Loading...
HomeMy WebLinkAboutC-2505(A) - Preliminary Master Plan & Design for North Ford ParkG� k f i }1 _CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 10:00 a.m. on the 16th day of Aril , 1987, at whi tcime such bids shaTT be opene an read for NO pow U PARK.CONSTRUCTION e of Protect 2505 Contract No. 51.800.000 Eng net's Estimate c \CFO N/ Approved by the City Council this 23rd day of March 1987, ,g Wanda E Raggio 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Jeff Staneart, P.E. at 644 -3311. roJect Manager 0 - .1 0 f • I I 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONSTRUCTION OF BONITA CREEK PARK CONTRACT NO. 2505 PROPOSAL TO THE HONORABLE CITY COUNCIL City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 0 PR 1 I Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2505 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 1. 1 Construct approx. 2800 sq. ft. multi- -------- purpose building including electrical, Lump Sum plumbing and mechanical, complete in place. Three Hundred Eight Nine TDoglard @ and No Cents $ -- $ 389,000.00 Per Lump Sum 2. 787 Construct 18" RCP storm drain -- - - - - -- including excavation, bedding and LF backfill per City of Newport Beach Std. 106 —L, complete in place. / @ Fifty Two Dollars and Eighty Cents $ 52.80 $ 41,533.60 Per Linear Foot I PR 2 ' Item No. Estimated Qty. & Unit Item Description With Lump Sum or Unit Price Written in Words Unit Total Price Price 3. 186 Construct 24" RCP storm drain - - -- including excavation, bedding and LF backfill per City of Newport Beach Std. 106 -L, complete in place. @ Fifty Eight Dollars and ' Eighty Cents Per Linear Foot $ 58.80 $ 10,936.80 4. 27 Construct 8" P.V.C. drain line ■ - - - -- including excavation, bedding and LF backfill per City of Newport Beach Std. 106 -L, complete in place. @ Forty Two Dollars L and Fifty Cents $ 42.50 $ 1,147.50 Per Linear Foot 5. 7 Construct junction structure - - - - - -- No. 1 per City of Newport Beach EA Std, 310 -L, complete in place. 1 Two Thousand Four Hundred Seventy Five @ Dollars ' and No Cents x,475.00 $ 17,325.00 Per Each 6. 3 Provide and install pre -cast -- - - - - -- catch basins (Christy Products ' EA V23 -71660 or approved equivalent) per plan. @ Twelve Hundred Fifty Dollars and No Cents $1,250.00 $ 31750.00 Per Each I 1 1 • 0 IPR 3 ' Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price ' 7. 1 Provide and install pre —cast catch basin (Associated Conc. Products EA No. DB- 1212 —W /A -2010 cast iron grate or approved equivalent) per plan. @ Eight Hundred Twenty Dollars and No Cents $ 820.00 $ 820.00 Per Each 8. 3 Construct catch basin and local -- - - - - -- depression per City of Newport EA Beach Stds. 306 —L & 304 —L, complete in place. Two Thousand Nine Hundred @ Dollars and No Cents $ 2,990.00 $ 8,970.00 Per Each 9. 106 Construct 8" PVC subdrain -------- pipe including excavation, LF bedding and backfill, complete in place. @ Twelve Dollars and Sixty Cents $ 12.60 $ 1,335.60 Per Linear Foot 10. 1007 Construct 6" PVC perforated -- - - - - -- subdrain pipe including ' LF excavation, aggregate encase- ment and endcaps, complete in place. @ Seven Dollars and Ten Cents Per Linear Foot I 11 $ 7.10 $ 7,149.70 i 0 PR 4 Item No. Estimated Qty. & Unit Item Description With Lump Sum or Unit Price Written in Words Unit Price Total Price 11. 7909 Construct 4" PVC perforated -- - - - - -- subdrain pipe including exca- LF vation, aggregate encasement and endcaps, complete in place. @ Five Dollars and Eighty Five Cents $ 5.85 $ 46,267.65 Per Linear Foot 12. 1 Construct site electrical, including -- - - - - -- building, athletic field, parking lot Lump Sum and promenade lighting per plans, complete in place. One Hundred Fifty Seven Thousand Eight Hundred Ninety Nine @ Dollars and No Cents $ -- $157,899.00 Per Lump Sum 13. 15,172 Provide and place 18" thick -- - - - - -- section select import material CY over athletic fields per plans and specifications. \J @ Ten Dollars and Ten Cents $ 10.10 $153,237.20 Per Cubic Yard 14. 33,237 Construct 3" thick asphalt concrete -- - - - - -- pavement with prime coat over \ SF 4" aggregate base section at 1 parking lot, complete in place. �< @ _One Dollars and _Twenty Five Cents $ 1.25. $ 41,546.25 Per Square Foot i1 i i 0 1. 1 • PR 5 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 15. 29,790 Construct 3" thick asphalt -- - - - - -- concrete over 4" aggregate base SF at bike trail and access road, complete in place. @ One Dollars and Twenty Five Cents Per Square Foot 16. 655 Construct PCC curb and gutter -- - - - - -- Type "A" per City of Newport LF Beach Std. 182 —L. @ Eleven Dollars and Fifty Five Cents Per Linear Foot 17. 1,816 Construct PCC curb only - - - - - -- Type "B" per City of Newport LF Beach Std. 182 —L. @ Seven Dollars and Fifty Cents Per Linear Foot 18. 1 Construct modified commercial -------- driveway per City of Newport EA Beach Std. 160 —L and as shown on plans, complete in place. @ Three Hundred Thirty Dollars and No Cents Per Each $ 1.25 $ 37,237.50 $ 11.55 $ 7,565.25 i $ 7.50 $ 13,620.00 $ 330.00 $ 330.00 i t i i M Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 19. 310 Construct 3' wide conc. Lf nvn ditch per plan. @ Eight Dollars and Twenty Five Cents $ 8.25 $ 2,557.50 Per Linear Foot 20. 2 Construct conc. handicap ramps -- - - - - -- per plan, complete in place.. EA @ Two Hundred Twenty Dollars and No Cents $ 220.00 $ 440.00 Per Each 21. 1 Furnish and apply asphalt signing and striping per plans. Lump Sum \' @ Fourteen Hundred Thirty Dollars and No Cents $1,430.00 $1,430.00 Per Lump Sum 22. 198 Construct 5' -6" high chain link -- - - - - -- fence per O.C.E.M.A. Std. 412 LF and as shown on plans. @ Twelve Dollars�� and Seventy Five Cents $ 12.75 $2,524.50. Per Linear Foot 23. 1 Construct double frame gate per -- - - - - -- O.C.E.M.A. Std. 412, complete EA in place. @ Six Hundred Forty Six Dollars and No Cents $ 646.00 $ 646.00 Per Each i 'i ,j i l f Ll tem Estimated Item Description With Lu No. Qty. & Unit or Unit Price Written in 24. 1 Adjust existing manhole frame & -------- cover to 1 ft. above proposed finish EA grade per City of Newport Std. 111 —L. @ Three Hundred Thirty Dollars and No Cents Per Each 25. 421 Construct 8" PVC sewer and -- - - - - -- appurtenances including excavation, LF clean outs, aggregate bedding and backfill, complete in place. @ Thirty Three Dollars and Fiftv Cents Per Linear Foot 26. 1 Construct drop manhole per City -- - - - - -- Standard 403 —L, complete in place. EA @ Twenty Two Hundred Dollars and No Cents Per Each 27. 4542 Construct 3;" thick broom finish -- - - - - -- concrete paving @ walks, complete SF in place. @ Two Dollars and Twenty Cents Per Square Foot PR 7 UnlL iocai Price Price $ 330.00 $ 330.00 i $ 33.50$ 14,103.50 $ 2,200.00 $ 2,200.00 $ 2.20 $ 9,992.40 1 I 1 i �1 PR 8 Total Item Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 28. 7307 Construct 32"" thick retardent -- - - - - -- finish concrete paving @ walks, SF complete in place. @ four Dollars and sixty eight Cents $-4.68 $ 34.196.76 Per Square Foot 29. 23,953 Construct 52"" thick retardent finish -- - - - - -- concrete paving @ drives, complete SF in place. @ five Dollars an forty eight Cents $ 5.48 $131,262.44 Per Square Foot 30. 49 Construct 3' x3' colored concrete -- - - - - -- paving modules to match tree ` EA grate color and finish. @ forty Dollars and forty Cents $ 40.40 $ 1,979.60 Per Each 31. 110 Construct 8" w. x 18" avg. h. -- - - - - -- poured —in —place concrete walls LF including concrete footings and sandblast finish, complete in place. \� @ eighty eight Dollars and twenty Cents $ 88.20 $ 9,702.00 Per Linear Foot I , 1 �i i i E 0 09 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 32. 34 Construct 16" x. 2' -6" h, poured -- - - - - -- in place concrete seatwall including LF concrete footing and sandblast finish. @ one hundred forty -eight Dollars and sixty Cents $ 148.60 Per Linear Foot 33. 432 Construct 8" w. x 36" h. concrete -- - - - - -- block walls including concrete LF footings, cap, and sandblast finish. @ aighty -cix Dollars and jVP Cents Per inear Foot 34. 584 Construct 8" w. x 8" h. conc. -- - - - - -- block walls @ bleachers including LF concrete footings and sandblast finish. @ twenty one Dollars and seventy five Cents Per Linear Foot 35. 231 Construct 16" w. x 2' -6" concrete block seatwall including concrete LF footings, cap, and sandblast finish. @ ene— hundred six Dollars and sixty five Cents Per Linear Foot $5,052.40 \` I $ 86.75 $37,476.00 $-21.a $12,702.00 $ 106.65 $24,636.15 ;1 • • PR 1D Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 36. 1 Construct concrete paving -- - - - - -- levels @ bleacher areas including LS sandblast finish. twenty one thousand, @ six hundred seventy Dollars and no Cents Per Lump Surp 37. 8 Construct concrete trash -- - - - - -- receptacle enclosures at plaza EA and bleacher areas per plan, complete in place. @ sixteen hundred fifty Dollars and no Cents Per Each 38. 4 Construct concrete trash -- - - - - -- receptacle enclosures at dug EA out area, complete in place. two thousand one hundred @ ninety Dollars and nn Cents Per Each 39. 780 Construct 4" R x 18" T concrete -- - - - - -- steps per plan. LF @ twenty Dollars and thirty five Cents Per Linear Foot \i $ 21.670.00 J $ 1,650"00 $ 13-20 .00 V c. '1 9171130M .1 11 $ 2n -35 $ 15,87 .00 I 1 i Ir r r r r r r 1 i r r r Ir 1 0 PR 11 Total Item Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 40. 84 Construct 4" R x 4' -4" T concrete -------- steps per plan. LF v @ twenty nine Dollars and seventy Cents $ 29.70 $ 2,494.80 Per Linear Foot 41. 92 Construct 4" R x 16" T concrete -- - - - - -- steps per plan. LF U @ twenty Dollars and thirty five Cents $ 20.35 $ 1,872.20 Per Linear Foot 42. 192 Construct 6" R x 18" T concrete -- - - - - -- steps per plan. LF @ twenty two Dollars and no Cents $ 22.00 $ 4,224.00 Per Linear Foot 43. 179 Construct 6" R x 12" T concrete -------- steps per plan. LF @ twenty Dollars and -t" rtv five Cents $ 20.35 $ 3,642.65 Per Linear Foot 44. 438 Construct 3;" thick x 8" w. -- - - - - -- concrete bands including LF sandblast finish.` @ six Dollars and 6.60 2,890.80 sixty Cents $ $ Per Linear Foot PR 12 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 45. Construct 31" thick x 18" w. -- -102 -- concrete bands including sandblast LF finish. \' @ eight Dollars `4 ' and twenty five Cents $ 8.25 $ 841.50 Per Linear Foot 46. 160 Construct 3;" thick x 24" w, concrete -------- LF bands including sandblast finish. �C.... @ eleven Dollars and no Cents $ 11.00 $1,760.00 Per Linear Foot 47. 64 Construct 31" thick x 2' -6" w. -- - - - - -- concrete bands including sandblast LF finish. \� @ thirteen Dollars and twenty Cents $ 13 20 $ 844 Rn Per Linear Foot 48. 