenance period. PLANTING 02800 - 8/10 M1 r, e3 3,07 SOIL STABILIZATION AND HYDROSEEDING A. Preparation of hydroseeding mixture.: 1. Prepare the slurry at the site and mix its components to supply the rates of application as follows: a. All 2:1 slopes 2,000 lbs per acre Cellulose Fiber Mulch 300 lbs per acre 12 -12 -12 Commercial Fertilizer 300 lbs per acre Urea formaldehyde 500 lbs per acre Agricultural gypsum Seed Mix San Miguel Park #32 3# /Acre 6# /Acre 10# /Acre 3# /Acre 2# /Acre 4# /Acre 4# /Acre b. All Turf Areas Gazania hybrid Lotus kalo Trifolium fragiferum Eschscholzia californica Chrysanthemum "Princess Dwarf" Lasthenia glabrata Lobularia maritima 2,000 lbs, per acre Cellulose Fiber Mulch 100 lbs per acre 12 -12 -12 Commercial Fertilizer 100 lbs per acre Urea formaldehyde Seed Mix 523 lbs. per acre Alta Fescue, 90% germination 95% purity 2. Equipment: Perform mixing in a tank, with a built -in, continuous agitation and recirculation system, of sufficient 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. 3. Loading and Mixing: With agitation system operating at part speed, add water to the tank until good recirculation has been established. Add materials in such a manner that they are uniformly blended into the mixture in the following sequence, When tank is 1/3 filled with water - Add water retainer agents - 1/2 acre requirements. Add three 50 -1b, bales fiber. Add seed 1/2 acre requirement. Add NPK fertilizer 1/2 requirement. Agitate mixture at full speed when the tank is helf filled with water. Add remainder fiber requirement before tank is 3/5 full. Slurry distri- bution should begin immediately. PLANTING 02800 - 9/10 B. Hydromulching application: 1. Employ only qualified personnel to ensure uniformity of the hydromulch application. The hydromulching contractor shall be approved by the Owner's Representative. 2: Apply the hydromulch in the form of a slurry consisting of organic soil amendments, commercial fertilizer, and other specified chemicals. 3. Spray the area with a uniform visible coat using the dark color of the cellulose fiber or organic amendment as a visual guide. 4. Apply slurry in a downward drilling motion with a fan stream nozzle so that the mulch forms a blotter -like material. 5. Direct the spray operation so that the slurry spray will also penetrate the soil surface as to drill and mix the slurry com- ponents into the soil, thus ensuring maximum impregnation and coverage. The impregnation and mixing of the components will help in retaining moisture while stabilizing soil surface from surficial erosion. 6. Do not leave the hydromulch slurry in tank for more than two hours. Add 50% more of the originally specified seed mix to any slurry mix which has not been applied within the two hours after mixing. Add 75% more of the original seed mix to any slurry mixture which has not been applied eight hours after mixing. Remove and dispose of off -site all mixture over eight hours old. 7. Prevent overspray of slurry onto hardscape areas including concrete walks, walls, etc. C. Inspection: A representative of the Owner will be present during the entire application. All materials will be inspected prior to loading. All materials will be packaged or in containers showing net weight and con- tents. If materials are taken from bulk supply an accurate weighing or measuring device will be used to insure that exact quantities of each material are present in each load. END OF SECTION sy PLANTING 02800 - 10 /10 SECTION 02840 - LANDSCAPE ESTABLISHMENT AND MAINTENANCE PART I - GENERAL 1.01 DESCRIPTION A. Scope of Work Furnish all supervision, labor, material, equipment, services and transportation required to maintain the landscape in an attractive condition as specified herein, for a period of 90 days. B. Related Work Specified Elsewhere 1. Section 2800, Landscape Irriaation System 2. Section 2750, Landscape Planting. 1.02 QUALITY ASSURANCE & CONTROL A. Qualifications Contractor's representative shall be experienced in landscape maintenance and preferably should have educational experience in ornamental horticulture. B. Materials All materials used shall either conform to the bid specifications or shall otherwise be acceptable to the Owner's representative. The Owner's representative shall be given a monthly record of all herbicides, insecti- cides and disease control chemicals used. C. The selection of herbicides, and application methods and rates are to be performed under the control and guidance of a Licensed Pest Control Advisor and Applicator in the State of California. PART 2 - PRODUCTS 2.01 MATERIALS A. Fertilizers All turf and ground cover areas use 16 -6 -8 Best Fertilizer Co, or equal. PART 3 - EXECUTION 3.01 PLANT ESTABLISHMENT A. The plant establishment period shall be for a minimum of 90 calendar days and shall be completed before the Owner's representative will recommend acceptance of the Construction Contract by the Owner. LANDSCAPE ESTABLISHMENT & MAINTENANCE 02840 - 1/6 B, Plant establishment period will be extended beyond the specified Period when plantings have not reached establishment in accordance with the specifications.. Any decisions regarding adequacy of plant establishment shall be determined by the Owner's representative, and the Owner's representative's decision shall be final. C. Ground covers and turf grasses prior to completion of the establishment period shall consist of a uniform cover where a minimum of 80 percent of the seed germination percentage certified by the seed manufacturer has germinated and presents a healthy color and exhibits vigorous growth to a minimum of 1" in height. D. Trees, shrubs and ground covers planted from flats and rooted cuttings shall not exhibit die -back at the completion of the establishment period. E. Re -seed any area which has not developed acceptably in the judgment of the Owner's representative. No compensation shall be made for reseeding areas where seed has not germinated and grown. During the establishment period: 1. Remove all rocks or other debris that would constitute a hindrance to subsequent mowings or present an untidy appearance. 2. Repair all damage caused in performance of work. 3. Fill all depressions and eroded channels with sufficient topsoil to raise a proper grade. 4. Roll all lawn areas with a roller weighing approximately 16 pounds per lineal inch to compact the soil around the roots and provide a smooth, even mowing surface. F. Shrubs and trees which are dead or show evidence of die -back shall be re- placed with new, vigorous, and healthy plants as originally specified at no additional cost to the Owner. 3,02 MAINTENANCE A. General 1, The contractual maintenance period shall extend for 90 calendar days from the date of acceptance of the Contract Construction by the Owner. 2. During the specified maintenance period, the project will be made available for public use, The Contractor shall conduct his maintenance operation in such a manner as to minimize inconvenience to the public. 3. It is the intent of this section to provide a level of maintenance that will present a pleasing and desirable appearance at all times. The Owner's representative shall be the sole judge as to the adequacy of maintenance. 4. Cultivation and Weeding: After any neriod of mor or less continuous watering, during which soil moisture is maintained at near saturation point, cultivate all newly planted ground cover areas by scarifying the surface 1" by means of potato hooks, hoes, or rakes. Scarify LANDSCAPE ESTABLISHMENT & MAINTENANCE S 02840 - 2/6 completely between all planting except turf areas. Do not change grade, remove basins or berms in the process of such cultivation. Follow the cultivating by three days of non - irrigating, assuring the killing off of weeds, aeration and water conservation. Maintain all areas in a weed -free condition. 5. Pruning and Staking: Unless otherwise directed, prune only to remove dead or oken branches of tree or shrub parts. 6. 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 the Owner's representa- tive if further measures seem warranted. Take corrective measures as recommended by the Owner's representative. 7. Replacement: Immediately replace any and all plant materials which for any reason are damaged or die during the maintenance period. Replace with seed and /or plants as originally specified. 8. Protection: Protect grass and all planting against damage, including erosion, rodents, and trespass, providing proper safeguards as needed. Place stakes and twine barriers (visible day or night) around all lawn areas, repair daily, and leave in place following acceptance of the work. Install twine barrier in a straight, neat manner. Repair damage to the work made by pedestrians, animals, vehicular traffic, or any other cause until acceptance. B. Turf Maintenance 1. Mow all lawn areas weekly, or as needed to maintain the specified height. Edge borders. Remove all cuttings and dispose of off -site. When turf reaches a height of 4" mow to 2z" and repeat as turf grows. Remove all cuttings. Cut all horizontal growth with edger or other approved equipment at all hard surface edges. Do not remove turf to create basins around trees in lawn areas. After three months, mow to 1," when turf reaches height of 2 ". 2. Irrigate turf as necessary to maintain a proper growth rate and optimum appearance. 3. Perform chemical control of broadleaf weeds as required to maintain a "weed- free" turf condition. 4. Fertilization: Apply 16 -6 -8 commercial fertilizer at the rate of 6 lbs. per 1,000 square feet on a monthly basis beginning approxi- mately 30 days after planting. 5. Aerify compacted areas to improve water penetration as required. LANDSCAPE ESTABLISHMENT & MAINTENANCE 02840 - 3/6 -5-1 C. Shrub and Ground Cover Maintenance Fertilize with 16 -6 -8 commercial fertilizer at the rate of 6 lbs. per 1,000 square feet, monthly. D. Tree Maintenance Re -stake and support trees as necessary. Place stakes and ties to avoid chaffing or girdling of bark. 2. Check all guys and ties frequently and adjust to avoid chaffing and girdling. E. Irrigation System Maintenance 1. Maintain the complete irrigation system in an operable condition. 2. Allocate one person with the responsibility of operating the irrigation system including duties of adjusting controllers, observing the effectiveness of the irrigation system and making minor adjustments to the system. 3. Properly clean all lines, valves, heads and other portions of such systems to assure their continual proper operations. Lubricate as needed. Make all adjustments in these systems including, but not limited to, the adjustment of heads for elevation, range and direction of throw which may be required due to growth and /or trimming or pruning of plantings. 4. Check systems daily and adjust any heads which throw directly onto roadway, paving and walks. 5. Program controllers on a weekly basis considering weather, the water requirements of each sectional valve and the application rate each area is capable of receiving. Whenever possible, the system shall operate on short intervals, with the cycle re- peating at a later time to lower application rates and reduce run -off. Contractor will be responsible for damages occuring due to under watering or over watering, 6. All replacements to be with original type material or alternates as approved by the Owner's representative. 7. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be replaced at the Contractor's expense within one watering period. LANDSCAPE ESTABLISHMENT & MA.INTENANCE 02840 - 4/6 _,,fJ 8. Damage not resulting from Contractor's negligence shall be reported promptly to the Owner's representative, together with an estimate of costs for correction of the condition. Contractor will be reimbursed the wholesale cost of valdalized materials and parts upon presentation of properly itemized list of damaged materials and /or equipment. 9. Operationally check all systems a minimum of once a week, 10. Schedule irrigation between 10:00 p.m. and 7:00 a.m. Irrigation scheduled at other times shall be subject to approval by the Owner's representative. F. General Maintenance 1. Conduct all operations to provide maximum safety for the public. 2. Remove leaves, paper, weeds and any other debris from landscaped areas and dispose of off -site. Empty trash receptables regularly. 3. Clean all paved areas of debris or silt by sweeping. 4. Notification of all "specialty type" maintenance operations shall be given to the Owner's representative 48 hours prior to each of the operations by the Contractor. "Specialty Type" maintenance operations are defined as: Fertilization, Pre - emergent weed control. 5. . Maintain an office in Orange County and provide the office with phone service during normal working hours. If a telephone answering service is utilized, the answering service shall be capable of contacting the Contractor by radio or pager. 6. Provide Owner with an emergency number for contact outside of normal working hours, 7. Apply herbicides when air currents are still, to prevent herbicide drift onto adjoining property and non - target planting, and to prevent any toxic exposure to persons whether or not they are in or on the grounds. 8. Prune. and maintain plant materials so that all traffic control signs are clearly visible to approaching drivers. LANDSCAPE ESTABLISHMENT & MAINTENANCE 02840 - 5/6 59 0 • 9. Compile and maintain "As -Built Drawings" of all work including irrigation systems and indicating accurate location and serial numbers of all major components. Deliver a complete set of "As- Builts" drawn in ink on a reproducible medium to the Owner's representative before acceptance of the project. "As- Builts" shall be complete and accurate to the satisfaction of the Owner's representative. 10. During both the contract period for construction and the maintenance period, the Contractor shall pay the cost for all water and electricity. Required permits for water and electricity shall be held in the name of the Contractor during the construction and maintenance period.'At completion of the maintenance period, utility billing shall be transferred to the name of the Owner and any proportionate monthly utility billings shall be pro- rated, based on meter readings. 3.03 FINAL INSPECTION Final inspection of planting will be made at the conclusion of the maintenance period, Submit written notice to Owner's representative seven days before anticipated date. At the end of 90 days' maintenance, if complete coverage of turf is not evident or any other portion of the project shows signs of poor maintenance, maintenance of the entire area shall be continued as determined by the Owner's representative. 3.04 CLEAN -UP Upon completion of all construction, and before final acceptance, broom - clean the entire area within the contract limits. Remove all tools, surplus materials, equipment and debris, and leave the site in a neat and acceptable condition satisfactory to the Owner's representative. END OF SECTION LANDSCAPE ESTABLISHMENT & MAINTENANCE 02840 - 616 (06, L,1 PART I - GENERAL 0 SECTION 03100 - CONCRETE FORMWORK 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B.. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 SCOPE OF WORK The extent of formwork is indicated by the concrete structures shown on the drawings. The work includes providing formwork and shoring for cast -in -place concrete, and installation into formwork of items such as anchor bolts, setting.plates, bearing plates, anchorages, inserts, frames, nosings and other items to be embedded in concrete (but not including reinforcing steel). 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 03200, Reinforcing Steel B. Section 03300, Cast -in -Place Concrete 1.04 QUALITY ASSURANCE A. Codes and Standards: Unless otherwise shown or specified, design, construct, erect, maintain; and remove forms and related structures for cast -in -place concrete work in compliance with the American Concrete Institute Standard ACI 347, "Recommended Practice for Concrete Formwork ". B. Allowable Tolerances: 1. Construct formwork to provide completed cast -in -place concrete surfaces complying with the tolerances specified in ACI 347, and as follows: a. Variation from plumb in lines and surfaces of walls: '," per 10', but not more than 1 ". For exposed corners, control joint grooves, and other conspicuous lines, ;" in any bay or 20' maximum; Z" maximum in 40' or more. b. Variation from level or grade, in slabs: in 10'. For walls horizontal grooves and other conspicuous lines, in 20' maximum. c. Variation from position of the linear layout lines and re- lated columns and walls: 1/8" in any 2 bays or 8' maximum, and 1" in 40' or more. CONCRETE FORMWORK 03100 - 117 d. Variation in cross - sectional dimensions and thickness of slabs and walls: Minus '," and plus : ". e. Variation in footings plan dimensions: Minus y" and plus 2 "; misplacement or eccentricity, 2% of the footing width in direction of misplacement but not more than 2 "; thickness reduction, minus 5 %. f. Variation in steps: in a flight of stairs, 1/8" for rise and ;" for treads; in consecutive steps, 1/16" for rise and 1/8" for treads. 2. Before concrete placement check the lines and levels of erected formwork. Make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. 3. During concrete placement check formwork and related supports to ensure that forms are not displaced and that completed work will be within specified tolerances. 1.05 SUBMITTALS Manufacturer's Data ;.Concrete Workwork; Submit manufacturer's product data and installation instructions for pro- prietary materials including form coatings, manufactured form systems, ties and accessories. 1.06 LANDSCAPE ARCHITECT'S REVIEW Will be for general architectural applications and features only. Design of formwork for structural stability and sufficiency is solely the Con- tractor's responsibility. PART 2 - PRODUCTS 1.01 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise indicated, construct formwork for exposed concrete surfaces with plywood, metal, metal - framed plywood -faced or other panel type materials to provide continuous, straight, as -cast surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. Provide form material with sufficient thickness to withstand pressure of placed concrete without bow or deflection beyond allowable tolerances. Use overlaid plywood complying with U.S. Product Standard PS -1, "B -B High Density Overlaid Concrete Form ", Class I. CONCRETE FORMWORK 03100 - 2/7 L "� B.. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in the finished structure with plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side for tight fit. C. Form Ties: Provide factory- fabricated, adjustable - length, removable or "Snap - Tie" metal form ties, designed to prevent deflection, and to prevent spalling concrete.surfaces upon removal. Unless otherwise shown, provide ties so that portion remaining within concrete after removal of exterior parts is at least 12" from the outer concrete surface. Unless otherwise indicated, provide form ties which-will leave a hole not larger than 1" diameter in the concrete finish. Align ties to provide a uniform pattern in finished work. Form ties fabricated on the project site, snap -off metal and wire ties are not acceptable. D. Form .Coatings: Provide commercial formulation form- coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede the wetting of surfaces to be cured with water or curing compounds. E. Inserts: Provide metal inserts for anchorage of materials or equipment to concrete construction, not supplied by other trades and as required for the work. Provide adjustable wedge inserts of malleable cast iron, complete with bolts, nuts and washers; 3/4" bolt size unless otherwise indicated. Provide threaded inserts of malleable cast iron, furnished complete with full -depth bolts; 3/4" bolt size, unless otherwise indicated. PART 3 - EXECUTION 3.01 INSPECTION The installer must examine the substrate and the conditions under which concrete formwork is to be performed, and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the work until unsatis- factory conditions have been corrected in a manner acceptable to the installer. CONCRETE FORMWORK 03100 - 3/7 L3 3.02 DESIGN OF FORMWORK A. Design, erect, support, brace and maintain formwork so that it will safely suoDort vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by form- work system and in -place construction that has attained adequate strength for that purpose. Design forms and falsework to include assumed values of live load, dead load, weight of moving equipment operated on formwork, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent'to safety of structure during construction. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials, D. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. E. Side forms of footings may be omitted and concrete placed directly against excavation only when requested by Contractor and accepted by Owner's representative. When forms are omitted, provide additional concrete required beyond the minimum design profiles and dimensions of the footings as indicated. 3.03 FORM CONSTRUCTION General: Construct forms complying with ACI 347, to the sizes, shapes, lines and dimensions shown, and as required to obtain accurate alignment, location, grades, level and plumb work in finished structures. Provide for off -sets, boulders, chamfers, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. 1. Fabricate forms for easy removal without hammering or praying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, chamfers, and the like, to prevent swelling and assure ease of removal, 2. Form intersecting planes to provide true, clean -cut corners, with edge grain of plywood not exposed as form for concrete. CONCRETE FORMWORK 03100 - 4/7 ~I 0 0 3. Falsework: Erect falsework and support, brace and maintain it to safely support vertical, lateral and.asymmetrical loads applied until such loads can be supported by in -place concrete structures. 4. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges and /or jacks. 5. Support form facing materials by structural members spaced. sufficiently close to prevent deflection. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. 6. Provide camber in formwork as required for anticipated deflec- tions due to weight and pressures of fresh concrete and con- struction loads for longspan members without intermediate supports. 7. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflec- tion or signs of failure; make necessary adjustments to produce work of required dimensions. B. Forms for Exposed Concrete: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Do not splinter forms by driving ties through improperly prepared holes. 2. Do not use metal cover plates for patching holes or defects in forms. 3. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 4. Use extra studs, waters and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips to form material which will produce bow. 5. Assemble forms so they may be readily removed without damage to exposed concrete surfaces.. 6. Form molding shapes, recesses and projections with smooth - finish materials, and install in forms with sealed joints to prevent displacement. C. Corner Treatment: 1. Form exposed corners of pedestals, walls and steps to produce square, smooth, solid, unbroken lines, except as otherwise indicated. CONCRETE FORMWORK 03100 5/7 2. Form chambers with 3/4" x 3/4" strips, unless otherwise indicated, accurately formed and surfaced to produce uniformly straight lines and tight edge points, Extend terminal edges to required limit and miter chamfer at changes in direction. Unexposed corners may be formed either square or chamfered. D. Control Joints: See drawings for treatment of control and construction joints. Locate as indicated. Sawcutting will not be permitted. E. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Size and location of openings, recesses and chases are the responsibility of the trade requiring such items. Accurately place and securely support items to be built into forms. F. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is to be placed. Retighten forms immediately after concrete placement as required to eliminate mortar leaks, 3.04 FORM COATINGS Coat form contact surfaces with form- coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate it the forms or to come into contact with reinforcement or surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instruc- tions. 3.05 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instruc- tions and directions provided by suppliers of the items to be attached thereto. 3.06 REMOVAL OF FORMS A. General: Formwork for paving may be removed after cumulatively curing at not less than 50 degrees F. for 24 -hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal opera- tions, and provided that curing and protection operations are maintained. CONCRETE FORMORK 03100 - 6/ 7 ' / ` • B. Formwork supporting weight of concrete, such as walls, steps and other structural elements may not be removed in less than 14 days, and not until concrete has attained design minimum 28 -day compres- sive strength. 3.07 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable, Apply new form coating compound material to concrete contact surfaces as specified for new formwork. B, When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets, Do not use "patched" forms for exposed concrete surfaces, except as acceptable to the Owner's representative. END OF SECTION C ~l CONCRETE FORMWORK 03100 - 7/7 11 i • a SECTION 03200 - REINFORCING STEEL PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish and install reinforcing steel for concrete work, 1,03 QUALITY CONTROL SERVICES A,, Testing Laboratory, test costs and test reports in conformance with Standard Specifications. 1, Identified Stock: One tensile and one bend test for each 10 tons or fraction thereof for each size of stock identified as to heat number, provided mill analysis accompanies report. 2. Unidentified Stock: One tensile and one bend test for each 5 tons or fractional part thereof for each size. 1.04 CODES AND STANDARDS A. Comply with requirements of the following codes and standards. All references to the codes or standards specified herein are to the latest approved issue or revision. 1. American Welding Society, AWS D12.1 "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction ". 2. American Concrete Institute, ACI 318 "Building Code Requirements for Reinforced Concrete ". 3. Uniform Building Code. PART 2 - PRODUCTS j 2:01 MATERIALS A. Reinforcing Bars: ASTM A615 Grade 40 deformed billet -steel rein- forcing bars, except 1 /4" round bars not deformed. r REINFORCING STEEL 03200 -1/2 B. Welded Steel Wire Fabric: ASTM A185. Size and gauge as noted, C. Accessories: Galvanized when any part of accessory is placed within 3/4" of exoosed concrete surface. D. Tie Wire: Not lighter than 16 gauge, annealed steel. PART 3 - EXECUTION 3.01 PREPARATION A. Before placing steel, thoroughly clean reinforcing of loose mill scale, rust, oil or other, coating that might destroy or reduce bond. Do not bend or straighten in a manner injurious to material. Do not use bars with kinks or bends not shown on plans. 3.02 POSITIONING A. Clearance between parallel bars and,between bars and forms shall be not less than 1; times the nominal diameter for round bars, but in no case shall the clear distance be less than la" nor less than 4/3 the maximum size aggregate. Secure steel against displacement by using annealed steel wire of not less than 16 gauge, Use metal spreaders and spacers to secure proper bar spacing. At slabs, footings and beams in contact with earth, use concrete blocks to hold reinforcement in concrete at all points where bars cross. 1. Splices: a. Reinforcing Bars: Lap as detailed, except wherever possible provide minimum 72" clearance between sets of splices. Stagger splices in horizontal bars so that adjacent splices will be 4' -0" apart. b, Wire Fabric: Cut to required size and lay in place flat. Lap fabric one full mesh at sides and ends and wire tie. Cut mesh at contraction joints. Lift mesh during pour to embed at center of slab. Extend to within 1" of edge at slabs on grade. END OF SECTION REINFORCING STEEL, 03200 - 2/2 SECTION 03300 - CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Construction:, latest edition, form a part of this Section except as modified herein. 1.02 SCOPE OF WORK This Section includes all cast -in -place concrete work for columns, stairs, paving, curbs, gutters, walks and walls. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Clearance, Earthwork & Drainage B. Section 02220 - Structure Excavation & Backfill C. Section 03100 - Concrete Formwork D. Section 02300 - Reinforcing Steel 1.04 TESTING LABORATORY SERVICES A. Laboratory selection, payment and reports in conformance with the Standard Specifications. Provide following services: 1. Testing: Perform following tests in strict accordance with provisions of U.B.C. Sec. 2604(d). a. Sample and test cement, or provide mill test reports certi- fying that the cement conforms to specifications, b. Sample and test concrete aggregate for grading, soundness and abrasion, before concrete mix designs are established. c. Test concrete cylinders or cores in accordance with U,B.C. Sec. 2604(d). Fabricate, cure and test specimens in accord- ance with A.S.T.M. Designation C192, 1) Make 3 cylinders for every 150 yards or fraction thereof for the first pour of each type and strength of concrete. Test one at 7 days and one at 28 days; hold the third cylinder. 2) On all subsequent pours, make 2 cylinders for every 150 yards or fraction thereof. One shall be tested at 7 days. If compressive strength is above 85% of the 28 day require- ments, the second cylinder need not be tested; otherwise the normal 28 -day test will be required. CAST -IN -PLACE CONCRETE 03300 - 1/9 110 d. Perform additional tests and designs as required due to defective concrete. e. Where small daily placements (less than 75 cu yds) make it necessary to have additional samples tested, the Contractor shall pay the cost.of all such sample testing thereof. 2. Inspection: 2000 psi concrete: Perform continuous batch plant inspection. 3. Mix Design: Design all. concrete mixed as listed under Article 2,02 "Concrete Types ". a. Proportions: For each material including admixtures and water, state water - cement ratio and maximum allowable water content using not less than the minimum cement contents required in paragraphs "proportioning ". b. Materials: Manufacturer's name, designation and source of each material. c. Aggregate: Grading. 1.05 SUBMITTALS A. Ready -Mix Certificates. Deliver a certificate with each mixer truck, stating quantity of cement, water, fine aggregate and admixture contained in load. B.. Records: Maintain an accurate record of the items listed below. Keep records available for inspection at the site. Upon completion, deliver two copies of each record to the Owner's representative, in approved form. 1. Concrete Placement: Date and time of placement in each portion of schedule. 2. Test Cylinders: Correlate with placement record. 3. Form Removal: Dates of removal for forms, shoring and reshoring. C. Samples: Submit 24" x 24" concrete sample of the following for approval: 1. Sandblasted concrete texture 2. Monolithic runway 1.06 QUALIFICATIONS OF CONCRETE CONTRACTOR Contractor shall state the name of concrete subcontractor in the bid form and shall submit qualifications of concrete subcontractor including refer- ences to at least two examples of flat and wall work comparable to work designed for project for viewing by the Owner. CAST -IN -PLACE CONCRETE 03300 - 2/ 9 • rf Approved contractors for monolithic runway:: 1. John T, Dryden, Poway, (714) 487 -8240 2. Ben F, Smith, El Monte, (213) 686 -1313 3. Sullivan Concrete Textures, Costa Mesa, (.714) 556 -7633 1.07 PROTECTION A. Work of other trades shall be protected from damage and if damaged in performance of work of this Section, shall be replaced or patched in manner fully acceptable to the Owner's representative at no added cost to the Owner. 1,08 SOILS INVESTIGATION Foundation design is based on a geotechnical investigation (Project li82. 559 -1, July 23, 1982), -by 2R Engineering, 187 West Orangethorpe, Placentia, Calif, (714) 524 -3150, Upon request, the Contractor will be provided a copy which he will become familiar with and which will be kept on review on the project site during construction. PART 2 r PRODUCTS 2,01 MATERIALS A. Do not change brand of cement or source of aggregate during course of work without prior written approval of Owner's representative, Protect all concrete materials from contamination of any kind, B. Portland Cement: 1. Typical Concrete: ASTM C150, Type V. Sulfate resistant cement. All cement used in job -mixed concrete shall be packed in strong paper or jute bags with brand and manufacturer's name. Store cement under cover and off ground. Remave immediately from site any stored cement that becomes wet, shows any signs of caking or deterioration of any kind, C. Conventional Aggregates: Conform to ASTM C33, 1. Fine Aggregate, Washed natural sand of hard, strong particles, containing not more than 1% of deleterious material. Fineness modulus 2,85 to 3,15. 2. Course Aggregate: Clean washed gravel or sound crushed rock, containing not more than 5% flat., thin, elongated or laminated material, not more than 1% deleterious substances, 1" maximum size, graded from No. 100 sieve to 1 ", D. Water: Clean and free from deleterious amounts of acids, alkalis, salts or organic materials. CAST -IN -PLACE CONCRETE 03300 - 3/9 i l f, -r E. Liquid Curing Compound and Sealer: ASTM C309, Type I, clear or trans- lucent with red evaporative dye; approved standard product resin type, free of wax or oil, compatible with subsequently applied finishes or coverings, delivered in unopened labeled containers. F. Concrete Curing Paper: ASTM C171, non - staining, reinforced type. G. Expansion Joint Filler: Nonextruding asphalt impregnated fiberboard, ASTM D1751, 3/8" thick. (unless otherwise indicated), with removable cap to receive sealant. H. Sealant: One part polyurethane sealant. Acceptable polyurethane base compounds -- Elastometric Liquid Polymer; Toch Bros. "R. I W Polytok R M Sealant" (One part); Standard Products Co. "One Part Urethane Sealants "; Master Mechanics Co. "Vulkem "; Kuhls "One Part Polyurethane "' or equal. Permitted uses: All joints, including expansion and other joints having limited or medium movement. Color: Grey. Joint width 1" maximum. I. Boulders: Smooth granite river worn boulders as approved by Owner's Representative. 60% 3' min. dia., 30% min. dia., 10% 2' min, dia. 2.02 CONCRETE TYPES A. Concrete Mix: Concrete mix shall be 2000 psi with 12" maximum size aggregate for footings and 1" maximum size aggregate for all other concrete. Amount of water per sack of cement shall not exceed 7,5 gallons. 2.03 PROPORTIONING A. Proportioning shall be by weight of loose, dry material, 94 pounds of cement shall be considered 1 cubic foot. Fine aggregate volume shall be at least 35% of the sum of the separate fine and coarse aggregate volumes. Weighing equipment shall be accurate to within 1 pound and be adjustable for varying aggregate moisture content. A beam auxiliary shall register any part of the last 100 pounds of each aggregate. The aggregate hopper shall have a volume adjustment. B. Accurately control the proportions, water content, and air content. C. Waterproofing Admixture: Add to all concrete used for stairs, slabs and walls against grade. Add in accordance with manufacturer's in- structions. D. Admixture: If admixture is used, conform to type specified. Quantity per sack of cement and method of using admixture shall be in accordance with recommendations of manufacturer and laboratory furnishing mix design. E. Cement Grout: One part by volume Portland cement and 21, parts fine aggregate. Mix dry. Add just enough water to make admixture flow under its own weight. CAST -IN -PLACE CONCRETE 03300 -4/9 .�'t f 0 E F. Dry Pack: One part by volume Portland cement and 21-2 parts fine aggregate mixed dry. Add just enough water to dampen mix to a cohesive packing or tamping consistency. G. Patching Mortar: Mix liquid. Combine dry mix with liquid and add water in proportions recommended by manufacturer. 2.04 MIXING CONCRETE A. Transit Mixed Concrete: All concrete shall be transit -mixed type. Concrete shall be supplied by an established commercial ready -mix plant conforming to ASTM C94. Comply with UBC Standard 26- 13 -73. 1. Truck Mixers: Minimum 2 cu yd capacity, equipped with accurate revolution counter.. Operate at rated speed. Discontinue use of mixers producing unsatisfactory concrete or showing more than 10% difference in sand - cement or water- cement ratios in samples taken from front, center and back of mixer. 2. Mixing Time: Total at least 15 minutes, with at least 5 minutes immediately after addition of water, and at least 10 minutes just before discharging. 3. Mixing Water: Withhold 21z gallons per cubic yard from predetermined water content. All or part thereof may be added at site, as directed. B. Retempered Concrete: Concrete not placed within 90 minutes after water is introduced into mix or which has stood for 30 minutes after leaving mixer shall not be used. PART 3 - EXECUTI 3.01 PREPARATION A. Inspection: Notify Owner's Representative 48 hours before scheduled start of placing concrete. Excavations, forms, reinforcement and embedded items shall have opportunity for inspection and approval before any concrete is placed. B. Forms: Immediately before start of pour, remove foreign matter accumulated in forms and close ports and openings left in formwork. Clean and recon- dition forms uniformly prior to each reuse. C. Reinforcement: Clean embedded metal of oils, rust, mill scale and other encrustations or coatings which might reduce bond of concrete. Clean bars extending through construction joints while concrete encrustation is soft. D. Embedded Items: Reinforcement, conduit, outlet boxes, anchors, sleeves, bolts, and other items shall be properly secured in place before inspection and start of pour. Do not locate pipes in concrete except as detailed. Conduits under concrete slabs on grade shall be placed below the reinforcing steel; the slab shall be thickened so that there is a concrete cover 3" thick (min.) all around conduit. Locate accurately and secure in place all miscellaneous anchors, bolts, ties, dowels, etc. before pouring. CAST -IN -PLACE CONCRETE 03300 - 5/9 1, t E. Compaction: See Section 02200. F. Presoaking: 1. Presoak subgrade for concrete slabs, walks, headers and walls to 3% above laboratory optimum moisture saturation to a minimum depth of 24" below base of the pavement. Apply with soaker hose or other approved method to assure penetration without runoff. 2. Subgrade shall be inspected by the project soils engineer prior to pouring of concrete. The contractor shall conform to the recommenda- tions of the soils engineer. G. Wetting: Wet wood forms sufficiently to tighten cracks, reduce suction, and maintain workability of concrete mix. H. Equipment: Thoroughly clean tools and equipment used in transporting, placing and consolidating concrete immediately before and after each pour. 3.02 PLACING AND COMPACTING A. Conveying: Bucket, cart, wheelbarrow and buggies. Pumping or belts shall be used only for mix especially designed for that purpose. B. Placing: Concrete shall be placed in a continuous operation in each section and for full height of each column. Keep surface of concrete level throughout, without flow from one position to another. Deposit at such a rate that mix is plastic and flows readily into space between bars. C. Compression Test Specimens: Refer to Testing, 104 -A. D. Compacting: 1. General: Spade, rod, vibrate, and consolidate concrete in forms. Vibrators shall not be left in any one spot longer than 30 seconds and shall be kept constantly in motion. One vibrator shall be assigned to each location where concrete is being placed and a standby.vibrator shall be kept ready at all times. Eliminate rock pockets, air bubbles and honeycomb. Avoid separation of ingredients. 2. Work concrete thoroughly around reinforcement and embedded fixtures and into corners and angles of forms by spading, rodding and tamping. 3. Consolidation: Vibrate to consolidate each layer with that previously placed, completely embedding reinforcing and fixtures, and bringing fine material to surfaces of slabs so as to produce proper finish. E. Slab on Grade: Maximum edge dimension of any pour shall be as indicated on structural drawings. Set screeds. Rod in both directions, tamp and float to indicated levels and slopes. Maintain reinforcing at proper levels. Use patching mortar and feather - edging material where indicated. Apply in strict accordance with manufacturer's directions. CAST -IN -PLACE CONCRETE 03300 - 6/9 J E F. Hot Weather Placing: Take approved measures to reduce evaporation and temperature of concrete during hot, dry weather. Contractor shall be prepared to use fog spray when required by Owner's Representative, 3.03 CONSTRUCTION JOINTS A. Joints shall be true to line and profile, Tooling type shall be done while concrete is plastic. B. Location: As shown on drawings, Locate on column lines and at re -entry corners wherever possible. Do not install any construction joints not indicated on drawings without prior approval of the Owner's Representative Provide construction joints minimum of 10' on center on all walks as detailed. C. Jointing Tool: Shall be 1/8" wide at surface, tapered, 1/5 minimum depth of slab, with top edges rounded to 1 /8" radius. D. Expansion Joints: Place at locations indicated. Remove cap as required to a point not less than ," below surface of concrete. Apply sealant. Separate sealant and expansion joint filler with a polyethylene strip or other method recommended by sealant manufacturer, E. Metal Formed Joint: "Key -Kold" type metal joint form. Set top of stakes 3/8" below slab surface elevation, spaced at 2' -0" o.c. When concrete is not poured continuously over both sides of joint, bend knockout anchors at 45 degree angle into the pour. Finish the concrete to the top of the joint and burn in with hand trowel. 3.04 PITS, TRENCHES, CURBS, ETC. A. Form and pour pits, trenches, curbs, and miscellaneous concrete items, Steel trowel surfaces hard, dense and smooth with corners, intersections and terminations rounded. Where structural details for minor structures listed above do not specify otherwise, walls, floors and covers shall be 6" thick, reinforced with #3 bars, 6" o.c, both ways at center of members. 3.05 SERVICES BY OWNER A. Slump Tests: Measure concrete consistency by the "Standard Method of Test for Slump of Portland Cement Concrete ", ASTM Designation C143. Make this test at point of discharge twice each day or partial day's run. A complete and accurate record of these tests shall be kept by the inspector. Maximum slump shall be as follows: 1. Walls, columns, and footings, 4" to 5 ". 