48 Construct 3;" thick x 4' -0" w. concrete bands including sandblast LF finish. @ nineteen Dollars and ` eighty Cents $ 19.80 $ 9.50.40 Per Linear Foot I i PR 13 Item Total Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 49. 156 Construct 24' high backstops -- - - - - -- including poles, rails, fabric LF panels and related appurtenances, complete in place. @ eighty five Dollars and twenty five Cents $ 85.25 $13,299.00 Per Linear foot 50. 212 Construct 12' high line fences -------- including poles, rails, fabric LF panels and related appurtenances, complete in place, / @ thirty nine Dollars and twenty five Cents $ 39.25 $ 8,321.00 Per Linear Foot ' 51. 204 Construct 8' high line fences -- - - - - -- including poles, rails, fabric LF panels and related appurtenances, complete in place. @ thirty five Dollars \ ' and twenty five Cents $ 35.25 $ 7,191.00 Per Linear Foot 52. 4 Construct 6' -8" high double frame -- - - - - -- gates including hinges, latches EA and related appurtenances, complete in place.�� @ three hundred Dollars and no Cents $_300.00 $ 1,200.00 Per Each I i 0 0 tem Estimated Item Description With Lu No. Qty. & Unit or Unit Price Written in 53. 54. 55. 56. 584 Furnish and install - - - -- planking @ bleacher LF and specs, complete @ ten sixty Per Linear Foot Unit Price PR 14 Total Price aluminum seat per plans in place. Dollars h and Cents $ 10.60 $ 6.190.40 156 Furnish and install aluminum - - - -- dug out benches per details, LF complete in place. @ twenty four Dollars and fifty Cents $ 24.50 $_3,222.00 Per Linear Foot 12 Install pipe handrails per details, complete in place. EA @ three hundred forty Dollars and no Cents $ Mn-00 $ 4,080.00 Per Each 56 Furnish and install precast - - -- concrete tree grates, complete EA in place. V @ two hundred fifteen Dollars and no Cents $ 215.00 $ 12,040.00 Per Each 59. 1 Construct half —court basketball v -- - - - - -- court including appurtenances Lump Sum and court surfacing, complete in place, l @ Nine Thousand Dollars and No Cents $ -- $ 9,000.00 Lump Sum c- 60. 4 Furnish and install bike racks, -------- complete in place. EA @ Seven Hundred.Seven Dollars and No Cents $ 707.00 $ 2,828.00 Per Each PR 15 i Item Total Estimated Item Description With Lump Sum Unit ' No. Qty. & Unit or Unit Price Written in Words Price Price 57. 10 Furnish and install precast -------- concrete bollards, complete EA in place. One Thousand Four Hundred Eighty Five @ Dollars and No Cents $1,485.00 $ 14,850.00 Per Each 58. 21 Construct concrete light standards -------- at promenade plaza and play area EA including conc. ftgs and conduit, complete in place. Two Thousand Nine Hundred Thirty Five @ Dollars and No Cents $2.935.00 $ 61.635.00 Per Each 59. 1 Construct half —court basketball v -- - - - - -- court including appurtenances Lump Sum and court surfacing, complete in place, l @ Nine Thousand Dollars and No Cents $ -- $ 9,000.00 Lump Sum c- 60. 4 Furnish and install bike racks, -------- complete in place. EA @ Seven Hundred.Seven Dollars and No Cents $ 707.00 $ 2,828.00 Per Each i i 1 i i i 0 PR 16 Total Item Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 61. 10 Furnish and install trash - - - - - -- receptacles, complete in place. EA @ Four Hundred Ninety Dollars and No Cents $ 490.00 $ 4,900.00 Per Each 62. 8 Furnish and install precast -- - - - - -- concrete game tables and seats, EA complete in place. @ Twelve Hundred Dollars and No Cents $1,200.00 $ 9,600.00 Per Each 63. 1 Construct concrete park sign -- - - - - -- per plan and details including Lump Sum light channels and sandblast finish, complete in place. ` s� Fifteen Thousand Five Hundred Five @ Dollars and No Cents $ -- $ 15,505.00 Lump Sum 64. 272 Furnish and install infield -- - - - - -- soil mix per specifications, CY complete in place. V @ Fifty Seven Dollars and Eighty Cents $ 57.80 $ 15,721.60 Per Cubic Yard W PR 17 Total Item Estimated Item Description With Lump Sum Unit No. Qty. & Unit or Unit Price Written in Words Price Price 65. 133 Furnish and place washed -- - - - - -- plaster sand @ children's CY play area. @ Thirty Four Dollars and Fift Cents $34.50 $ 4,588.50 Per ubic Yard 66. 1 Construct landscape irrigation -- - - - - -- system, complete in place. V Lump Sum Eighty One Thousand Two Hundred Thirty @ Dollars and No Cents $ -- $81,230.00 Per Lump Sum 67. 135 Construct 2" P.V.C. (Sch. 40) -- - - - - -- domestic service line, complete LF in place. V @ Three Dollars and Forty Cents $ 3.40 $ 459.00 Per Linear Foot 68. 432,650 Provide soil preparation and -- - - - - -- fine grading, per plan and specs. SF @ -- Dollars and Twelve and One Half Cents $ 0.125 $ 54,081.25 Per Square Foot 69. 8 Furnish and install 36" box -- - - - - -- trees, complete in place. LS Five Thousand Eight Hundred and Eight @ Dollars and No Cents $ -- $ 5,808.00 Per Lump Sum W 0 0 MM Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 70. 264 Furnish and install 24" box -- - - - - -- trees, complete in place. EA @ Two Hundred Seven Dollars and No Cents Per Each 71. 80 Furnish and install 15 gal. -- - - - - -- trees, complete in place. EA @ Seventy Two Dollars and wach Cents Per 72. 62 Furnish and install 5 gal. -- - - - - -- trees, complete in place. EA @ Twenty Five Dollars and Fifty Cents Per Each 73. 224 Furnish and install 5 gal. -- - - - - -- shrubs, complete in place. EA @ Sixteen Dollars and No Cents Per Each 74. 1 Furnish and install rooted -- - - - - -- cuttings, complete in place. Lump Sum One Thousand Four Hundred Fifty Five @ Dollars and No Cents Lump Sum $ 207.00 $ 54,648.00 l $ 72.50 $ 5.800.00 $ 25.50 $ 1,581.00 $ 16.00 $ 3,584.00 $ -- $ 1,455.00 PR 19 Item Estimated Item Description With Lump Sum Unit Total No. Qty. & Unit or Unit Price Written in Words Price Price 75. 394,000 Furnish and install hybrid — bermuda -- --- - -- stolens, complete in place. SF @ -- Dollars V and Four Cents $0.04 $15,760.00 Per Square Foot 76. 34,300 Furnish and install hydroseeded -- - - - - -- seed mix per plans and specs, SF complete in place. @ -- Dollars and U Four Cents $ 0.04 $ 1,372.00 Per Square Foot 77. 1 Provide 90 day maintenance -- - - - - -- period. Lump Sum Thirteen Thousand Four Hundred Fifty @ Dollars and No Cents Per Lump Sum $ -- $ 13,450.00 I , 1 0 0 PR 20 1 t 1 i i TOTAL PRICE ITEMS O neHM,ll 77 Seven WRITTEN IN WORDS: Twenty Hundred FortUoTogpg Thousand Nine Hundred Sixty Two and Cents $ 1,743,962.20 DATE: April 16, 1987 (714) 546 -7975 Bidder's Telephone Number VALLEY CREST LANDSCAPE INC. Bidder 1920 South Yale St. Sant, f.A 92704 Bidder s Address 133947 Contractor's License No. 1920 South Yale St. Contractor s Address (714 546 -7975 Contractor s Telephone Number 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. 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. ' The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. ' 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. 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 discrepancy 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- ' nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. ' 133947 A/ B/ C -27 VALLEY CREST LANDSCAPE INC. Contr's Lic. No. & Classification Bidder April 16, 1987 S /Thomas C. Donnelly, Branch Manager Date Authorized Signature /Title • • 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. Subcontract Work Subcontractor Address 1. Electrical Assured Orange 2• Survey Johnson & Frank Anaheim 3. AC Paving Griffith Co Santa Ana 4. Chain Link Fence Crown Fence Santa Ana 5. RCP Drains Savala Costa Mesa 6. Masonry Adobe Engineering Downey 7. Concrete Ventura Concrete Camarillo 8. Plumbing PSI Long Beach 9. 10. 11. 12. VALLEY CREST LANDSCAPE INC. Bidder S_ /Thomas C. Donnelly, Branch Manager Authorized Signature /Title FOR ORIGINAL SEE CITY CLERK'S FILE COPY ' • • Page 4 BIDDER'S BOND 1 KNOW ALL MEN BY THESE PRESENTS, That we, VALLEY CREST LANDSCAPE, INC. as bidder, and EMPLOYERS INSURANCE OF WAUSAU, A Mutual Company as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of ' TEN PERCENT (10 %) OF THE TOTAL BID PRICE Dollars ($---------- - - - -), 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 BONITA CREEK PARK NO. 2505 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 16th day of April 1987 . VALLEY CREST LANDSCAPE, INC. (Attach acknowledgement of Bidder Attorney -in -Fact) ' S /JOHN E. BATINA S /THOMAS C. DONNELLY, BRANCH MANAGER Notary Public Authorized Signature /Title ' Commission Expires: 1/28/89 EMPLOYERS INSURANCE OF WAUSAU Surety ' By S /CHARLES W. LYONS Title ATTORNEY -IN -FACT I� 1 I II^ I� 1 LJ • . Page 5 NON- COLLUSION AFFIDAVI 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. Subscribed and sworn to before me this 14th day of April 19_8L. My commission expires: VALLEY CREST LANDSCAPE INC. _ S /Thomas C. Donnelly, Branch Manager Authorized Signature /Title S /John E. Batina Notary Public 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) —amine Person to Contact Telephone No. —fit -y of 1986 Irvine Technology Center Ed Rozok (714) 660 -3600 City of Downey Bob Brace 1986 Firestone Blvd. Lee Sharp (213) 869 -7331 City of Laguna Beach 1986 Mnultnn Mpadnwg Park Rncc Cox (714) 497 -3311 City of San Bernardino 1986 Secombe Lake Park Gene Matt (714) 383 -5025 City of Santa Ana 1986 Santa Ana Medians /MacArthur Blvd. Charles Smith (714) 647 -5631 VALLEY CREST LANDSCAPE INC. Bidder S /Thomas C. Donnelly, Branch.Manager Authorized Signature /Title EM. ' i 0 Page 7 I I 1 NOTICE The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) ' The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. ' BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. ' INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the ' latest edition of Best's Ke Ratin Guide: Pr2perty-Casualty. Coverages shall be provided or all TYP 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 S ecifications for Public Works Construction (latest edition adopte or use in the City of Newport BeachY, except as supplemented or modified by the Special Provisions for this project. 1 1 ' • • Page 8 PAYMENT BOND Bond #2050 -20- 054853 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by Ihereinafter designated as the "Principal ", a contract for ' BONITA CREEK PARK CONSTRUCTION (C -9505) 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We VALLEY CREST LANDSCAPE, INC. Ias Principal, and EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Million Seven Hundred Forty —Three Thousand Nine Hundred and Twenty— Six---- - - - - -- Dollars ($743,926.00 ), said sum being equal to 100% of the estimated amount payable by the City of.Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, 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 Unemploy- ment 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. The 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 I motion adopted April 27. 