2. Slabs on grade, monolithic runway, 3" to 4". B. Cylinder samples: Make concrete test cylinder samples in accordance with ASTM C31 and UBC Sec. 2604(d). CAST -IN -PLACE CONCRETE 03300 - 7/9 rl b 3.06 DEFECTIVE CONCRETE A. Mix Proportions: If ultimate compressive strength of test cylinders fall below minimum assumed in design, proportions of concrete mixes for remaining portion of structure shall be adjusted as required to produce concrete of design strength, B. Concrete work not formed as indicated, not true to intended alignment, not plumb, level or true to intended grades, with embedded sawdust or debris, and not fully conforming to the provisions of these specifica- tions shall be deemed defective and shall be removed from the job site as directed by the Owner's Representative, and shall be replaced with concrete complying with specification requirements. 3.07 FINISHING, CURING AND PROTECTION (FLAT WORK) A. Make finish surfaces level or sloped as detailed, with a maximum devia- tion of 1/8" from a 10' straight edge. Slabs shall not vary more than ," from correct finish elevation. Finish to a smooth, dense surface, free of trowel marks. B. Screeding: Work out all irregularities and bring surfaces to true finish grade or elevation. Remove excess water and debris worked to the surface during compaction and screeding. C. Floating: While the concrete is still plastic, float flatwork with wood floats or power finishing machine, D. Initial Troweling: Delay until surface water sheen has disappeared. Do not apply dry cement, sand, or water to surface. Steel trowel by hand or machine. E. Sandblast Texture Finish: 1. All concrete surfaces shown on the plan to have sandblasted finish shall be heavily sandblasted as required to expose the coarse aggregate to 3/16" to 1/8" depth minimum, and to provide a uniformly textured surface to match the aoproved samples. The surfaces shall be sandblasted 3 to 4 days after removal of forms. The Contractor shall be responsible for proper scheduling of this work to maintain uniform conditions. On completion, remove all dust and loose particles from surfaces and adjacent area. Perform sandblasting operations using suitable material and equipment operated by experienced personnel. 2. Finish columns and walls to smooth uniform finish free of rock pockets, protrusions or other defects, then exposed surfaces shall receive a heavily sandblasted texture as approved by the Owner's Representative. 3. Finish all walks and slabs with coarse broom - finish transverse to traffic flow with continuous 4" steel trowel bands. CAST -IN -PLACE CONCRETE 03300 - 8/9 Ii 0 3.08 SLAB CURING E A. Apply as soon as feasible after finishing operations, without marring surfaces, and in any case on same day. Cure all work with effective protective covering for a period of at least 10 days. B. Spray entire surface with curing compound while surface still retains visible film of water. If visible film of water is not present after finishing process, apply water in form of a mist, not a spray. Main- tain visible film of water until application of compound. C. Spray compound at 1 gallon per 150 square feet of area. When delayed, apply water immediately in mist form until application of compound is continued. 3.09 PROTECTION A. Protect finish surfaces rain, water and people. tions. PART 4 - GUARANTEE from mechanical injury, abrasion, sun, wind, Trotect other finishes from hardener solu- A. Furnish written guarantee that all concrete paving is guaranteed to surface drain, puddle -free for a period of one year from date of acceptance of the work. Areas of uneven settlement and cracks are to be replaced or repaired to an approved condition without additional cost to the contract price. END OF SECTION 72 CAST -IN -PLACE CONCRETE 03300 - 9/9 SECTION 06100 - CARPENTRY PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Construction ", latest edition, form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish all labor, material and equipment required to complete the work shown on the drawings and specified herein, including, but not limited to, the following: 1. Wood Framing and Finish Carpentry for arbor, bridges and wood cribben wall. 2. Installation of Rough Hardware and Connectors. 1.03 GENERAL REQUIREMENTS A. Standards: Comply with U.B.C., Chapter 25. B. Coordination: Cooperate with other trades, especially Contrete. Layout structure accurately in true alignment. Verify that embedments and inserts are located and set properly. C. Storage: All lumber and plywood shall be stored off the ground and completely covered in a dry and well - ventilated location. D. Powder driven fasteners shall not be used unless approved by Structural Engineer. E. Decay and Termite Protection: 1. Plates and sills on concrete in contact with earth, and sills which rest on concrete foundations shall be treated to protect from decay and termite damage. Treated wood . shall comply with American Wood Preserver's ssociation Specification P5 -65 and C1 -65. Treat with chromated zinc chloride or "Wolman Salts ". Apply 0.35 lb. of preservative per cubic foot of wood. Coat lumber surfaces cut after treatment by dipping or brushing with preservative identical to original type used. CARPENTRY 06100 - 1/4 I7 • 171 2. Fence post material in contact with earth shall be treated to protect from decay and termite damage, Saturate all sides with 2 coats clear sealer "Thompsons Water Seal ", "Woodlife ", "CWF ", or equal, 3 days prior to installation, 1.04 GRADE MARKINGS A. All lumber and plywood shall bear the grade stamps listed below: 1. Lumber: West Coast Lumber Inspection Bureau Grade Stamp. 2. Preservative- Treated Lumber: Grade identification on each piece. 1.05 PROTECTION A. Preservative- Treated Lumber: Freshly cut surfaces of treated lumber shall be coated with preservative of same type as used for treatment. PART 2 - PRODUCTS 2.01 WEST COAST LUMBER A. "Standard Grading and Dressing Rules No. 16 of West Coast Lumber Inspection Bureau. Lumber S4S for concealed framing. Exposed beams and trim to be rough sawn. B. Use, Species and Grade: All structural and framing lumber shall be Douglas Fir, free of heart center, "Selected for Exposed Use ", grades as specified below, unless otherwise shown on the drawings and /or specified. 1. Repetitive Use Members: Joists & Rafters 2 x 4 to 4 x 4 Inclusive No. 2 1450 f 2 x 6 to 3 x 16 Inclusive No. 2 1250 f 2. Single Use Members: Beams 4 x No. 2 1250 f 6 x or larger No. l 1350 f C. All wood cribben lumber to be rough Cedar utility "Fence Post Grade ". All lumber incorporated in the permanent work shall be air dried to a moisture content not exceeding 19 %, as measured by the surface meter method at the time of erection. CARPENTRY 06100 -'2/4 V U r, • • 2.02 WATER -BORNE PRESERVATIVE A. Copperized chromated zinc chloride TT -W- 00562, or Wolman CCA Salts, TT -W -500 and TT -W -535. 2.03 ROUGH HARDWARE A. Furnish bolts and attachments to other trades for installation in concrete work, all to be hot- dipped galvanized, 1. Screws, Spikes, Toggle Bolts, etc,: Standard commercial grade steel. 2. Nails: Common wire, hot - dipped galvanized where exposed, 3. Bolts, Lag Screws and Washers: American Standard, ASTM A -307 (bolts). Exposed fasteners shall be galvanized. 4. Joist Hangers, Straps, Ties, Bridging,etc.: Steel, galvanized; 5. Framing Connectors: "National Design Specifications for Stress - Grade Lumber and its Fastenings" by NFDA, Arch Rib, Newton,. Simpson "Strong Tie,' or equal, complete with required nails, PART 3 - EXECUTION 3.01 GENERAL A. General Workmanship; Conduct work under direction of capable experienced foreman. Accurately locate members to line and dimension. Ensure full contact of timbers framed together, Ensure .let -in members in full contact on two surfaces. B. Cutting: Do all cutting and framing required to accommodate structural members, piping conduit, ducts, and installation of mechanical, electri cal, and other equipment and apparatus, Obtain.Structural.Engineer`s approval for all cutting of structural members. C. Framing: 1. Bracing and Shoring: Design and provide all supports, guys, braces, etc, required to stabilize structure during construction, The construction documents do not take into consideration any require- ments for construction safety, This aspect is the sole responsi- bility of the Contractor, 2. Lumber shall be accurately saw -cut and fitted into position and securely nailed, spiked, lag screwed, or bolted as required, E. Fasteners: Bore holes for fasteners and size as noted, 1. Nails and Spikes: Smaller than diameter of fastener. Bore holes when required to prevent splitting, 2. Lag Screws: Same diameter and length as shank. Bit size shall be no larger than base of threaded portion of screw. CgRPENTRY / 0 6100 - 3/4 • i 3. Bolts: Holes 1/32" - 1/16" larger than bolt. Bolts.shall have standard cut washer under head & nut unless noted otherwise. 4. Framing Connectors: Smaller than diameter of fastener. Bore holes when required to prevent splitting. 5. All exposed fasteners to be hot -dip galvanized. F. Nailing: 1. General .-Use 16d nails for framing 2" thick material, 8d for 1" thick material. Drill nail holes slightly smaller than nails used where splitting occurs. Replace split or otherwise damaged structural members. All exposed fasteners to be hot -dip galvanized. G. Bolts: Install with steel plate, malleable iron or cut washer under head and nuts, Refer to drawings for types and sizes of washers bearing on wood, Drive into place. Ensure full engagement of nut, but projection of bolt beyond nut not to exceed one bolt diameter, Tighten nuts at installation and again immediately prior to enclosure. H. 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 root diameter and be of equal length to threaded portion, See National Design Specs, Section 700 -H -1, Provide washers of same sizes as specified for bolts, I, Framing Connectors; Drive nails into all holes of each connector. Install all bolts in each framing connector unless detailed otherwise. END OF SECTION CARPENTRY 06100 - 4/4 SECTION 09900 - PAINTING PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition form a part of this Section except as modified herein. 1.02 WORK INCLUDED A. Furnish and install painting work as specified and as shown, complete. The work of this Section includes the cleaning and preparation of all surfaces to be painted or finished, and the painting and finishing of all exterior surfaces unless hereinafter excluded. B. Paint all exposed surfaces whether or not colors are designated in any "schedule ", except where the natural finish of the material is obviously intended and specifically noted as a surface not to be painted. Where items or surfaces are not specifically mentioned, paint these the same as adjacent similar materials or areas. If system, color or finish is not.designated, the Owner's representative will select these from colors available for the materials systems as specified. 1..03 WORK NOT TO BE PAINTED A. In general, the following items will not require finishing unless . specifically designated: 1. Unless otherwise indicated, do not include painting when factory - finishing or installer- finishing is specified for such items as (but not limited to) finished mechanical and electrical equipment including light fixtures, switchgear and distribution cabinets. 2. Anodized aluminum, stainless steel, brass, bronze, and plated finished metal (not zinc or cadmium). 3. Do not paint any moving parts of operating units, mechanical and electrical parts, unless otherwise indicated. Do not paint over any code - required labels; such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name.or, nomenclature plates, 4. Galvanized metal fencing. 5. Finish hardware, except prime- coated items. PAINTING v 09900 - 1/ 6 • 1.04 CODES AND STANDARDS i A. Conform work and materials to latest rules of Orange County Depart- ment of Public Health, Safety Color Coding in conformance with OSHA, and all local or State Ordinances, etc., having jurisdiction. Con- form to the most stringent requirements and authorities having jurisdiction. 1.05 PAINTING WORK BY OTHER TRADES A. Examine drawings and specifications, including requirements specified in other sections for painting work by other trades. Notify Owner's representative in writing of any conflict between work of this Section and that of other trades and sections, and any errors, omissions or impractical requirements. All surfaces that are left unfinished by the requirements of their specification shall be painted or finished as specified as work of this Section. 1.06 PAINT COORDINATION Provide finish coats which are compatible with the prime paints used. Review other sections of these specifications in which prime paints are to be provided to ensure compatibility of the total coatings system for the various substratums. Upon requests from other sub- contractors, furnish information on the characteristics of the speci- fied finish materials, to ensure that compatible prime coats are used. Provide barrier coats over imcompatible primers or remove and re- prime as required. Notify the Architect in writing of any anticipated problems using the coating systems as specified with substratums primed by others. 