1987 has awarded to VALLEY CREST LANDSCAPE, INC. Ihereinafter designated as the "Principal ", a contract for ' BONITA CREEK PARK CONSTRUCTION (C -9505) 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We VALLEY CREST LANDSCAPE, INC. Ias Principal, and EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Million Seven Hundred Forty —Three Thousand Nine Hundred and Twenty— Six---- - - - - -- Dollars ($743,926.00 ), said sum being equal to 100% of the estimated amount payable by the City of.Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, 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 Unemploy- ment 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. The 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 I • Page 9 Payment Bond (Continued) 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. 1 IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of May , 19-jL—. I i Valley Crest Landscape, Inc. Thomas C. Donnelly, Branch Authorized Signature and Title ` . Employers Insurance of Wausau a Mutual Company Seal Name of Surety 3130 Wilshire Blvd., Los Angeles, California 90010 Address of Surety Signature and-Title gf1tXhtlftK1rMX1fWj* Tresis Costello, Attorney —in —Fact dress of Agent Telephone No, of Agent z(6182 ) (C� CO 0� \/ . ~ � > 2 / 7 / ou O � \\ /\ /[§[ J a , ( rA )\2 \/ &\ (\\ }\] #I.rS mm &wE» \$® \ ^ /& %n° | *J \, &7 \} �(g }7 =- m. 0 > o \E §} ƒrt \ � } � / /2 §) /\ \ \r ( \;;) ] \ \ \ \ \f ),w \& * E7 { \ \ /0 (D \\ Z\ » (&§] { $ ) \\ q qk § /} \ �( § >\ $ m } . ) & ( 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, VALLEY CREST LANDSCAPE, INC. as Principal, and EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of one Million Seven Hundred Forty —Three Thousand Nine Hundred Twenty— Six-------------- Dollars ($ 1 +743,926.00 , 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 i • ! Page 10 ` FAITHFUL PERFORMANCE BOND Bend #2050 -20- 054653 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted aril 27. 1987, has awarded to VALLEY CREST LANDSCAPE, INC. hereinafter designated as the "Principal ", a contract for BONITA CREEK PARK CONSTRUCTION_ %05) 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, VALLEY CREST LANDSCAPE, INC. as Principal, and EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of one Million Seven Hundred Forty —Three Thousand Nine Hundred Twenty— Six-------------- Dollars ($ 1 +743,926.00 , 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 i L, I 17 i II Page 11 y 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 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 6th day of May , 19--U—. r Valley Crest Landscape, Inc. Thomas C. Donnelly, Branch Mana Authorized Signature and Title Employers Insurance of Wausau a Mutual Company (Seal) Name of Surety 3130 Wilshire Boulevard Los Angeles, California 90010 Address soofSuSurety Signature and itla MfXjkjkMjV dXfM§ t Tresia Costello, Attorney —in —Fact Address of Agent Telephone No. of Agent a? �(6\g e� �a o� \F any N O OGVa `GOa�G:GOmp vpo a a N \��22p�\.2�p Opt `6192\ / \�SJ p� d Rio \ dN0 3 4 000 4 m01 mo' p92 o o N V d0 m 0 h m \ 9Il QA �j @N OP N di� � Pd /9 0 10 0. �\A 90 p. 2 7 00„ 0 P6 6 \ � dul \ and o cfo P \ o G � N 0�Q 'f0 O * O P r O NGd N �V �j N P d �P N ^� 0 £ O, G7 �. d d Y P� i o N. y d d P O Of O N 0. lO G O O nO� A�iFn d oc 6. 6 d0 1 7`Z� �Yy d � �o m S, 00 d� 2 a N °n Ol w 0ON p S�d�4nA w cq? C C LIDO O, Ip d1 N p 0c0 [D� ,v tP N �SQY O TA s OA N 0�3 0� C CI o q In ice' o�9 K N ri iP,s N G N • r m 3 �5 p- K £ N N NN GG i'�r• N y N R � N `G O+• _ CT p OY• c n N �� .�py�k0 G O O CT M ~ 7.� O B. d 0 y ti 00 N f O N- A m N 0 (D O Cc �y G y tr y j - s � No. 220 -002- 0 13 5 3 EMPLOYERS INSURANCE Of WAUSAU A Mutual Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint its true and lawful attorney- in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN OBLIGATIONS IN THE NATURE THEREOF. INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE Y CONDITIONS OF CONTRACTS. NOT TOEXCEED THE PENAL SUM OF TEN MILLION DOLLARS ? ($10 0,000,000 o ion thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said Z attorney -in -fact may do in the premises. CL This powerof attorney is granted pursuantto the following resolution adopted by the Board of Directorsofsaid Company ata Q meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: w ' RESOLVED, that the President and any Vice President— elective or appointive— of EMPLOYERS INSURANCE OF dWAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying Q the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A H Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be. O and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach Z thereto the seal of EMPLOYERS INSURANCE. OF WAUSAU A Mutual Company." w "FURTHER RESOLVED, thatthe signatures of such officers andtheseal of EMPLOYERS INSURANCE OF WAUSAU O A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and Q any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect Z to any bond, undertaking or contract of suretyship to which it is attached." w IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be W signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this I5 th day ZF ¢ of November 19-800— _ C/) /,.• EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Z = SEALyt ~/ BY o�ay'�177►YfJ Q R. D. Farnswort Vice President } W Attest: Z cr O D. J. Borrell Assistant Secretary Q STATE OF WISCONS ) t O ) ss. COUNTY OF MARATHON) November 80 W On this LS th day of —, 19—, before me personally came R. D. Farnsworth _ to me known, who being by me duly sworn, did depose 0- and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, the corporation O described in and which executed the above instrument; that he knows theseal of said corporation; that theses) affixed tosaid J instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. Q IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year herein first above written. U Donna Lutzow 1 0 Notary Public U) NOTARY PUBLIC T STATE OF WISCONSIN MY COMMISSION IS PERMANENT STATE OF WISCONSIN ) CERTIFICATE CITY OF WAUSAU ) ss. COUNTY OF MARATHON ) I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation, do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County,y, State of Wisconsin, this 6th day of May .19 87. 1 J1 /1 �1 SEAL D. J. t,, 1 Assistant Secretary NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, CALL TOLL FREE (800) 826 -1661. (IN WISCONSIN, CALL (800) 4720041). ' • CERTIFICATE OF INSURANCE 1 Page 12 'City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED A Industrial Indemnity t;Ompany B Industrial Indemnity of Hawaii Letter eery C Self Insured ter pany 7 E JdnLa Ana, LA JUU4 1 LeLLer its is to certify that policies of insurance listed below have been issued to the insured named Iove and are in force at this time, including attached endorsement(s). TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 'ANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, th9- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. �U E-PR R. SNEDEKER vlCE_PRESIDENT Fred S. James 8 Company Agonry; Authorized Representative Da *.e: May 6, 1987 Telephone: (415)983 -5600 Description of operations /locations /vehicles: All operations performed for the City of Newport ach by or on behalf of the named insured in connection with the following designated contract: I e 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 --1 conditions of such policies, including attached endorsements. Policy LIMITS OF LIABILITY IN THOUSANDS 000 ?MPANY TYPES OF INSURANCE Policy Exp. Ag.Produ :TTER COVERAGE REQUIRED No. Date Each Complete. Occurrence Operatio GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form 'x Premises - Operations Property Damage $ $ A x Explosion & Collapse Hazard SG883- 4/1/87 X Underground Hazard 0033 to x Products /Completed Operations 4/1/88 Bodily Injury ' Hazard and Property x Contractual Insurance Damage Combined $ 1,000 $1,000 x Broad Form Property Damage ' x Independent Contractors x Personal Injury Marine Personal Injury $ 1,000 Aviation AUTOMOTIVE LIABILITY ' ❑x Comprehensive Form Bodily Injury $ SG883— 4/1/87 (Each Person Owned 0033 $ Bo d! y Injury A 4/1/88 Each Occurrence ' 0 Hired Proeertz Dama e Bodily njury an ❑x Non -owned Property Damage ' Combined $ 1,000 EXCESS LIABILITY ' ® Umbrella Form ZS899- 4/1/87 Bodily Injury B ❑ Other than Umbrella Form 4538 to and Property $ 3,000 $ 3,000 4/1/88 Damage Combined ' WORKERS' COMPENSATION 7/1/78 Statuto ac C and to EMPLOYER'S LIABILITY Continuou Accident ■ TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 'ANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, th9- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. �U E-PR R. SNEDEKER vlCE_PRESIDENT Fred S. James 8 Company Agonry; Authorized Representative Da *.e: May 6, 1987 Telephone: (415)983 -5600 Description of operations /locations /vehicles: All operations performed for the City of Newport ach by or on behalf of the named insured in connection with the following designated contract: I e 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 --1 conditions of such policies, including attached endorsements. IL It 11 11 • CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE is agreed that: i Page 13 With respect to such insurance as is afforded by the policy for Bodily Injury and Property damage Liability, the City of Newport Beach, The Irvine Company, Metropolitan Water District of Southern California, the Irvine Ranch Water District, the Mesa Consolidated Water District, their 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 insureds in connection with the contract designated below. The insurance extended by this endorsement to said additional insureds 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 insureds shall apply as primary insurance and no other insurance maintained by the additional insureds 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 Multiple ' Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple limits ' Bodily Injury Liability $ each occurrence ' Property Damage Liability $ each occurrence (XX) Single Limit ' Bodily Injury Liability and Property Damage Liability ' Combined $ 1,000,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not increase ' 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. 15. Designated Contract: BONITA CREEK PARK CONSTRUCTION (C -2505) (Project Title and Contract No.) 'This is effective May 6, 1987 at 12:01 A.M. and forms a part of Policy No. SG833 -0033 ' Named Insured valley Crest Landscape, Inc. Endorsement No. 13 -704 Name of Insurance Company Industrial Indemnity C/o re me &J�omp . By !ko Authorize epresentative /Edward R. Snedeker, Vice President .1 E It is agreed that: 0 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE i Page 14 With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, The Irvine Company, their officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with their general supervision of such operations. The insurance afforded said additional insureds shall apply as primary insurance and no other insurance maintained by the addi- tional insureds will be called upon to contribute with insurance provided by this policy. 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." 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 additional insureds. ' 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 insureds named in paragraph 1 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. ( ) Multiple limits ' Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( ) Single Limit ' Bodily Injury Liability and Property Damage Liability Combined $ 1.000.000 each occurrence 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 endorse- ment 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 Comprehensive 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: BONITA CREEK PARK CONSTRUCTION 2505 Project Title and Contract No.) This is effective May 6, 1987 at 12:01 A.M. and forms a part of Policy No, SG883 -0033 Named Insured valley Crest Landscape, Inc. Endorsement No. 13 -704 Name of Insurance Company Industrial Indemnity c/o Fred S. James Company By _�'�Lf1� >CI �� r �°i�� Authorized Representative Edward R. Snedeker, vice President t• Page 15 CONTRACT THIS AGREEMENT, entered into this ay of 19 by and between the CITY OF NEWPORT BEACH, hereinafter "City," n Valley Crest Landscape, Inc. hereinafter "Contract r is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BONITA CREEK PARK CONSTRUCTION 2505 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 construction of the following described public work: BONITA CREEK PARK CONSTRUCTION 2505 Title of Project Contract No. 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 One Million Seven Hundred Forty-three Thousand Nine Hundred Twenty-six and 20 100 01,743,926.20 This compensation includes 1 any loss or damage arising from the nature of 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) I F I ;1 I 1 lu i n I I I • r Page 16 (f) Plans and Special Provisions for BONITA CREEK PARK CONSTRUCTION 250s Title of Project Contract No. (g) This Contract. 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. ATTEST: City Clerk %a APPROVED AS TO FORM: City orney VALLEY CREST LANDSCAPE INC. - 11P of ContAacAr (Pri pal)- Authorized Signature and fitle Thomas C. Donnelly, Branch Mfinager Authorized Signature and Title License #133947C -27&A Federal ID #95- 1590418 CITY 0 0 April 6, 1987 CITY OF NEWPORT BEACH ' PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 (Revised bid quantities) ' BONITA CREEK PARK CONSTRUCTION ' CONTRACT NO. 2505 NOTICE TO BIDDERS: ' BIDDERS shall propose to complete Contract No. 2505 in accordance with the contract documents, the proposal, the plans, the specifications; and as modified ' by this Addendum, which must be attached to the bid proposal when submitted. I. CLARIFICATIONS AND CORRECTIONS ' A. On -Site Sewer 1. Sewer pipe materials shall be as specified in Section 23.9 of the Special Provisions (p. SP 14). Pipe material is PVC ' (PolyVinylChloride), not VCP as is indicated on the "profile view" on plan sheet C -3. ' 2. Also note that the "plan view" representation of the sewer line on plan sheet C -3 is schematic only. The sewer is not adequately represented in location or scaled length on sheet C -3, instead refer lo plan sheet C -2. Note that the construction note bubbles are ' shown on sheet C -2. 3. Summary: Sewer profile as per plan sheet C -3, sewer plan view as per sheet C -2, sewer material as specified in Special Provisions Section 23.9. ' B. On -Site Drainage 1. Storm Drain ' a. There is a transposition error in the bid proposal in bid items no. 2 and no. 3. ' b. The bid quantity for item no. 2 is correct, but the drain pipe size is not. Revise bid item no. 2 to read 787 LF of 18" RCP, not 24" RCP. ' c. The bid quantity for item no. 3 is correct, but the drain pipe size is not. Revise bid item no. 3 to read 186 LF of 24" RCP, ' not 18" RCP d. There is a bid item error for item no. 5. Revise the junction structure quantity from 6 EA to 7 EA for bid 'item no. 5. ' e. There is a bid error for item no. 6. Revise the pre -cast concrete catch basin quantity from 2 EA to 3 EA. I rl L J I I C -2502 Bonita Creek Park Construction Addendum No. 1 Page 2 2. Sub -Drain 0 a. The bid quantity for bid item no. 11 is incorrect. Revise the bid quantity from 6,716 LF to 7,909 LF. This quantity reTlects the 'wal�ains" depicted on p a—T n sheet C -3. b Note that the sub - drains shown on plan sheet C -3 vary in size. "Wall Drains" are 4" diameter drains. Those marked as type "I" (depicted by a roman numeral I in a circle) are 4" diameter sub - drains. Those marked as type "II" (depicted by a roman numeral II in a circle) are 6" diameter sub - drains. c. Refer to plan sheet C -3. The quantity block (lower right -hand corner) does not reflect the wall drain quantity. Bid item no.11 as revised above includes wall drain and 4" sub -drain footage. The "end cap" quantity should be revised from 29 to 35. II. SPECIAL PROVISIONS CHANGES A. Section 23.5, "Asphalt Concrete" 1. Paragraph 4 of page SP 12 shall be modified to read the following: "The finish courses of asphalt concrete shall be 1 inch in compacted thickness. Each lane of the top layer, once commenced shall be placed without interruption." 2. A "prime coat" will not be required over the bike trail portion of the paved areas. 3. Paving "header" boards will not be required at the edge of the bike trail where there is a rip -rap berm to join. Refer to note no. 9 of the structural specifications at the bottom - center of plan sheet no. A -18. ' Ple se sign and date this addendum, and attach it to your bid proposal. ' Benj min B. Nolan , Public Works Director I have carefully examined this addendum and have made the correc- tions to the bid proposal, plans and specifications as required hereinabove. i Bidder's Name VALLEY CREST LANDSCAPE INC. ' Date April 16, 1987 Authorized Signature S /Thomas C. Donnelly ' Signatory's Title Branch Manager 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS INDEX Section Page L_.I 1 Specifications SP 1 2 Drawings SP 1 3 Location and Scope of Work SP 1 4 Definition of Terms 5 Award of Contract, Time of Completion and Time of Commencement of Work SP 2 6 7 Progress Schedule Order of Work SP 2 SP 2 8 Payment SP 3 9 Construction Water Development SP 3 10 Guarding Underground Construction SP 3 11 Cooperation with Utility Relocations SP 3 12 Protection of Existing Utilities SP 4 13 Guarantee SP 5 14 Construction Survey Staking SP 5 15 Liability Insurance SP 5 16 Permits SP 6 17 Traffic Control & Signing SP 6 18 Access SP 6 19 Job Safety SP 6 20 Working Hours SP 6 21 Erosion Control SP 7 22 Project Site Maintenance SP 7 23 Construction Details SP 7 23.1 Earthwork SP 7 23.2 Subgrade Preparation SP 10 23.3 Relative Compaction SP 10 23.4 Aggregate Base SP 10 23.5 Asphalt Concrete SP 11 23.6 Portland Cement Concrete SP 12 23.7 Storm Drains and Drainage Structures SP 13 23.8 Adjust Water Manholes to Grade SP 14 23.9 Construction of Sewers and Appurtenances 23.10 Final Clean Up SP 14 SP 15 23.11 Concrete Structures SP 15 23.12 Steel Reinforcement for Concrete SP 18 23.13 Concrete Paving, Steps, Bands and Mowstrips SP 19 23.14 Conduit Sleeves SP 23 23.15 Skinned Infield Areas SP 24 23.16 Surface for Basketball Court SP 24 23.17 Site Furnishings SP 25 23.18 Unit Masonry SP 27 L_.I 0 INDEX (continued) Section 23.19 Welded Wire Backstop & Line Fencing 23.20 Metal Fabrications 23.21 Waterproofing 23.22 Sealants 23.23 Landscape Irrigation System 23.24 Landscape Planting ELECTRICAL 16010 Electrical General Provisions 16050 Basic Electrical Materials and Methods 16111 Conduit and Wire 16160 Panelboards and Terminal Cabinets 16191 Sound Control 16425 Switchboards 16500 Lighting Fixtures ii Page SP 31 SP 32 SP 36 SP 36 SP 39 SP 48 1 r i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Special Provisions BONITA CREEK PARK CONTRACT NO. 2505 1 1. SPECIFICATIONS All work shall be completed in accordance with these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Stand - dard Specifications for Public Works Construction, 1985 edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034 (213) 870 -9871. 2. DRAWINGS The complete set of drawings for bidding and construction shall consist of the following: A. Park improvement plans for Bonita Creek Park, 2801 La Salud, City of Newport Beach Drawing No. P- 5125 -5, Sheets Cl —C3, A3 —A24, AC1 —AC2, El— E6, P1 —P4, and L1 —L17, inclusive. B. The City of Newport Beach Standard Drawings, 1985 edition. 3. LOCATION AND SCOPE OF WORK The work to be accomplished under this contract consists of the construction of park improvements for Bonita Creek Park, 2801 La Salud, Newport Beach, California. The work shall consist of furnishing all labor, materials, vehi- cles, tools, machines, equipment and incidentals to accomplish the construction of a multi — purpose community building, placement of select import, finish gra- ding (park site rough grade has been established), asphalt and concrete improve- ments, construction of curb and gutter, asphalt concrete over aggregate base pavement, concrete walls, sidewalks, decorative paving, steps, bleacher levels, ' bands, concrete block walls, site and athletic field lighting, construction of storm drain, sub —drain and sewer facilities, minor concrete structures, landscape irrigation and planting and miscellaneous appurtenant work as shown on the plans; provide qualified supervision and all other items necessary to pro- fvide complete improvements to the satisfaction of the City of Newport Beach. All work hereunder shall conform to the Standard Specifications, of the City of Newport Beach, and these Special Provisions. In the event of any discrepancy between these Special Provisions and the Standard Specifications, including the plans, the plans and Special Provisions shall govern where they require a higher quality of workmanship and /or materials. SP 1 i • � 4. DEFINITION OF TERMS Attention is directed to Section 1 -2 of the Standard Specifica- tions. A. Owner City of Newport Beach Public Works Department 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 B. Engineer Public Works Director City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Contact Person: Jeff Staneart C. Consulting Engineer Eichenberger, Fennell & Associates 3505 Cadillac Avenue, Suite P101 Costa Mesa, CA 92626 Contact Person: Dave Fennell 5. AWARD OF CONTRACT, TIME OF COMPLETION AND COMMENCEMENT OF WORK I The award, if made, will be within 60 days after the opening of bids. All items of work shown on the plans, described in these Special Provisions and listed as items in the bid proposal shall be completed within 120 - CONSECUTIVE CALENDAR DAYS after the City Council awards the contract. The Contractor's schedule shall take into account and allow time allowances for work to be accomplished by the various utilities providing ser- vice. In submitting his bid, the Contractor shall consider traffic control requirements, access and limitation on hours of construction. 