1.07 APPROVED EQUAL A. Materials or products specified herein by trade name shall be provided as specified. References to brand names shall be interpreted as es- tablishing a standard of quality and shall not be construed as limiting competition. Brand names where used in specifications shall be pre- sumed to be followed by words "or approved equal ". Submit certification that materials submitted are equal or superior to brand named in speci- fications in construction, efficiency and utility, 1.08 DATA SUBMITTAL Submit five (5) copies of data to Owner's representative for approval, covering all paint materials proposed for use. For each specified paint system, include manufacturer's name, product number, description and system. Provide one sample of finished work, on -site prior to application. PAINTING 09900 - 2/6 � it 1.09 STORAGE A. Storage of materials used on the job shall be only in a single place designated by Owner's representative. Such storage place shall be kept neat, clean and all damage thereto or to its surround- ings shall be cleaned, repaired and refinished and otherwise made good to satisfaction of Owner. Remove any oily rags, waste, etc. from site each night and take every precaution to avoid danger of fire. 1.10 PROTECTION A. Protect all adjacent work and materials by suitable covering, drop cloths or other acceptable methods during progress of the work. 1.11 BARRICADES AND "WET PAINT" SIGNS A. Maintain during the course of the work. PART 2 - PRODUCTS 2.01 PAINT SYSTEM A. Unless otherwise specified or approved, use paint products of one manufacturer. Oils, thinners, dryers, primers and catalysts shall be approved for use by manufacturer of paint. Provide paints of durable quality. Do not use paint materials which will not withstand normal weathering. 2.02 COLORS AND FINISHES A. Paint colors, surface treatments, and finishes are shown on the drawings and indicated in the "schedules" on the drawings. General paint products manufactured by the following manufacturers will be acceptable, as approved. 1. Paint and Paint Products: Ameritone Dunn - Edwards Glidden Kelly -Moore Sherwin Williams 2. Stains and Stain Products: Behr #711 Semi - Transparent Olympic #711 Semi - Transparent Pratt - Lambert #711 Semi- Transparent J y PAINTING 09900 - 3/ 6 3. Concrete Sealant (clear): 'Vandyl Guard' by Rainguard. Inglewood, CA (213)670 -2953. Chemstop, Bellflower, CA (.213)925 -5506. Sinak, San Diego, CA (619)571 -8612. 'Super- KoteA -G70' by Ven -Chem, Los Angeles, CA (213)342 -1195. 2.03 DELIVERY AND CERTIFICATION A. Deliver all paint products to job site in original containers, pre - mixed, with seals unbroken and labels intact. Each container shall be labeled by manufacturer with manufacturer's name, type of paint, color, and instructions for reducing. Provide manufacturer's certification of compliance with the specifications with each shipment. PART 3 - EXECUTION 3.01 CONDITION OF SURFACES A. Examine surfaces to be finished under this Section and see that new work of other trades has been left or installed in satisfactory con- dition to receive paint, stain or specified finishes. Do not apply materials until any necessary corrections are made. 3.02 PREPARATION OF SURFACES A. General: All surfaces to be cleaned of all loose dirt and dust before painting is started. Open and mix ingredients on the job. Thin in accordance with directions of manufacturer. B. Wood: All surfaces shall be clean and dry. Sandpaper smooth wood to provide an even surface and then dust off and wipe clean. Touch up all knots and pitch pockets with sealer suitable for exterior work. After priming coat has been applied, thoroughly fill all nail holes, irregularities and cracks; use plastic wood filler for stained or natural finish and putty for painted work. C. Uncoated Steel and Iron: Wash all surfaces with mineral spirits to remove any dirt or grease before applying paint. Wire brush and sandpaper to remove all rust or scale. Clean field welds and abraded portions of field welded and erected ferrous metal components. D. Shop Coated Metal Work: Thoroughly clean off all oil, grease, dirt and foreign matter. Spot prime field connections, welds, soldered joints, and burned and abraided portions. Sand or etch factory finished surfaces indicated to be repainted to increase adhererce of finish coats. E. Galvanized Metal and Copper: Thoroughly clean with steel wool and de- grease with solvent. PAINTING 09900 - 4/6 Hardware, Fixtures, Equipment: Remove and reinstall after completion of painting work all switch and receptable plates, surface - mounted lighting fixtures, finish frames of recessed lighting fixtures, escutcheons and plates, surface - mounted equipment, free - standing equipment, and similar items blocking access to painted surfaces, . 3.03 APPLICATION A. Apply paint to clean, dry, prepared surfaces only. Apply all paint material evenly, smoothly flowed on without runs or sags. Do not apply exterior paint during rainy, damp, foggy or excessively windy weather. Minimum Coating Thickness: Apply each material at not less than the manufacturer's recommended spreading rate, to.provide a total dry film thickness of not less than 5.0 mils for the entire coating system of prime and finish coats for 3 -coat work. Provide a total dry film thickness of not less than 3.5 mils for the entire coating system of prime and finish coat for 2 -coat work. Apply additional coats when undercoats, stains or other conditions show through the final coat of paint, until the paint film is of uniform finish, color and appearance. Priming: Where shop coats are specified under other sections of the work, omit prime coat but do all necessary spot priming. Prime all ungalvanized ferrous metals. Prime all metals requiring paint, as soon as possible after delivery to job, Prime all edges created by louver and glazing cut - outs. Surfaces to be primed shall be clean, dry, sanded and properly prepared to receive paint. 3. Backpriming: Backprime all .framing that will be set against concrete surfaces. Properly prepare clean, dry surfaces to be primed. Applicator and Equipment for concrete sealer: 1. Applicator: Approved by manufacturer, Equipment: Apply base coat by low pressure material pump using a tip with minimum flow of 12 gallons per minute. Pump shall not atomize, but shall flow the materials on the wall with pressure not to exceed 20 psi, Apply finish coat by airless spray equip ment with.pressure no greater than 75 psi and ti;p size 26. Apply to point of saturation only, Prevent rundowns. PAINTING 09900 - 5/6 3.04 PAINT SYSTEM SCHEDULE A. Concrete Surfaces - Sealer: 1st coat - clear sealer . 2nd coat - clear "Anti- Graffiti" finish coat. B. Galvanized Metal Enamel Finish: Pretreatment: Vinyl Wash Primer 1st coat: Zinc Dust Primer 2nd coat Primer 3rd coat: Enamel C. Ungalvanized Metal Enamel Finish: 1st coat: Chrome 6sife Primer for ferrous metal Zinc Chromate Primer for aluminum 2nd coat: Primer: Tint with manufacturer's tinting colors 3rd coat: Enamel D. Exterior Wood - Stain Finish: Back Prime coat (For beams, frames and trim): Clear seal - prime. (Blending oil) 1st coat: Clear blending formula 2nd coat: Semi - transparent stain END OF SECTION r. `� J PAINTING D9900 - 6/6 6y SECTION 10000 - MISCELLANEOUS SPECIALTIES PART 1 - GENERAL 1.01 STANDARD SPECIFICATIONS A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions,of the "Standard Specifications for Public Works Construction ", latest edition, form a part of this Section except as modified herein, 1.02 WORK INCLUDED Furnish all material, equipment, services, supervision, transportation and labor to provide the following items in accordance with plans and details. 1.03 RELATED WORK SPECIFIED ELSEWHERE Concrete paving, decomposed granite paving, concrete formwork, 1.04 SUBMITTALS A. Shop Drawings or Catalog Cuts: Submit shop drawings for all miscella- neous specialties items in accordance with General Conditions. Manu- facturer's standard catalog cuts or data sheets may be submitted in lieu of shop drawings where such data covers all construction features and installation conditions. B. Samples: For miscellaneous specialty items specified to be reviewed for color selection, submit two (2) copies of manufacturer's standard color selection and /or samples for review. Architect's review will be for color, pattern and texture only, Compliance with all other requirements is the exclusive responsibility of the Contractor. PART 2 - PRODUCTS 2,01 PICNIC TABLES Mexico Forge, Model #514 -506 four - way pedestal, or equal. Install with concrete footings as per Detail B -30, 2,02 TRASH RECEPTACLE Western Art Stone 222 x 36 round trash receptacle, Model #D, or equal. t MISCELLANEOUS SPECIALTIES 10000 - 1/3 i a 2.03 BIKE RACK Brandir Enterpris ?s, 'Inc. Galvanized steel Sch. 40 Ribbon Rack model #RB -4, or equal. Install with concrete footings per manufacturer's instructions. 2.04 CATCH BASIN Alhambra Foundry 12" sq. or 18" sq, O.A.C.I. Grate model #2010, or equal. 2,05 BASKET BALL BACKBOARD Mexico Forge model #904 -200, or equal, Install with concrete footings per manufacturer's instructions. 2.06 PROTECTIVE PAD Technabuilt Safety Pole Pads, 3 per pole, or equal. 2.07 BASEBALL BACKSTOP Outdoor Products 50' Arch galvanized steel Baseball Backstop, (Layback) model #46, or equal. Install with concrete footings per manufacturer's instructions. 2.08 SOCCER GOAL Mexico Forge movable Soccer Goal model #913 -000, or equal. 2.09 VOLLEYBALL SLEEVES Mexico Forge galvanized pipe sleeve 2/38 o.d, x 2' with locking cap, model #920 -000, or equal. Install with concrete footings per manu- facturer's instructions. 2.10 VOLLEYBALL SET Mexico Forge portable Volleyball Post & Net only. Model #961 -250, or equal. 2.11 TOT LOT EQUIPMENT A. Miracle Wave Slide (bed only) including lower legs, model #850-216, or equal, Install concrete footings per manufacturer's instructions. B. Timberform Chute Slide including lower legs, 3' x 10' long, model #1643, or equal. Install concrete footings per manufacturer's instructions. C. Blue Valley Industries, 4' dia/ Mini Spinner model #1358, or equal. Install concrete footings per manufacturer's instructions. MISCELLANEOUS SPECIALTIES 10000 - 2/3 D. Mexico Forge 4' x 4' x 5' - 10" Mini Tree Climber model #620 -000, or equal. Install concrete footings per manufacturer's instructions. E. Landscape Structures 30" x 10' Platform See -Saw model #210, or equal. Install concrete footings Per manufacturer's instructions. F. Mexico Forge Spring Mounted Play Pals: Dolphin # 402 -000 Duck #403 -000 Sea Horse #406 -000 . or equal. Install concrete footings per manufacturer's instructions. G. Landscape Structures 4' x 4' Wood Spring Platforms model #144, or equal. Install concrete footings per manufacturer's instructions. H. Mexico Forge Junior Gym Center, Steel Climber & Horizontal Ladder, model #525 -100, or equal. Install concrete footings per manufacter's instructions. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all items as detailed and as recommended by the manufacturer, or as required for proper use. B. Apply CWF clear wood finish as manufactured by Flood Company, Hudson, Ohio 44236, or Thompson's Water Seal to all untreated redwood in above equipment and furniture. END OF SECTION MISCELLANEOUS SPECIALTIES 10000 - 3/3 SECTION 16000 - ELECTRICAL PART 1 - GENERAL 1.01 GENERAL A. The General Conditions, Supplementary Conditions, and Division 1 apply to work of this Section. B. All provisions of the "Standard Specifications for Public Works Con- struction", latest edition, form a Dart of this Section except as modified herein. 1.02 WORK INCLUDED A. All labor, materials, and services required for the installation of complete and satisfactorily operable electrical systems. Include all work shown on the drawings and specified herein. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02220 - Structure Excavation & Backfill B. Section 02750 - Irrigation PART 2 - SPECIAL REQUIREMENTS 2.01 GENERAL A. Work and materials in full accordance with the latest rules and regula- tions of the National Electrical Code and other applicable state and local laws and regulations. Nothing in plans or specifications shall be construed to permit work not conforming to the most stringent of codes. Should any changes be necessary in the drawings or specifications to make the work comply with these requirements, the contractor shall notify the Owner's Representative prior to bid. 2.02 INTENT OF PLANS AND SPECIFICATIONS A. This specification and attendant drawings are intended to cover a complete installation of systems. The omission of expressed reference to any item of labor or material for the proper execution of the work in accordance with present practice of the trade shall not relieve the contractor from providing such additional labor and materials. B. Refer to the drawings and shop drawings of other trades for additional details which affect the proper instailation of this work. Diagrams and symbols showing electrical connections are diagrammatic only. Wiring diagrams do not necessarily show the exact physical arrangement of the equipment. ELECTRICAL 16000 - 1/6 C. Before submitting a bid, the contractor shall familiarize himself with all features of the building and site which may affect the execution of the work. No extra payment will be allowed for failure to obtain this information. PART 3 - GENERAL REQUIREMENTS 3.01 Take out and pay for all permits and.inspections and examinations without additional cost to the owner. 3.02 Submit six (6) copies of shop drawings and material list to Owner's Representa- tive for review prior to installation of an electrical item; See "Substitution Requirements ". 3.03 Provide all mounting facilities required for properly securing or hanging fixtures, equipment and outlets. 3.04 Coordinate electrical installation with other trades. 3.05 Verify service locations and conform to the requirements of the power and telephone companies and pay all service and excess cable charges. Provide all trenching, ducts, pullboxes, vaults, preliminary and secondary cabling, etc., as required. 3.06 Guarantee all materials and equipment for one year from the date of acceptance by the owner. 3.07 Perform all tests required by owner. 3.08 Ground all equipment and services in accordance with.applicable codes, and as indicated on drawings. 3.09 Provide as -built drawings with all changes indicated in red ink. Provide Provide dimensions of the location of underground runs and stub -outs. 3.10 Make necessary inspections of existing site within the scope of this work and make allowance for existing conditions before submitting bid, 3.11 Cut and patch the construction work as required for proper installation of the electrical work. All patching shall match the surrounding work to the satisfaction of the Owner's Representative. 3.12 All exterior adjustable lighting fixtures shall be aimed after dark; if required, in the presence of, and at a time convenient to the Owner's Representative. PART 4 - SUBSTITUTION REQUIREMENTS 4.01 The owner has selected specified electrical equipment based on quality and performance required. ELECTRICAL 16000 - 2/6 lj l 4.02 All requests for substitutions shall be made in writing to the Owner's Representative prior to ordering equipment with allowance for delivery schedules which will not delay the project work schedule or completion date, also no request for substitution will be allowed after 10 days after award of contract. 