6. PROGRESS SCHEDULE 1 After notification of award and prior to start of any work, submit to the Engineer for approval a proposed construction schedule in accordance with Subsection 6 -1 of the Standard Specifications. 7. ORDER OF WORK The construction schedule shall reflect completion of all work under the contract within the specified time and shall provide for construction of all underground improvements prior to the construction of street improvements or finish hardscape. rfull compensation for conforming to this article shall be consi- dered as included in the various contract items of work involved, and no additional compensation will be allowed therefor. SP 2 1 • • 8. PAYMENT The unit or lump sum prices bid for the various items of work shall be considered as full compensation for all labor, materials, tools, equip- ment, and incidentals necessary to complete the work in place, and no additional compensation will be made therefor. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work 1 listed in the bid proposal and no additional compensation will be allowed there- for. 9. CONSTRUCTION WATER DEVELOPMENT A. Water Development: The Contractor shall furnish and install all materials, meters, etc. necessary to develop a water supply for all water required work and for furnishing and applying all water necessary to complete the various items of work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements by contacting the City Utilities Department at (714)644 -3011. B. Payment: The cost of developing, furnishing, and applying all water shall be considered as included in the various items of work, and no additional compensation will be allowed therefor. 10. GUARDING UNDERGROUND CONSTRUCTION 1 Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. 1 The walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work form the Division of Industrial Safety, State of California, prior to any construction. Compensation for guarding underground construction and complying with al l the provisions of this section including the cost of providing al l necessary information to obtain the permit and the cost of complying with the I provisions of the permit shall be included in the various items of work and no additional compensation will be allowed therefor. 11. COOPERATION WITH UTILITY RELOCATIONS A. The Contractor shall comply with the requirements in Subsec- tion 5 -6, "Cooperation," and 7 -7, "Cooperation and Collateral Work," of the Standard Specifications. The Contractor shall cooperate with utilities which require ad- justment /relocation including Pacific Telephone and Southern California Edison facilities as noted on the plan sheets and allow them sufficient time for completion of their work. Full compensation for conforming to this article shall be consi- dered as included in the various contract items of work involved, and no addi- tional compensation will be allowed therefor. ISP 3 12. PROTECTION OF EXISTING UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the Contractor only. The Contractor shall verify the position and elevation of these utilities and shall protect said utilities during the course of the construction. If the Contractor discovers underground facilities not indicated on the plans or in the Special Provisions, he shall immediately give the Engineer written notification of the existence of such facilities. Such facilities shall be protected from damage as directed by the Engineer. Delays of the contract caused by utility work for utilities not shown on the plans my occur and will be considered an acceptable cause for the time extension but no idle time compensation will be allowed. The construction will cause work to be performed over, under and very near existing telephone, electrical and gas lines. The Contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construction of the items shown on the plans. Attention is directed to Section 5, "Utilities," and Subsection 7- 9, "Protection and Restoration of Existing Improvements," of the Standard Speci- fications and these Special Provisions. If the Contractor wishes to have any utility located, he shall contact the responsible agency at least 48 hours prior to construction in the immediate vicinity of the utility. The Contractor's attention is directed to the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the locations of their substructures in the con- struction area when the Contractor gives at least 48 hours notice to the Under- ground Service Alert by calling 1- 800 - 422 -4133. The Contractor shall be responsible for contacting directly all utility companies having facilities within the work area to determine the loca- tions of their substructures. The Contractor shall be responsible for accurate field locations and protection of all pipes or structures in the work area whether shown on the plans or not. The following is a partial list of those persons to contact and their phone numbers: ' A. Southern California Edison Company 7333 Bolsa Avenue I Westminster, CA 92683 Chris Cartwright - (714) 895 -0203 B. Southern California Gas Company 1919 S. State College Boulevard P.O. Box 3334 Anaheim, CA 92803 -3334 1 Gary Bingham - (714) 634 -3122 C. Pacific Bell 3160 RedhiII Newport Beach, CA 92660 Paige Blouin - (714) 966 -6222 i SP 4 D. City of Newport Beach (Sewer and Water) 949 West 16th Street I Newport Beach, CA 92663 -3884 Gil Gomez — (714) 644 -3011 E. Teleprompter Corp, of Newport Beach 901 West 16th Street Newport Beach, CA Paul Morgan (714) 642 -3260 13. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense within 15 days of notice to do so from the City. 14. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsi- bility of the Contractor. All such surveys, including construction staking, shall be under the supervision of a California licensed surveyor or civil engi- neer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. 15. LIABILITY INSURANCE 1 Section 7 -3 of the Standard Specifications is hereby amended as follows: The word "Agency," where used in this section, shall include the City of Newport Beach, the County of Orange, and Eichenberger, Fennell & Asso- ciates. A standard "Special Endorsement of Insurance for Contract Work for City" form has been been adopted by the City. This form is to be attached and made a part of all policies of insurance acceptable to the City. The successful 1 low bidder will be required to complete this form upon award of contract. A copy of this form is included herein for the Contractor's review. The minimum limits of liability and coverage shall be: Multiple Limits: Bodily Injury $500,000 each person $1,000,000 each occurrence Property Damage $200,000 each occurrence $500,000 aggregate Single Limit $2,000,000 Bodily Injury and Damage Combined i SP 5 1 • 16. PERMITS The Contractor shall obtain the following permits prior to any construction and shall have or obtain a valid City business license: Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section 10 "Guarding Underground Construction "). The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the prices bid for the various items of work, and no addi- tional compensation will be made therefor. 17. TRAFFIC CONTROL AND SIGNING The Contractor shall provide sufficient signing and barricades to protect the motorists, pedestrians, bicyclists and construction personnel. All barricading and construction signing shall be in conformance with the Plans and the Work Area Traffic Control Handbook as published by Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. Sole determination as to the adequacy of construction signing and barricading shall be made by the City of Newport Beach Traffic Engineer, Supplemental signing and barricading required in the opinion of the City of Newport Beach to protect the public shall be immediately erected by the Contractor. The Contractor shall notify City Fire and Police Departments regarding the construction project and potential traffic congestion road restrictions, closures or detours. ' 18. ACCESS Vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area; however, should conditions preclude such access, closures shall be permitted for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. 19. JOB SAFETY Contractor confirms that he is aware of all terms and provisions of CAL —OSHA Safety Orders which pertain to the work described herein. Contrac- tor is required to comply with all of said Construction Safety Orders and to take all necessary steps to insure that all representatives, employees, and agents of the Contractor on the jobsite will be fully knowledgeable of said Construction Safety Orders and that they are followed. �. 20. WORKING HOURS City ordinance limits working hours (including equipment mainte- nance) to Monday through Friday from 7 a.m. to 6:30 p.m, and Saturday from 8 a. m. to 6 p.m. Violators are subject to citation and fine. Permission is required in advance by City for any Saturday work. ISP 6 0 0 21. EROSION CONTROL It is anticipated that surface and ground or other waters may be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shal 1 conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diver- sion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or tidal waters. The Contractor shall submit his proposed methods of construction and sedimentation controls to the City and the Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California 92506, telephone (714) 684 -9330, Mr. Hasam Bagai or Mr. Gary Stewart) within two weeks after award of contract. Upon approval of the plan. by the City and the Board, the Contractor shall be responsible for the implementation and maintenance of the control facilities. All costs involved in any dewatering or desilting operations shall be included in the price bid for the related construction items requiring de— watering or desilting and no additional compensation will be allowed therefor. 22. PROJECT SITE MAINTENANCE The Contractor shall provide project site maintenance in com- pliance with Part 1, Subsection 7 -8, "Project Site Maintenance," of the Standard Specifications. The Contractor shall furnish and operate a self— loading motor sweeper to keep paved haul areas and routes clear as directed by the Engineer. 23. CONSTRUCTION DETAI 23.1 EARTHWORK Earthwork shall conform to the provisions of Section 300, "Earthwork," of the Standard Specifications, and these Special Provisions. Whenever reference to finished grade is made, it shall be consi- dered to be the finished surface of the complete facility. Relative compaction of not less than 90 percent shall be obtained for a minimum depth of 0.5 foot below the grading plane, including shoulders, whether in excavation or em- bankment. After subgrade is made, the Contractor shall notify the Engineer so he may arrange for inspection of the subgrade. In connection with earthwork, tests shall be made to conform with Section 211, "Soils and Aggregate Tests," and the following: SP 7 Test Test Method ! Relative Compaction No. Calif. 216 & 231 Sand Equivalent No. Calif. 217 Resistance (R— value) No. Calif. 301 ! Sieve Analysis No. Calif. 202 Method No. Calif. 216 shall be replaced with Note 2 of ASTM D1557. Trenches, holes, depressions, and pits caused by the removal of facilities shall be backfil led with embankment material as provided in Section ! 300, "Earthwork," of the Standard Specifications. Such trenches, holes, depres- sions, and pits that are in surfaced areas, otherwise to remain undisturbed, shall be backfilled with material equal to or better in quality and to the same thickness as the surrounding materials. When hauling is done over public highways, and when directed by the Engineer, loads shall be trimmed and all material removed from shelf areas of vehicles in order to eliminate spilling of material. If directed by the Engineer, loads shall be watered after trimming to eliminate dust. Operations shall be conducted in such a manner that existing highway facilities, and other non — highway facilities which are to remain in place will not be damaged. Haul routes shall be pre— approved by the City's Traffic Engineer prior to commencement of any import or export grading opera- tions. ! A. Unclassified Excavation Unclassified excavation shall conform to the provisions of Section 300 -2 "Unclassified Excavation," of the Standard Specifications for Public Works Construction and these Special Provisions. Subsection 301 -1.4 "Subgrade Tolerances," of the Standard Specifi- cations is amended to read: Subgrade for pavement, driveways or other roadway ' structures shall not vary more than 0.05 foot (15MM) from the specified grade and cross section. Subgrade for subbase or base material shall not vary more than 0.10 foot (30mm) from the specified grade and cross section. Variations within the above specified tolerances shall be compensating so that the average grade and cross section specified are met. Measurement for payment for unclassified excavation will be based on volumes obtained from cross — sections within the limits shown on the plans or ! outlined by the Engineer. Full compensation for conforming to the requirements of this article and for blading up the material regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans, shall be considered as included in the contract price ! paid for the various items of work involved, and no additional compensation will be allowed therefor. No payment will be made for material placed in excess of that required for the structural section. ! SP 8 a 0 0 B. Structure Excavation and Backfill 1) Excavation and backfill for all underground utilities in- cluding electrical, water, irrigation, sewer, sub —drain and storm drain systems shall be considered "structure excavation and backfill as per Section 300 -3 of the Standard Specifications. Due to the agricultural unsuitability of existing back —bay dredge material, where trenching occurs within areas to be landscaped, all spoil material shall become property of the Contractor and shall be disposed of at the Contractor's expense. Backfilling with excavated materials will not be allowed. To subsection 300 -3.5, "Structure Backfill," add the following: lCompaction equipment or methods which may cause excessive dis- placement or may damage structures, shall not be used. To subsection 300 -3.5, "Payment," add the following paragraph: The cost for all structure excavation and backfill required for reinforced concrete pipes, inlet structure, and junction structures shall be considered as included in the contract bid prices bid for those various times, and no additional compensation will be allowed therefor. Backfill for all structures including trench backfill shall have a sand equivalent of not less than 30 and shall have a relative compaction of not less than 90 percent. Such backfill shall conform to the requirements of Sec- tion 306 of the Standard Specifications. C. Excess Material rAll surplus material resulting from grading operations shall be- come the property of the Contractor who shall dispose of the material off —site at an approved disposal site acceptable to all cognizant governing agencies and in accordance with Section 300 -2.6 of the Standard Specifications. Full compensation for providing all labor, materials, tools, ' equipment, incidentals for doing all work necessary to dispose of surplus ma- terial shall be included in the contract price for unclassified excavation and no additional compensation will be allowed therefor. D. Imported Borrow Plans call for the importation and placement of an 18" layer of "select" sand or sandy loam top soil in all athletic field areas. It is esti- mated that approximately 15,172 yards of select import material will be re- quired. The Contractor shal 1 supply the Engineer with a sample of sand, ' accompanied by analytical data from an approved soils laboratory, illustrating degree of compliance. No sand shal l be delivered to the site or used in soil mix formulation without the prior approval of the Engineer or his agent. The "select" import material shall have the following minimum physical characteristics: i iSP 9 23.3 RELATIVE COMPACTION Wherever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test Method No. Calif. 216 or 231. The area, as stated in test method No. Calif. 231, may be represented by one or more individual test sites. Laboratory maximum density tests shall be per Section 211 -2.1. The correction for oversize material as stated in Test Method No. Calif. 215 shall be replaced with Note 2 of ASTM D1557. ' 23.4 AGGREGATE BASE Untreated base materials shall meet the requirements of Section 400 -2 of the Standard Specifications and these Special Provisions. In lieu of the second sentence of Section 200 -1.4.1 of the Stan- dard Specifications, at least 65 percent, by weight, of the material retained on the No. 4 sieve shall be crushed particles as determined by Test Method No. Calif. 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent requirements of Subsections 200 -2.3, 200 -2.4, 200 -2.5 and 200 -2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the Orange County EMA Materials or other approved testing lab. SP 10 Physical Properties: SIEVE ANALYSIS No. 4 100 No. 10 95 -100 No. 18 90 -100 No. 35 65 -100 No. 60 0 -50 No. 140 0 -20 No. 270 0 -7 Chemistry: PERMISSIBLE RANGE a. Salinity (mi1limhos per centimeter of saturation extract @ 25 °C) NIL — 3.0 b. Boron (saturation extract concentration) NIL — 1.0 ppm c. Sodium (sodium adsorption ratio — SAR) NIL — 6.0 23.2 SUBGRADE PREPARATION Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. No separate payment will be made for subgrade preparation. All Contractor's costs of subgrade preparation shall be considered to be included in the contract unit prices for items of work which ' require subgrade preparation. 23.3 RELATIVE COMPACTION Wherever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction will be determined by Test Method No. Calif. 216 or 231. The area, as stated in test method No. Calif. 231, may be represented by one or more individual test sites. Laboratory maximum density tests shall be per Section 211 -2.1. The correction for oversize material as stated in Test Method No. Calif. 215 shall be replaced with Note 2 of ASTM D1557. ' 23.4 AGGREGATE BASE Untreated base materials shall meet the requirements of Section 400 -2 of the Standard Specifications and these Special Provisions. In lieu of the second sentence of Section 200 -1.4.1 of the Stan- dard Specifications, at least 65 percent, by weight, of the material retained on the No. 4 sieve shall be crushed particles as determined by Test Method No. Calif. 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1.4. The gradation and sand equiva- lent requirements of Subsections 200 -2.3, 200 -2.4, 200 -2.5 and 200 -2.6 shall be the moving average requirements. Individual test requirements for gradation and sand equivalent shall be as determined by the Orange County EMA Materials or other approved testing lab. SP 10 Add to Subsection 301 -2.1, "General," the following: Untreated base material for pavement shall be constructed of material as specified herein. The material grading shall be either Coarse or fine as specified in Subsection 200 - 2.4.2, "Grading," of the Standard Specifications, at the option of the Contractor. Changes from one grading to another shall not be made during the progress of the work, unless permitted by the Engineer. Revise Subsection 301 -2.2, "Spreading." as follows: Delete the last two sentences in paragraph 2 and add the fol- lowing: At the time untreated base material is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture 1 shall be uniformly distributed throughout the material. Tailgate spreading by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to spreading equipment. A prime coat consisting of Grade MC -70 liquid asphalt shall be applied to the surface of the prepared base or subbase prior to placing asphalt concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.18 liter per square meter). Grade SC -70 and SC -250 liquid asphalt may be used when approved by the Engineer. Payment for aggregate base shall be the contract unit price per sq. ft. and shal l include ful l compensation for al l labor, materials, tools, equipment and incidentals and all work involved in construction of aggregate base and application of prime coat, and no additional compensation will be allowed therefor. r23.5 ASPHALT CONCRETE A. Asphalt Concrete The asphalt concrete base course shall meet the requirements of Section 400 -4 of the Standard Specifications and these Special Conditions. The ' asphalt concrete base course shall be Type III —B2 —AR 4000 with 5.4 percent asphalt content. Course aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of Section 400 - 4.2.3. The asphalt concrete finish course shall be Type III —C3 —AR 4000 with asphalt content between 5 percent and 7 percent. The sand equivalent and Stabilometer —Value (S— Value) requirements of Subsection 400 -4.3 shall be the moving average requirements. Individual test requirements for sand equivalent and S —Value shall be as determined by the Orange County EMA or other approved materials lab. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerances by either: (1) abrasive griding (followed by fog seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3) removal and replacement. The method shall be selected by the Engineer. Modify Subsection 302 -5.3. "Tack Coat ", as follows: ISP 11 A tack coat of SS —lb type emulsified asphalt, where stipulated on the plans and specifications or as required by the Engineer, shall be applied in accordance with Subsection 302 -5.3. AR 1000 paving asphalt may be used only when approved by the Engineer. AR 1000 paving asphalt, when approved, shall be spread in accordance with provisions of Section 203 -1. Add to Subsection 302 -5.4, "Distribution and Spreading," the fol- lowing: ' Tarpaulins shall be used to cover all loads when directed by the Engineer. The finish courses of asphalt concrete shall be 0.17 —foot in compacted thickness. Each lane of the top layer, once commenced, shall be placed without interruption. All screed extensions for paving machines shall be provided with a tamper, roller or other suitable compacting devices. Add to Subsection 302.5.5, "Rolling," the following: tThree — wheeled rollers as specified in Subsection 302 -5.51 shall not be permitted. Pneumatic rollers shall be required on lower layers only. Initial breakdown compaction shall consist of a minimum of three (3) coverages of a layer of asphalt mixture. A pass shal l be a movement of a roller in both directions over the same path. A coverage shall consist of as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage, made to insure compaction without displace- ment of material in accordance with good rolling practice, shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. The final or surface layer of asphalt concrete shall not be placed until all improvements have been completed, including all grading, and until all unacceptable asphalt concrete is removed and replaced at the direction of the Engineer. B. Measurement and Payment ' Measurement and payment for asphalt concrete shall be in accor- dance with Subsection 302 -5.8 of the Standard Specifications and as specified herein. All asphalt concrete shall be measured in sq. ft, and payment will be made at the contract unit prices, as shown in the Proposal. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavements and overlay, com- plete in place, and shall include all costs of furnishing and applying prime coat, tack coat, and paint binder and where required by the plans and these Special Provisions. 23.6 PORTLAND CEMENT CONCRETE All Portland cement concrete shall be Class 520 —C -2500 unless otherwise specified on the plans. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. SP 12 I �I I I I I I I lJ 0 0 The Cleanness Value requirement of Section 200 -1.4 shall be re- placed with the following: Tests Test Method No. Requirements Cleanness Value: Calif. 227 Individual Test 70 min. Moving Average 75 min. Portland cement concrete used for the curb and gutter and sidewalk shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. Payment for constructing PCC curb and gutter shall exclude curb inlet and local depression lengths. However, the unit price bid for construc- ting PCC curb and gutter shall be applicable where the curb height is less than 8 inches, such as through access ramp depressions, where joining existing curb and gutter and where curb height is in excess of 8 inches for special curb sections shown on the plans. Payment for curb access ramps and landings shall include 4 inches of sand base with a sand equivalent of 30, and no additional compensation will be allowed therefor. 23.7 STORM DRAINS AND DRAINAGE STRUCTURES A. Pipe Storm drain pipe shall be reinforced concrete pipe of the size and strength shown on the plans. The pipe and fittings shall be in accordance with Sections 207 -2 and 207 -6, respectively, of the Standard Specifications. Storm drain pipe bedding shall conform to City of Newport Beach Standard 106 —L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 -1.3 of the Standard Specifications. B. Drainage Structures All drainage structures shall be constructed in accordance with the pertinent City Standard Drawings and details shown on the plans. Al curb inlets shall have a protection bar installed per City of Newport Beach Standard 300 —L. C. Measurement and Payment Payment for storm drain pipe will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, bedding, pipe laying, back fill and compaction, the abandonment of existing storm drain pipe and structures, and all appurtenant work, complete in place, including removal and replacement of existing pavement, improvements and landscaping. The contract lump sum or unit prices for the drainage structures shall include all compensation for furnishing all labor and materials to con- struct all items as shown in details on the plans for the various locations including excavation, backfill and compaction, access frames and covers, bulb or face angles, protection bars, reinforcing steel, rounded entrances to inlet and outlet pipes, local depressions and all appurtenances, complete in place. SP 13 23.8 ADJUST MANHOLES TO GRADE Adjustment of manholes to grade shall conform to Subsections 301- 1.6, 301 -1.7, 302 -5.7 and 202 -1 of the Standard Specifications except as modi- fied herein. All manholes to be adjusted shall be raised to the finish A.C. surface. The frames and covers shall be kept free of tack coat and shall be thoroughly cleaned of both new and old pavement after being raised to grade. The Contractor, at his option and expense, may replace the frames and covers in kind in lieu of cleaning. Full compensation for furnishing all labor, materials, tools and equipment for "Adjust Sewer and Storm Drain Manholes to Grade" shall be included in the unit price paid per manhole adjusted. 23.9 CONSTRUCTION OF SEWERS AND APPURTENANCES A. Polyvinyl Chloride Plastic Pipe and Fittings (P.V.C.) The Contractor shall furnish and install all pipe, fittings, jointing materials, manholes and appurtenances as shown and specified for a complete and workable piping system. Al piping shall be adequately supported where details are shown, the supports shall conform thereto and shall be placed as indicated; provided that support for all piping shall be complete and ade- quate regardless of whether or not supporting devices are specifically called for on the drawings. P.V.C. pipe and fittings shall be as manufactured by Pacific Western Pipe or approved equal and shall conform to the requirements set forth in Section 207 -17 of the Standard Specifications and shall have elastomeric gasket joints. P.V.C. sewer pipe shall be bedded in the trench in accordance with City Standard Drawing No. STD -106 —L except that the bedding material shall be crushed rock aggregate in accordance with the requirements of Section 200 -1.2 of the Standard Specifications. Said crushed rock shall be 3/4 inch rock of test gradation "B ". B. Maintenance of Continuous Sewer System Service The Contractor shall furnish all pumps, generators, piping, fit- tings and any other appurtenances that may be required in order to ensure complete by— passing of sewage flow during the time the replacement sewer lines or connections are being constructed. The Contractor shall be responsible for ensuring this by— passing for the duration of the construction period. The Contractor shall submit a plan to the Engineer for his approval showing his method of by— passing or plugging of flow prior to beginning any construction. C. Connections to Existing Facilities All connections shall be made by the Contractor unless otherwise shown on the plans or specified herein. The Contractor shal 1 give the City a minimum of 48 hours notice prior to the time of any proposed connection. Con- nections shall be made only in the presence of the Inspector, and no connection work shall proceed until the City has given notice to proceed. The Contractor shall furnish all pipe and materials, including furnishing all labor and SP 14 I LJ 1 1 I I i 1 • • equipment necessary to make the connections, all required excavation, backfiII, pavement replacements, lights and barricades, and he may be required to include a pumper or vacuum truck, hose and fittings as part of his equipment for making the connections. The Inspector may postpone or reschedule any connection operation if for any reason he feels that the Contractor is improperly prepared with competent personnel, equipment, or materials to proceed with connection work. If progress is inadequate during the connection operations to complete the connection within the time specified, the Inspector shall order the necessary corrective measures and all costs for same shall be paid by the Contractor. The Contractor shall be responsible for determining in advance the elevation of all existing pipelines to which connections are to be made. The Contractor is cautioned of potential danger involved with the work on sewers. The Contractor shall not enter any City facility without: 1) Checking for explosive or toxic gases; 2) Approved Safety harness with rope attached and a minimum of two men outside to render assistance; 3) Adequate air blowers to prevent injury from toxic or explosive gases. New connections to existing manholes wherein stubs have not been provided or where existing stub was found to be broken, shal l be made only by core drilling through the walls and base. Prior to core drilling the Contractor shall take the necessary precautions to prevent core drilling into the manhole at the wrong elevation. Any error in core drilling shall be corrected by the Contractor to the satisfaction of the Engineer. After core drilling, the manhole shelf shall be removed where required to form a channel with smooth transitions. All rough edges and over removal sha11 be filled and smoothed using an approved epoxy grout. Care shall be taken to prevent any debris from entering the sewer. 23.10 Final Clean U Upon completion and before making application for acceptance of the work, the Contractor shall clean all work areas, and all other grounds occupied by him in connection with the work of all rubbish, excess materials, temporary structures, and equipment, and all parts of the work and grounds occupied by him shall be left in a neat and presentable condition. Full compensation for conforming to the requirements of this article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. 