4.03 All written requests for substitutions shall be accompanied with brochure catalog cuts and performance data of specified product and substitution product. 4.04 The owner reserves the right, at the contractor's expense, to have the con- tractor furnish a sample of the specified product and substitution product. These items shall be delivered to the Owner's Representative's office, at a time convenient to the Owner's Representative, and each product electrically wired for demonstration. PART 5 - PRODUCTS GENERAL 5.01 All materials shall be new, conforming with A.N.S.I., I.E,E.E., N.E.M.A., N.F.P.A., and shall be U.L. labeled. PART 6 - CONDUIT 6.01 Rigid conduit shall have U.L. label, zinc coated exterior with zinc or enamel interior and shall be used when installed in or under concrete slabs, in contact with the earth, under public roadways, or exposed on building exterior. Rigid conduit in contact with earth shall be encased 3" on all sides with a concrete envelope, or wrapped wiht Hunts Wrap Process No. 3. 6.02 Electrical metallic tubing shall have U.L. label. Fittings shall be set screw or gland ring compression type. EMT shall be used only for interior runs. 6.03 Flexible metallic conduit shall have U.L. label and may be used where permitted by Code. Fittings shall be "JAKE" or "SQUEEZE" type. Seal tight flexible conduit shall be used for all final connections to motors and in wet, damp or outdoor areas where drawings indicate flexible conduit. All conduits in excess of six feet in length shall have Code size ground wire. 6.04 PVC Schedule 40 may be used in lieu of rigid steel conduit for conduits below grade. Install a code sized insulated conductor (green) ground wire in conduit for continuity of equipment below grade, conduits shall be separated by a minimum of 3" between identical systems and 12" between power and sound or telephone systems. All elbows and risers shall be rigid galvanized steel, wrapped with Hunts Wrap Process No. 3. 6.05 Conduits shall be run concealed in floors, ceilings, or walls unless indicated otherwise. Conduit indicated exposed shall run parallel or at right angles to walls, ceiling, floor or beams. Verify exact routing of all exposed conduit with Owner's Representative prior to installing. PART 7 - OUTLETS 7.01 Outlet and junction boxes used in concealed work, except masonry, shall be ELECTRICAL 16000 - 3/6 i � / galvanized or sherardized one - piece, pressed steel, knock -out type sized in accordance with the Code for the number of conductors or the number and size of conduits entering the box, but shall not be less than 4" square and 1 - 1'2' deep. Plaster rings shall be provided for all flush mounted boxes. 7.02 Outlet and junction boxes used outside of building, on roof, or in landscaped areas shall be cast aluminum as manufactured by Crouse -Hinds type "FS" or equal with conduit hubs as required. PART 8 - WIRE AND CABLE 8.01 Conductors shall be copper #12 AWG minimum unless specifically noted otherwise on drawings. 8.02 Conductors #10 AWG copper and smaller shall be solid and #8 AWG copper and larger shall be stranded. Type of wire shall be as follows: A. Type THW or THWN, 600 volt insulation shall be used for #4 AWG copper and smaller. B. Type THWN, 600 volt insulation shall be used for sizes #2 AWG copper and larger and for panel feeders. C. Type THHN, 600 volt, insulation shall be used for all branch circuit conductors installed in conduit outside of air conditioned spaces and other hot locations. PART 9 - RECEPTACLES 9.01 Shall be 20- ampere, 125 -volt A.C., Hubbell #5362, ivory and /or brown as required by Owner's Representative, or equal by Sierra, Slater, Leviton, Bryant or Arrow -Hart unless indicated otherwise on drawings. PART 10 - WALL SWITCHES 10 -01 Shall be Hubbell #1221 (ivory and /or brown as required by Owner's Representative ,(single pole) and #1223 -1 (3 -way), or approved equal by Sierra, Slater, Leviton, Bryant or Arrow -Hart. PART 11 - PLATES 11.01 Shall be Sierra P line (ivory and /or brown as required by Owner's Representative) in public areas and Sierra S line in utility areas, stainless steel, for all switches, receptacles, telephone and blanked outlets. Plates shall have engraved lettering where indicated on drawings. Weather- proof receptacles shall have Sierra # WPD -8 left cover plates. PART 12 - LIGHTING FIXTURES 12.01 Shall be type as indicated on lighting fixture schedule and shall be underwriter's approved. All high intensity discharge (H.I.D.) fixtures shall be furnished with high power factor constant wattage ballasts, C.B.M. approved. ELECTRICAL �� 16000 - 4/6 • • PART 13 - LA,11PS 13.01 Shall be General Electric, Westinghouse or Sylvania. Type of lamp and wattage as shown on fixture schedule on drawings. Furnish and install lamps for all fixtures, including those fixtures furnished by owner. (Verify type of lamp and wattage with Owner's Representative). PART 14 - NAMEPLATES 14.01 Provide engraved plastic screw -on nameplates for each disconnect switch, starter, circuit breaker or fusible switch and other control devices indicating equipment controlled or function. PART 15 , PANELBOARDS 15.01 Shall be General Electric power mark heavy duty load center or approved equal by Square D Company, I.T.E., Zinsco, Westinghouse or Cutler - Hammer. Provide a typewritten directory mounted inside the door in a metal frame which shall clearly identify each circuit as to use and location. Circuit numbers shall be stamped into deadfront adjacent to each circuit breaker. All circuit breakers shall have 10,000 ampere interrupting rating. Circuit breakers used for control,of lighting shall be approved for switching duty. Provide engraved.screw -on nameplates on panel trim indicating panel designation. PART 16 - MATP SERVICE 16.01 The electrical service shall be underground to an outdoor rainproof under- ground combination safety socket box with factory installed circuit breaker and provisions for metering as required by the Southern California Edison Co. The enclosure_ shall be Dainted to match the buildinq. The services shall be as manufactured by Circle A -W Products, G_.T.E.Sylvania,Square D.Co., Westinghouse or Cutler - Hammer. 16.02 The pedestal shall contain the main circuit breaker, branch circuit breakers, photo control and contactor. All devices shall have screw - on engraved nameplates. 16.03 The service pedestal shall be as manufactured by Myers Electric Products, or approved equal as manufactured by G.T.E. Sylvania, Square D. Co., Westinghouse or Cutler - Hammer. PART 17 - FUSES 17.01 Shall be Class "R" type as indicated on drawing, as manufactured by Bussmann. No substitutions allowed. Furnish to owner two extra fuses of each size and type used in main switchboard in a metal fuses of each size and type used in main switchboard in a metal hinged TYP box, size as reouired. Wall mount box in storage room. PART 18 - DISCONNECT SWITCHES 18.01 Shall be nonfusible, or fusible as indicated, normal duty, externally operated horsepower rated 250 -volt NEMA type 3R enclosure. ELECTP,;CAL 16000 - 5J6 PART 19 - GENERAL EXECUTION 19.01 Provide junction or pullboxes where required for pulling conductors due to excessive number of bends or length of conduit runs. 19.02 Bury underground conduit except under buildings to a depth of not less than 24" below finish grade. 19.03 Run exposed conduits at right angles or parallel to structural members, walls, floor or ceiling. 19.04 Provide expansion couplings where conduits cross expansion joints or for continuous runs in excess of 100' except when embedded in concrete. 19.05 Reroute conduit where necessary to clear structural and mechanical obstructions. 19.06 Install long radius bends (nine times the diameter of conduit) in under- ground service conduits and in other long underground runs in excess of 100 feet. PART 20 - INSTALLATION OF CONDUCTORS 20 -01 Conductors shall be continuous between outlets or junction box and no splices shall be made except in outlet boxes, pullboxes, panelboard gutters or hand - holes. 20.02 All joints, splices and taps #10 and smaller (including fixture pigtails) connected with "IDEAL" wing nuts or scotchlok connectors, #8 and larger connected with solderless connector or.100% electrolytic copper. 20.03 Oil or grease shall not be used when pulling conductors. Approved cable lubricants only. 20.04. Train conductors neatly in panels, cabinets, and equipment.. Retighten pressure type lugs on panels and equipment after load has been applied. All branch circuits shall be left tagged in the panelboards, in all gutters and in all junction boxes where used circuits terminate for the purpose of identifying the various circuits. Feeders and mains shall be tagged in the switchboards. The method of tagging shall be with adhesive type marker equal to "BRADY. ". 20.05 Install a polyvinyl rope pull wire in all empty circuits. END OF SECTION ELECTRICAL Q 16000 - 6/6 ri i t PR la • 3.3,$3 CITY OF'" NEWPORT BEACH ( ( ) PUBLIC WORKS DEPARTMENT SAN MIGUEL PARK CONTRACT NO. 2358 To the Honorable City Council City of Newport Beach P.O. Box 1768 3300 Newport Boulevard Newport Beach, California 92663 -3884 Gentlemen: PROPOSAL G uts ��sf ���N �►��. J/% L NV�iZ�(JNk? N�'� L�l- ac/DSCAPcs (,oNl�C./kGfiU� -S The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract No. 2358 in accordance with the Plans (Drawing No. P- 5107 -S, consisting of 31 sheets), and the Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: TEM QUANTITY NO. AND UNIT ITEM ULS)UKIFIIUN UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Demolition, clearing and grubbing, rough grading, apply weed killer, for the lump sum price of: ti 1yf.�,d / Dollars / ✓rCt and Cents ✓ / gd $Cn 7 2. Lump Sum Surveying and layout, for the lump sum price of: ye 7- oylla,�.1 fir. r Dollars J / / and \ / /7v�valrt/ / LiIY+� 7' /� p / /.4 /f . Cents 3. Lump Sum Construct drainage improvements, for the lump sum price of: i F1 V e 7-A y 9551 v -P Dollars / and lj✓rtclre4A���a,, C%J! /A, /; Cents V $5-5 D• ITEM QUANTITY ITEM DESCRIPTION NIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct sanitary sewer facilities, for the lump sum price of: NINE %kunidred . L kT4, 2,uD Dollars / and Cents $ %0 5. Lump Sum Construct water system, including vaults, meters, backflow preventer, and connection charges, for the lump sum price of: .I n�nyi,t\s -vA Dollars and /� D Cents $2t qW, = C-11 6. Lump Sum Construct electrical and lighting system, including connection charges and telephone conduit, for the �lump sum price of: /ca1�T� /! >/7/✓Jc Dollars v and q or ents $ 27e & / - 7. Lump Sum Construct irrigation system, including booster pump assembly, for the lump sum price of: '-V�a C111 `- L,QJS,a.ti[�/ tnji k Do] 1ars and ' JA8reA .l�AJV-I�i� !ki/�btl/idents $�,�.aC% 8. 1,550 Construct 6" -thick reinforced P.C.C. Sq. Ft. pavement over 6" A.B., for the unit price i r Dollars and J / �-^ I ki44�t�ti in Iy\� " Cents 2. a � $ Per Square Fo 9. 10,000 Construct 4" -thick unreinforced P.C.C. Sq. Ft. sidewalk and handicapped ramp pavement over 6" A.B., for the unit price of: an P Dollars / and �/ o FL; F, N � 4 ;= i y f Cents $ �� S $ / %�00, - Per Square l=oot 11. 12. 13. 14 15. 32 Construct Type A curb and gutter, Lin. Ft. for the unit price of: �.PLJ110 Dollars ✓// and Cents $ CO $mac der Linear oot 1,000 Construct Type B curb, for the unit Lin. Ft. price of: /� a Dollars and Cents $ ) $ Per Linear Foot 390 Construct 4' -wide gutter, 6" thick Lin. Ft. P.C.C. over 4" A.B., for the unit price of: / Dollars � ✓/ and e+Pe- Cents $ $ Per Linear oot 3,300 Construct 6" -thick Grasscrete "mono - Sq. Ft. lithic reinforced concrete runway" over 2" special base, for the unit j price of: E/ y-e Dollars and F ? i 62/7zr Let'.,,P-1 Cents $ � �7 $ %/, ea Pe- r SquaM Foot 16,000 Construct 3" A.C. pavement over 8" A.B. / ,, / Sq. Ft. for the unit price of: cL-59 •/ Dollars ���//// V ho�iy %mil i/P Cents $_ , �JS/ $,s���� Per Square Foot • PR lc ITEM QUANTITY ITEM DESCRIPTION UNIT TMA� NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 2 Construct standard alley approach, Each 6" P.C.C. over 4" A.B., for the unit price of: 2- T Dollars D O /tad O and Cents $ MOT Each—' 11. 12. 13. 14 15. 32 Construct Type A curb and gutter, Lin. Ft. for the unit price of: �.PLJ110 Dollars ✓// and Cents $ CO $mac der Linear oot 1,000 Construct Type B curb, for the unit Lin. Ft. price of: /� a Dollars and Cents $ ) $ Per Linear Foot 390 Construct 4' -wide gutter, 6" thick Lin. Ft. P.C.C. over 4" A.B., for the unit price of: / Dollars � ✓/ and e+Pe- Cents $ $ Per Linear oot 3,300 Construct 6" -thick Grasscrete "mono - Sq. Ft. lithic reinforced concrete runway" over 2" special base, for the unit j price of: E/ y-e Dollars and F ? i 62/7zr Let'.,,P-1 Cents $ � �7 $ %/, ea Pe- r SquaM Foot 16,000 Construct 3" A.C. pavement over 8" A.B. / ,, / Sq. Ft. for the unit price of: cL-59 •/ Dollars ���//// V ho�iy %mil i/P Cents $_ , �JS/ $,s���� Per Square Foot PR Id 16. Lump Sum Construct multi -use court, 6" P.C.C. ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 16. Lump Sum Construct multi -use court, 6" P.C.C. over 4" A.B.; and including two each backboards, posts, foundations, and nets; and pipe sleeves for volleyball posts, for the lump sum price of: / v l�ixirc`N // L9&,S..4nA /Lvo Dollars �„ and _��!/ia -/S 7_ z;jnts $ ' �0 20• ��'0 17. Lump Sum Construct equipment enclosure, for the lump sum price of: �hYPEov��nd SP��pt, Dollars t L' 17./1',el gi t= T..._ t� Uri and iCents CIO $ 2 Z S t 18. 140 Construct 12' -high chain link fence, Lin. Ft. for the unit price of: �i /X%Ptrn1 Dollars / / and A Cents $ 16,3-0 $ 13 / O. 1Y Per Linear Foot 19. 2 Construct dry sumps, for the unit price Each of: �V;lejig-d 0/74P hiG i �, Dollars u and ®C9/" v a Cents $ 13T. cc $ 30c, o0 Each ARBOR AND TOT LOT AREA j3('COwti �w:�sh 20. 11100 Construct axpa ed aggos"te concrete Sq. Ft. pavementy'V -thick with W.W.F. over 0 A.B., for the unit price of: ` �10 Dollars +,�JO �� %0,av �Sl Leon ✓�., and Cents $L'zL— a $ Per Square Foot 21. 140 Construct concrete headers, for the Lin. Ft. unit price of: F P � ollars U �' jr F and Cents $ r,,!5�0 $ %%D ?n Per Linear Foot PR 1e NO. AND UNIT UNIT PRICE WRITTEN IN WORDS I PRICE PRICE 22. Lump Sum Construct overhead trellis, including/ concrete columns and foundations, fqr the lump sum price of: V/ A/In>P'Ara -f snd Dollars �ti1J a^c� � and °� 0 `9yn /OiCent s 23. 2 Construct wood bridges, including Each foundations, for the unit price of: rbviJ /�0✓5�4Nd _ J �!l yn h,,.d, yJ ll ars and L�iel17 e��! /R /S �0// oc7 — Cents Eac 24. Lump Sum Construct boulder steps, for the lump sum price of: ,T#{ L4 i1/iry �e AV A _ ✓w /—Dollars and At Leh d 0 ''ents 25. Lump Sum Construct concrete walls for wave slide, chute slide, and boundary around arbor and tot lot area, for the lump sum price of: / lei pia i° /�9LL?f:9na �/ Dollars and /r Cents $-I � z . ?g $ 7 F0, °$ . 0. o° $ .4 Sj SS�o2 26. Lump Sum Construct redwood crib wall for the lump sum price of: gLr'1Do11ars �J and Cents 27. 60 Furnish sand for play areas, for the unit Cu. Yds. price of: Dollars V and Cents $ /0,SO $ 630,x' Per Cubic Yard "4, • � PR If ITEM QUANTITY ESC IP ION UNI TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 160 Furnish decomposed granite, for the / Cu. Yds. unit price of: J j 29. 30. 31 32. 33 W,rLy e Dollars and Cents Per a� 3 Construct trash receptacle pads, for Each the unit price of: Dollars and Cents each 4 Construct redwood markers at corners of Each soccer field, for the unit price of: 1 _ yiy7'4, uoIIars o ^�� and 0 Cents Each 6 Each Lump Sum Lump Sum PLANTING —Lump Sum Construct redwood headers at tot lot area, for the unit price of: G' P Dollars and 0 a Cents Each Construct park sign, for the lump sum price of: /'3/J�'7�ovJ.w -+d /�/inF fi u.•,c� /�dDollars and Cents Striping and painting pavement messages, for the lump price of: i' /yV J \Dollars and ;t �idm Cents Plant turf, approximately 195,000 sq. ft.,,.' for the lump sum price of: �/ �� /�/i,v PnUf.�v,A Dollars 1�e 14 44d &eots $_ $ J � $ oo $ O, a V v $ a • erg $ / X39 -n ,o i J $ Qo ' • PR lg ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 35. Lump Sum Hydroseed, approximately 72,0 sq. ft. for the lump sum price of:/ 12:110o—Cents and uo $ Y3.7 V. 36. 6 Furnish and plant 30" -box trees, for Each the unit price of: / iii [7 `jv,.��sp�4—o ✓iT-rn / Dollars and ^ents $ G �p $ f�f `fp °° Each 37. 13 Furnish and plant 24" -box trees, Each for the unit price of: JDoltars rJ ✓,,.,7 '�— 4P &0//O C7 and Cents $ 17021 $ Each 38. 79 Furnish and plant 15- gallon trees, for Each the unit price of: ;4::-/f"771 v-e _Dollars and o� o y Cents Each TKE F,S 39. 52 Each Furnish and plant 5- gallon slwjk „ for the unit price of: Dollars and --7 Each 40. 464 Furnish and plant 1- gallon shrubs, Each for the unit price of: i rr C� ✓ Dollars 1� and Cents $ On ✓// $ fib• °=' Each 41 Lump Sum Maintain plantings, for the lump sum ' price of: L Dollars QTR � e ,3/ /00 _ and Cents �c $ � OG' ©, nA 3M t�EA- j -CAL 5iZP ViNPS �1n °° � 1 cc FCry C�o 11A!'s $_ 0V/ 0 • PR lh ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 42. Lump Sum Provide and install play equipment Items SB -4 through SB -12, SB -14, and SB -15 on page 31 of the drawings, for the lump sum price of: -r ,u �r.4 Dollars �— and rents t,c, $ n Q. - 43. Lump Sum Provide and install site furniture, Items SB -1, SB -2, and SB -3 on page 31 of the drawings, for the lump sum price of: ,,„ Dollars c l and L2 kUU eA _S Lt-A, .Cents $ � 7/7: C 44. Lump Sum Construct backstop, including foundations, Item SB -13 on page 31 of the drawings, for the hump sum of: price ,O \NOVSav�b�.reAjA,cCQbollars and �Cent s i $ 4I1Ar-( 3yy, c BASE BID TOTAL PRICE WRITTEN IN WORDS: (BID ITEMS 1 -44 INCLUSIVE) 11ars and ADDITIVE BID ITEMS 45. 985 Substitute keyed construction joints, Lin. Ft. for the unit price of: / nr/�P Dollars and Cents Per Linear Foot �ce // 399�9331.'Lo $,i d f / V 413553 A KkMS CONSTRUCTION, INC. J/V Contractors Lic. No. & C ssification���� a Bidder Date: MARCH 3, 1983 Tel. No. 714- 899 -1664 �thoriz i na re/Title Wesley T. Mathis - President (Mathis Constr.Inc) Bidder's Address: P.O. BOX 189, CUCANANGA, CALIF. 91730 0 • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 413553 A W=S CONSTRUCTION, INC. J/V I.ANDSIe4PE CONTRACTORS Contr's Lic. No. & Classification Bidder March 3, 1983 to aep �i nature /iitie T. Mathis - Pres. Mathis Constr., Inc. February 17, 1983 NOTICE TO BIDDERS: BIDDERS shall propose to complete Son -traC 358 An_ gCS4rdariCe_.with ments, the Proposal, the Specifications, and as modified by this Addendum No. 1. 1. Change Bid Item No. 39 of the Proposal to read as follows: 52 Each. Furnish and plant 5- gallon trees, for the unit price of: Dollars and Cents each 2. Add new Bid Item No. 39A as follows: 39A - =12 Each. Furnish and plant 5- gallon size vines, for the unit price of Dollars and Cents each. 3: Amend the second paragraph of Section III of the SPECIAL PROVISIONS, AWARD OF CONTRACT, to read as follows: For the purpose of determining the low bid, the total price bid for the Base Bid shall.be used. The Base Bid shall con- sist of the total price bid for Bid Items 1 - 38 inclusive, 39 as modified above, 39A, and 40 - 44 inclusive. , PERIOD. Section V of the SPECIAL PROVISIONS, TIME OF CONTRACT, takes precedence over Section 02840 of the Job Specifications, LANDSCAPE ESTABLISHMENT AND MAINTENANCE. Section V of the SPECIAL PROVISIONS; TIME OF CONTRACT, is hereby amended to read as follows: The_time of completion of all work to be done under this contract, except for the plant establishment and contractual plant maintenance periods shall be 120 calendar days from the date of the award of the contract by the City Council. When the planting is completed and accepted by the City's representative, the plant establishment period will commence and shall extend for a minimum of 30 calendar days until all of the plantings have been z - February 16, 1983 San Miguel Park Contract No. Page 2 established in accordance w# action 3.01 of Section 02840 of the Job Specifications and ac cep y the City's representative. i 236$ ;Addendum No.. 1 The contractual plant maintenance period shall commence upon completion of the plant establishment period and shall extend until all of the plantings have been established and growing for a minimum of 60 calen- dar days and accepted by the City's representative. CLARIFICATIONS: 1. The first sentence under the heading GRADING CONSTRUCTION NOTES on page 3 of the Plans states_ that the grading plan should balance with 6,400 cubic yards of.cut d Tl; ftr permit purposes only. This is intended to mean that no clean'aarthen materials will be exported from the site, and no fill material will be imported to the site. The volume of material to be cut and used for fill is estimated to be 6,400 cubic yards in its present condition. If the material should shrink or . expand upon being used for.fill purposes, the difference will be accommodated by adjusting the grade of the athletic field. 2.2 Under SOIL PREPARATION in Subsection 3.03 of Section 02800 of the Job Specifications, landscaped areas with slopes 3:1 or less shall have 4 cubic yards of organic amend- ment, 10 lbs. soil sulfur,.and 100 lbs. agricultural gypsum distributed over the planting area to a uniform depth. The reference in the Job Specifications to a uni- form depth of 1.%" shall not apply. Please execute and date this Addendum No. 1 and attach it to your bid proposal. No bid proposal will be accepted without this Addendum being executed and attached thereto. to40� nneth L. Perry Project Engineer I have carefully examined Addendum No. 1, and hereby consent to its being made a part of our proposal. �. 0 7N.Wmw 714- 899 -1664 (Telephone No. (Bidder's Na AL A • '_, ! :t s- 14athis Con tructiori, Inc. OA A' CITY OF NEWPORT•BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL PARK CONTRACT NO. 2358 ADDENDUM NO. 2 February 24, 1983 `NOTICE TO BIDDERS: BIDDERS shall propose to complete Contract No. 2358 in.accordance with the con- , tract documents, the Proposal, the Specifications, and as modified by Addendum No. 1 and this Addendum No. 2: 1. AMEND SECTION 3.016 "TOPSOIL REMOVAL ".FROM SECTION 02200 OF THE JOB SPECIFICATIONS, "SITE CLEARANCE, EARTHWORK S DRAINAGE," TO READ AS FOLLOWS: Topsoil will not be segregated from other subsoil that is reasonably free of clay lumps, stones, and other objects over 2" in diameter, and that is also without weeds, roots, and other objectionable material. Please execute and date Addendum No: 1 and this Addendum No. 2 and attach both to your bid proposal. No bid proposal will be accepted without both Addendum No. i and Addendum No. 2 being executed and attached hereto. Kenneth L. Perry Project Engineer I have carefully examined Addendum No. 1 and this Addendum No. 2, and hereby - consent to-bath- nda being - MA= CONSIM=CDI, INC. J/V ENVIRCiiMPNPAI. I.AMCAPE CONTRACTORS d er s Name) Date MAii(�I � 1 48'A lliesle ggnnaa y T. Mathis F Msth3s Conauuction, Inc 714 - 899.1664 i er s ss (Telephone No. 0 -. e��_ . _.:.:' j s.. Via+ *m.4 �'�. � �-___ .sac.�..:.:.< -. - �.,':,_� �. ;....,- ,�4 r,.. �_ .�� �� .�:'" y„___ .. m� ._. -._. r -.. �_ `�� • • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work —� Subcontractor Address 1. U'`, 2. Sc,�l ✓�, �n_rry 7— 3. OlAc., 3Lrru >va r`°u..:D- {�OOn�, /°- f/s►na t 1�` i�C 4. CQ — /W CC) 4 6. CC) nCr -6re, M.►SC,_ c'nUGTi0tj 7. 8. 9. 10. 11. 12. Q014,1I-IN�U Bidder Author' S1'gn ure/ it e Wesley t1 - Pres, Mathis Constr.,Inc. 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS That we, \IV • Page 4 • `�t� Kc • ooaql 7a -as- TY\c, as bidder, and LA �1cW�AA4 ZY\��`Q�C°C� (9�., as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of O© Dollars ($ t�,012QGQ 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 bidder for the construction of e of Project Lontrac in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF we hereunto set our hands and seals this 1\ day of $, 19h3 QQ )n C (Attach acknowledgement of Attorney -in -Fact) Natary Public Bidder Auth i ed Si nature /Title Commission expires Surety — 1 ort+icuc s HOLLY GREENS By NOTARY nsw • cAUFMa ORANGE COU" Mr Co Expert, lm. 7!. w8G Ti tl a � '' LIED, FIDEL1TY.11NSUi,.R iii -. 6320 North Ruckef Road o lndianapo!is, inianlw 41(.2,­,1U 0 0 2 9 7 2 :Z POWE 11 OF AT11NDRI�,1EY ` KNOW ALL MEN .BYTHESE PRESENTS: "T this t, z:d un M: ex At specifics tho LIMIT OF THE AGENTS AUTH6110TY AND ; ;V THE AUTHORITY OF•THE ATTORNEY -IN -FACT and TUL LIABILITY OF T12E. CXNW All:; si19LL NOTAkXCEED ***FOUR HUNDRED THOUSAND DOLLARS*** USE OF MORE TAN 0141N. Aj ALLIED FIDELITY INSURANCE CO., all Indiana corporation, of Indiana, does hereby make, const;n W_ nV adpainaREEN_E — - - - ---_---------- — -- ----------- N in tilt City of ANAbT,4.M 'CALIFORNIA _.__ Comity oi..ORAN_GB_­ I its free and lawful attorney 'act,at-_ ANA ...... ... .... CALIFORNIA `to make, execute, seal and deliver for and on its Ire, alt and as its act and fiduciaries, who under tile jurisdiction of a court, a6minister property held in tru.,L; ;a, sitotw ofi:- bonds; tax, lien, and miscellaneous bonds; required by Federal, SuItc, Nhmizirm:el that the liability of thecompany as surety on any such bond executed U shown above. THIS POWERVOID IF ALTI-11,ZBO This Power not valid unless used before The acknowledgment and execution of any such document by the acid Al I 1 ..:.'a j:- jA Party as if such bond had been executed and acknowledged ged by the regularly efectc 'If off '1,ro <: C:. This Power of Attorney is granted and is signed and scaled by facsimile order tmd isY -T:� adopudby.the Board of Directors of Allied Fidelity Insurance Co. at an:�?: tio.- dtfly callol 1.7z,l 'Article V Section 12, The Projident shall have power and authority t0 appoint, oi appointment of ... Atturneyis)-in•Fact, and authorize them to e7=.utc, on -rilin,'m lA ;iL�azovi In 0 t indemnity, and other v, undertakings, recognizarices, contracts of in 0 time in hip Judgment remove any such appointee(s) and revoke the. authorit �nt�cn to 1,, i L Copyef any Power of Attorney, tho signatures of any issuing or atte.- to to ed to such Power of Attorney or to any certificate relating thereto, 1)y tacs.n)UP,; eizd At ::'y seals shall be valid and binding on the Company, in the future, with iesppc: to --. ;lv suretyship, to which it is attached.*' oro INWI-NESSWI ITE11LOF, Allied Fidelity InquranctoCo. Z_ LA to be sigluel by its duly authorized officers this 25th day of lqcwcinbcz, ii U;. C 0 0 H Secretary 0 THIS POWER DOES NOT THE-,EXECUTION OF MMDSVOR STKIT, OF INDIANA S 92Rh day of November. 1960, before me a Notary Public, personally ant-,eared 11.0 ;'n as chilysivoin, acknowledged that they signed the above power or U;3v ea Cl.w ViDELITY INSURANCE CO. and acknowledged said inaLrumilaitti,be the vol e:1e iotnry in bih: h in riou County Indiana vl-j ONLi N 0 E POWER Or ATTORNEY MAY HN ATTACHED TO A B .4 r�ND_ *4tn oFktT(-)RNEY.MUST NOT BE RETURNED TO ATTORNEY UNVACT, NT PART OF THE: OBLIGPE'S RECORDS. 3. THIS'PONVER UOLS NOT AUTHORIZE EXECUTION 01? BONIPF, C": FAILURE TO PROVIDE PAYMENTS OF ALIMONY SUPVONT NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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. 4M tM 60jL�YlMC Subscribed and sworn to before me this 3 day of Bch , 19 83. My commission expires: Dec. 27, 1985 MATRIS CONSTRICTION, INC. J/V ENVIR()rAiE[JTAL LANDSCAPE CC TTR 1str.,Inc. Beaudry T. Parker -Owner Envir. Landsc., Contr. -Notary Public Livia Lea Vallance Lip &2�g MW • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. IV=S CONSTRUCTION, INC. J/V ENVIRONNIENPAL LANDSCAPE CCiVMCTORS Bidder AuthoyZzed Sign ure /Title Wesley T. MatYas -Pres., Mathis Constr., Inc. • 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. 1982 Riv. Co. Parks Dept. George Balteria 714 -787 -2551 P.O. Box 3507 Riverside, Calif. 92519 1980 City of Banning Parks Dept. 714- 849 -4511 ey Banning, Calif. Current Irvine Ranch Water Distr. G. Correa 714- 833 -1223 Irvine, Calif. 92716 MkMS OCNSMCTION, INC. J/V ENVIRONMENPAL LANDSCAPE ODNTRACIORS idder A t o i S1 na re /Ti 1 Wesley Ff. S -res. t tehis Construction, Inc. 0 Ri v i m n-i Z 0::; r Z � P ^f � n n O; (-A 2`'_ i 32- A D g 3h 0 Ti I� C 3 71 Z� J r. 0 T N 1 n m n-i Z 0::; r Z � P ^f � n n O; (-A 2`'_ i 32- A D g 3h 0 Ti I� C 3 71 Z� J r. 0 T N m S n n i m z m m z A 0 -i z �T m c'. a z D A N D y '1l c r IAII III �I� INIINIINI �■�III�I Y m z m m z A 0 -i z �T m c'. a z D A N D y '1l c r i J rs x n 1 m 0 —1 D Z Z-301p; m n A - In Z �J < 9 O N C i Y_ A J O T N s 1 m 0 —1 D Z Z-301p; m n A - In Z �J < 9 O N C i Y_ A J O T N s ti a O O - Q �F -.BC} D 4 z)n r1rrr U L4 W w 2 ~ O Z r1 Ah W U S V) w W U S V) m0-i cziz °O=+ s MI F'' z-av in z D ti mE� k w v co c 3 z_ 0 T N QI IlralmiliIIIIIIIIIIIII 111�11�911� 1 m0-i cziz °O=+ s MI F'' z-av in z D ti mE� k w v co c 3 z_ 0 T N QI IL a } ti 7 Q O Q } :ram y r fir¢ t�. z O Z r U W W W S Mill 11111111111111111 Eu ui ue� aom SIMMONS EIAI�p W W S '*March 14, 1983 CITY COUNCIL AGENDA ITEM NO. F -3(c) TO: CITY COUNCIL FROM: Public Works Department and Parks, Beaches and Recreation Department SUBJECT: SAN MIGUEL PARK (CONTRACT NO. 2358) RECOMMENDATIONS: 1. Reject the bid received from Tom Downey Contractor, Inc., because the bid proposal form submitted was incomplete, and contained substantial errors. 2. Award Contract No. 2358 to a joint venture of Mathis Construc- tion, Inc., and Environmental Landscape Contractors in the total amount of $391,309.70, which includes $389,832.20 for all of the items included in the base bid, plus $1,477.50 for the sole additive bid item (keyed construction joints in sidewalks); and authorize the Mayor and the City Clerk to execute the con- tract. DISCUSSION: At 10:30 A.M. on March 3, 1983, the City Clerk opened and read nine bids for the construction of San Miguel Park: Bidder Base Bid Additive Bid Item 1. Mathis Construction, Inc. J%V $389,887.50 $1,477.50 Environmental Landscape Contractors, Cucamonga 2. Hondo Company, Santa Ana $399,999.00 $1,231.25 3. Valley Crest Landscape, Santa Ana $407,466.00 $1,674.50 4. Industrial Turf, Laguna Hills $412,377.12 $2,107.90 5. Western Contractors, Westminster $423,379.00 $2,758.00 6. Tom Downey Contractor, Inc., Ojai *$443,204.83 $1,861.65 7. Allied Sprinklers, Anaheim $445,956.00 $1,822.25 8. Roybal's Construction, La Verne $456,190.60 $1,773.00 9. Ecco Contractors, Santa Ana $563,949.00 $1,477.50 *The total shown on the Tan Downey Contractor, Inc., bid form was $382,372.00. The figure of $443,204.83 represents the corrected amount when the individual bid items are added together. March 14, 1983 Subject: San Miguel Park (Contract No. 2358) Page 2 The low bid is 11.4% less than the engineer's estimate. Five of the bids were below the estimate. The bid proposal form received from Tom Downey Contractor, Inc., was incomplete in that the unit prices in words for many of the bid items were omitted. In addition, a number of minor errors were made in computing the extensions of.unit price items; and a major error was made in adding the sum of the individual bid items to arrive at a grand total. .It is the staff's opinion that the discrepancies are material and that the bid should be rejected. Mathis Construction is a general engineering contractor with a Class A license. Environmental Landscape Contractors was the contractor for landscaping at OASIS under Contract 2259. Their performance was acceptable. Funding for this project is by a combination of State grants and City funds: Building Excise Tax Fund Parks & Recreation Fund (State grants) Budgeted Funds Additional Funds Available from State Roberti- Z'Berg Park Lands Act Total Funding $116,000 275,325 $391,325 $ 48,552 $439,877 The park was designed by Lang and Wood, Landscape Architects, of Laguna Beach under a $38,810 design services contract funded by an appropria- in the 1980 -81 budget. The park is a 7.32 -acre site at the southeast corner of San Miguel Drive and Spyglass Hill Road. The location is shown on the attached sketch. Development includes a playing field for baseball, football, and soccer; a multi -use court for basketball and volleyball; parking for 32 cars; picnic areas, a tot lot; plus plantings and an irrigation system. No public rest room is included. The estimated date of completion of the improvements and plantings is July 31, 1983. The plant maintenance period will extend an additional period of 60 days minimum. J k4 Benjamin B. Nolan Public Works Director BON: jd Att. e0407 ' Ronald A. Whitley Parks, Beaches and Department Director EAST6ATE oa�r� a 0 0 N v 2 y /1 SOY 6�gSV 'Po PLAYING FIELD AREA �„AR80R & c \ �1'TOT NULT 'a USE It PICNIC AREA r,r CITY OF NEWPORT SUCH PUBLIC WORKS DEPARTMENT SAN M/G!/EL Pop& LOT 43 rRwr 10137 7.3ZcA•�s � I ao1�rRMC� �JVIRONMENfAL LANDSCAPE J/V GENERAL ENGINEERING CONTRACTOR P.O. BOX 188, CUCAMONGA, CA. Ot730 Lie. No. 413553A PNoN[ 7+A 899 -1664 �wmo[dr ow 899 -1605 WES MATHIS March 3, 1983 To the Honorable City Council dy HpWPoRj OF� B City of Newport Beach C�/F40t P.O. Box 1768 MQR Newport Beach, California 92663 -3884 J9B3a* EI Re: San Miguel Park Contract #2358 Bid date: 3 -3 -83 Bid Time: 10:30 A.M. ^' Gentlemen: We wish to register a formal protest to the naming of the apparent low bidder for the above referenced project as Ton Downey Const., Inc., due to a serious bid irregularity. Tom Downey Construction, Inc. did not write the unit price in words as was specifically requested in the proposal pages PRla through PRlh, in- clusive and page 2, paragraph 5 (" In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures, ") Date 3-7-g3 CC &- SENT TD, ayor p Goyueler a er torney C1Bldg. Mr. 0 GenSery DW. 0VBBRDir. ❑ pi Dk. ❑ Poi' hief Dir 0 Other Respectfully, Mathis Construction, Inc, J/V - Mathis Construction, Inc. 0 OFFICE OF THE CITY ATTORNEY March 9, 1983 Agenda Item No. F3(c) To: Honorable Mayor & Members of the City Council From: Robert H. Burnham - City Attorney Re: San Miguel Park Contract (Contract No. 2358) During the bidding for the above - referenced contract, it was determined that the apparent, low bidder, Tom Downey Construction, Inc., submitted a bid that contains certain irregu- larities. Specifically, the bid fails to contain, in many in- stances, the unit price written in words and in other instances the extension of the unit price is inaccurate. There is also a discrepancy (Item 13) between the unit price as written, and the unit price as listed in numbers. Finally, the major discrepancy in the bid, is the apparent failure of the bidder to incorporate, into the total bid, the sum of $59,039 which represents the last item No. 44 on the bid proposal. If the City relies upon the bid instructions and recal- culates the total price for Item 13, ($10,518.30 vs. $2,697.00) the bid submitted by Downey is no longer the low bid. Obviously, this same result follows if the bid for Item No. 44 is.added to the base bids for items 1 -43. It is the opinion of this office that the irregulariti- es in the bid submitted by Downey are so substantial that the City is not empowered to waive the irregularity. As a general rule, in determining whether an irregularity is substantial and thus, non- waivable, the courts have applied two criteria. First, the courts have looked to determine whether the effect of the waiver would be to deprive the municipality of its assurance that the contract would be entered into, performed and guaranteed according to its specific requirements. Second, the courts look to see whether the irregularity is of such a nature that its waiver would adversely affect competitive bidding by placing a bidder in a position of advantage over other bidders or by other- wise undermining the necessary common standard of competition. we are convinced that the irregularities in the bid submitted by Downey Construction would adversely affect competi- tive bidding and would give Downey Construction an advantage over other bidders. The primary support for this conclusion is the fact that Downey Construction is the low bidder only if the bid price for Item 44 is not considered and the City accepts the lower of the two unit prices listed for Item 13. In order to do so, the City would have to ignore the specific terms of its in- structions to bidders which provide that "bid wording shall pre- vail over bid figures" and that "bids will be compared with cor- rectly- multiplied totals." I have discussed my recommendation and the discrepanci- es with Tom Downey, and Mr. Downey indicated that errors were made on the bid and that he understands the reasons, both legal and factual, for the recommendation made below. Thus, it is recommended that the City Council reject the bid of Tom Downey Construction, Inc. and award the contract. to the second low bidder, Mathis Construction, Inc. and Environ- mental Landscape Contractors, and in so doing, make the following findings: 1. That the bid submitted by Tom Downey Contractors, Inc., contains substantial irregularities including, but not limited to a discrepancy of approximately $8,000.00 in Bid Item No. 13; A discrepancy of approximately $60,000.00 in Bid Item No. 44 and numerous improper computations based upon stated unit prices; The failure to specify, in words, certain unit prices. 2. The bid irregularities are not simply clerical errors or minor, technical defects rather, are substantial and non - waivable in that the irregularities represent a substantial portion of the total contract price, materially affect the amount of the bid and appear throughout the bid proposal; i 3. The irregularities in the bid are so substantial that a waiver of the irregularities would deprive the City of Newport Beach of its assurance that the contract will be entered into, performed and guaranteed according to the specified requirements. 4. The bid irregularities, if waived, would adversely affect competitive bidding by placing Downey Construction in a position of advantage over other bidders and would undermine the necessary, common standard of competition; 5. The bid submitted by Downey Construction is not.the lowest bid unless: RHB /pr MMP /Nolan (a) The lump sum price of $59,039. set forth in Item No. 44 is disregarded; and (b) The bid price for Item No. 13 is, contrary to the bidder's instructions, computed on the basis of the unit price in figures ($6.92) as opposed to the bid price set out in written words (Twenty Six Ninety Seven). o ert H. Burnham City Attorney JAN 24. 1983 Cy +y, Ci'; COUNCIL �+ L :,'SAT BGAiCH C'IY TO: CITY COUNCIL FROM: ;Public Works Department SUBJECT: SAN MIGUEL PARK (CONTRACT 2358) L January 24, 1983 CITY COUNCIL AGENDA ITEM NO. RECOMMENDATION: Re- schedule the bid opening date from 10:30 A.M. on February 2, 1983 to 10:30 A.M. on March 3, 1983. DISCUSSION: The project for construction of the San Miguel Park improve- ments includes many bid items, with a large proportion involving sub- contractors. In order to allow potential general contractors ample time to assemble competitive sub- contractor bids, a re- scheduling of the original bid opening date is recommended. Benjamin B. Nolan. Public Works Director DW:jd C ads THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above- entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: ...... 4 qJY� z.6 f c.ag3 . ..... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this o&day of far , 19 lggnatuurre Ua?fi� THE NEWPORT ENSIGN - a35-a This space is for the County Clerk's Filing Stamp V.1 Proof of Publication of PROOF OF PUBLICATION sa I THE NEWPOR "1� -- ASIGN� PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, a. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age c: eighteen years, and not a party to or interested in tl"e above - entitled matter. I am the principal clerk of I a printer of the Newport Harbor Ensign newspaper o general circula- tion, printed and published week)- in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newsp,per of general circulation by the Superior Court of t:-e County of Or- ange, State of California, under the date of May 14- 1951, 1951, CASE NUMBER A -20178 that the notice, of whirh the annexed is a printed copy (set in type not smaller !ban nonpareil) has been p..blished in each re,Jclar and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: ...... ?eG .!5 ...................... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this/(, day of 42cc_ , 19 b'L,. Signature THE NEWPORT ENSIGN 2721 E Coast Hwy., Corona dal Mar, California 92625. L - a358 Th :, cp.ace is for ih, f' . -only ('lrrk's Filing Stamp Proof of Publication of A Paste Clipping of Notice SECURELY In This Space PROOF OF PUBLICATION %al 7-409SNO -0 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: $SAN lilGllE`i PAtKf1Tl HEf 2) RECOMMENDATIONS: is L -X ,Sd December 13, 1982 C/ CITY COUNCIL AGENDA ITEM N0. r= /-S ®y the CITY COWMCIL CITY OF NEWPORT MACH 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 a.m. on February 2, 1983. DISCUSSION: The 1982 -83 budget contains appropriations to construct a park at San Miguel Drive and Spyglass Hill Road. The 7.32 acre site is owned by the City. The location is shown on the attached sketch. Development includes a multi -use playing field for baseball, football, and soccer; a multi -use court for basketball and volleyball; a parking lot for 32 cars; picnic areas; an irrigation system; and plantings. No public rest room is included. The plans have been approved by the Parks, Beaches & Recreation Commission, plus representatives of a number of homeowners' associations at two public meetings. funds: Funding for the project is by a combination of State grants and City Building Excise Tax Fund $116,000 Park & Recreation Fund (State grants) 275,325 Budgeted Funds $391,325 Additional funds available from State Roberti- Z'Berg Park Lands Act 48,552 Total Construction Funds $439,877 The park was designed by Lang and Wood, Landscape Architects, of South Laguna, under a $38,810 design services contract awarded by the City Council on October 26, 1981. The design services agreement was funded by an appropriation of $48,000 in the 1980 -81 budget. The estimated date of completion is June 30, 1983. A complete set of plans will be on display in the City Council con- ference room. A site plan will be on display in the Council Chambers. Benjamin B. Nolan KLP:jd Public Works Director Att. \ J ASTdAPE o FIW i h O IA v i 7 . / I 3' /Y crCgss PLAYING P AREA I ,ARBOR A \ \ \\ / t ;TOT LOT � 4 V1 c : f, P I �� I � c ' a MULTIi� USE / J , �; � It PICNIC / fill -! AREA h CITY OF NEWPORT BEACH DAM w.e..e.& DATE 7/7/d/ PUBLIC WORKS DEPARTMENT SAN M140L/EL RoM& PunIC WORKS DIRECTOR LOT 43 TAPACT /O /S/ R E ND 7 1 .ICR" DRAWING ND.