23.11 CONCRETE STRUCTURES A. General Construct concrete columns, seat walls, planter walls, and footings as shown on the plans and in accordance with the provisions of Subsec- tions 201 -1 and 303 -1 of the Standard Specifications except as modified herein. Certain items of concrete construction are not included in bid items under this Section of the special provisions. They are as follows: 1) Concrete bands, sidewalks, decorative paving and steps. SP 15 0 0 B. Compressive Strength ' Compliance with cement content will be verified in accordance with procedures described in California Test 518. Batch proportion shall be adjusted as necessary to produce concrete having the specified cement content. The compressive strength of concrete shall be determined from test cylinders which have been prepared and tested in accordance with Subsection 201 -1.1.4 of the Standard Specifications, modified as follows: One compressive strength test shall consist of one slump test and ' the average strength of 2 cylinders fabricated from material taken from a single batch of concrete except that if any cylinder should show evidence of improper sampling, molding, handling or testing, said cylinder shall be discarded and the strength test shall consist of the strength of the remaining cylinder. All concrete test cylinders shall be cured at the job site, under conditions affecting the actual structure, a minimum of 3 days, and then taken to the testing location where the cylinders will be standard moist cured until time of testing. The minimum compressive strength of a test shall be the specified 28 —day strength and the minimum strength of any individual cylinder shall be 95 percent of the specified 28 —day strength. The minimum moving average strength shall be the specified 28 —day strength. The frequency of testing shall be one test for every 50 cubic ' yards of pour up to 150 cubic yards and thence one test for each additional 150 cubic yards of pour. C. Forms Forms and removal of forms for concrete structures shall conform to the requirements of Subsections 303 -1.3, 303 -1.4 and the following: The releasing agents shall be a commercial quality form oil or other equivalent coating which will permit the ready release of forms and will not discolor the concrete. Concrete shall not be deposited in the forms until all work connected with constructing the forms has been completed, all materials required to be embedded in the concrete have been placed for the unit to be poured, and the Engineer has inspected said forms and materials. ' Forms for all concrete surfaces which will not be completely enclosed or hidden below the permanent ground surface shall conform to the requirements herein for forms for exposed surfaces. Prior to the use of each forming system to be used for exposed surfaces and when requested by the Engineer, the Contractor shall submit shop drawings in accordance with Subsection 205.3, "Shop Drawings." Drawings shall indicate design, method of fabrication, and materials. Forms for exposed concrete surfaces shal 1 be designed and con- structed so that the formed surface of the concrete does not undulate excessive- ly in any direction between studs, joists, form stiffeners, form fasteners or wales. Undulations exceeding either 3122 inch or 1/270 of the center to center distance distance between studs, joints, form fasteners or wales will be consi- dered to be excessive. Should any form or forming system, even though previous- ' ly approved for use, produce a concrete surface with excessive undulations, its use shall be discontinued until modifications satisfactory to the Engineer have been made. Portions of concrete structures with surface undulations in excess of the limits stated herein may be rejected by the Engineer. ISP 16 ' 0 0 Al exposed surfaces of each element of a concrete structure shall be formed with the same forming material or with materials which produce similar concrete surface textures, color and appearance. Forms for exposed surfaces shall be faced with form panels. A form panel shall be considered to be the continuous section of form facing ' material, unbroken by joint marks, against which the concrete is place. Except when otherwise specified or shown on the plans, panels for vertical surfaces shall be placed with the long dimension horizontal and with horizontal joints level and continuous. Form panels on each side of the panel ' joint shall be precisely aligned, by means of supports or fasteners common to both panels, to result in a continuous unbroken concrete plane surface. Anchor devices may be cast into the concrete for later use in supporting forms. The use of driven types of anchorages for fastening forms or form supports to concrete will not be permitted. Form bolts and clamps shall be of such types that they can be removed in accordance with the provisions of Subsection 303 -1.3 of the Standard Specifications without chipping, spal ling, heating or otherwise damaging the concrete surface. All forms shall be removed as specified in the Standard Specifi- cations. D. Construction Methods The concrete in each integral part of the structure shall be placed continuously and the Contractor will not be allowed to commence work on any such part unless sufficient material for the concrete is on hand, and its forces and equipment are sufficient to complete the part without interruption in the placing of the concrete. Joints in the concrete due to stopping work shall be avoided as far as possible. Such joints, when necessary, shall be constructed as directed by the Engineer. Construction methods and equipment employed by the Contractor shall conform to the following: Loads imposed on existing, new or partially completed structures Where native material will stand in vertical cut, footings for retaining and planter walls shall be excavated to neat lines and footing con- crete placed directly against the sides of the neat excavation without using side forms. Where concrete is placed against earth without forms, steel cover depth shall be increased as required by the ACI code, latest revision. The elevation of the bottoms of footings shown on the plans shall be considered as approximate only and the Engineer may order, in writing, such changes in dimensions or elevations of footings as may be necessary to secure a satisfactory foundation. ISP 17 shall not exceed the load carrying capacity of the structure, or portion of ' structure, as determined by the Load Factor Design methods of AASHTO using Load Group III. The compressive strength of concrete (f ) to be used in computing the load carrying capacity shall of loading, the value of fc be the actual compressive strength shown on the plans for that portion of at the time the struc- ture, or 2.5 times the value of fc is given, whichever is smaller. E. Footings Where native material will stand in vertical cut, footings for retaining and planter walls shall be excavated to neat lines and footing con- crete placed directly against the sides of the neat excavation without using side forms. Where concrete is placed against earth without forms, steel cover depth shall be increased as required by the ACI code, latest revision. The elevation of the bottoms of footings shown on the plans shall be considered as approximate only and the Engineer may order, in writing, such changes in dimensions or elevations of footings as may be necessary to secure a satisfactory foundation. ISP 17 I I I J r I F 1 r, u r-, I I • F. Surface Finishes Surface finishes for concrete columns, building and planter walls shall be Class I Surface Finish in accordance with the requirements of Subsec- tion 303 -1.9.3 of the Standard Specifications and the following: Construct a 4' wide x 4' long x 4" thick sample panel and apply a medium sandblast (Class I) finish to the satisfaction of the Engineer. Construct the sample panel utilizing the same concrete mix, forms, equipment, and methods used for production of the actual structures. Upon approval by the Engineer, the sample panel shall serve as the standard of color, texture, and workmanship acceptable for the project. The sample panel must be approved at least 15 days prior to the beginning of construction of concrete which is to have Class I surface finish. Remove the sample panel from the project site upon completion of the project. 23.12 STEEL REINFORCEMENT FOR CONCRETE A. General This work consists of furnishing and placing bar reinforcing steel of the shape, dimensions, locations and details as shown on the plans and in accordance with Subsections 201 -1 and 303 -1.7 of the Standard Specifications except as modified herein. B. Materials Reinforcing bars shall be deformed billet -steel bars for concrete reinforcement conforming to the specifications of ASTM Designation: A615, Grade 60, including Supplementary Requirement S1, or low alloy steel deformed bars conforming to the specifications of ASTM Designation: A706. Welded wire fabric shall conform to the specifications of ASTM Designation: A185. C. Placing Accurately place reinforcement as shown on the plans and securely hold in position by wiring at intersections and splices with 16 -gauge or heavier wire and by using precast mortar blocks, spacers, metal hangers, supporting wires, and other approved devices of sufficient strength to resist crushing under applied loads. Do not use wooden, aluminum or plastic supports. Placing bars on layers of fresh concrete as the work progresses will not be permitted. Minimum spacing, coverage and splicing of reinforcement shall be in accordance with the code requirements of ACI, latest revision. D. Splicing Splicing of reinforcing bars shall be by lapping. Minimum lap distances shall be per the requirements of the ACI code, latest revision. Determine the location of splices based upon using available commercial lengths where practicable, but submit the layout of splices to the Engineer for approval. Stagger splices in adjacent reinforcing bars. The minimum dis- tance between staggered splices for reinforcing bars shall be the length re- quired for a lapped splice in the bar. SP 18 I I I 0 0 Splices made by lapping shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. For Grade 60 or A706 reinforcing bars, the length of lapped splices shall be lapped ar least 24 diameters of the bar joined. E. Payment full compensation for conforming to the requirements of this ' article shall be considered as included in the contract bid prices paid for the various items of work, and no additional compensation will be allowed therefor. 23.13 CONCRETE PAVING, STEPS, BANDS AND MOWSTRIPS A. General The Contractor shall construct concrete courts, decorative paving, walks, steps, bands and mowstrips of the form and dimensions shown on the plans in accordance with Subsections 201 -1, 302 -6 and 303 -5 of the Standard Specifications except as modified herein. B. Submittals 1. Submit sample of aggregate with certified sieve analysis to Engineer for approval. ' 2. Before commencing any work, prepare sample panels of each finish type not less than 5 ft. x 5 ft, in size, using mix, materials and workmanship proposed for the actual work, and submit to the Architect and Engi- neer for approval. Maintain approved sample panels at the job site for compari- son with the final work as the basis for acceptance of the slab surfaces pro- duced. ' C. Materials ' 1. Forms: Steel, wood, or ther suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. ' a. Use flexible spring steel forms or laminated boards to form radius bends as required. b. Coat forms with a non — staining form release agent that will not discolor or deface surface of concrete. 2. Reinforcing Steel: Shall be as per "Steel Reinforcement for Concrete" Section herein above. ' 3. Concrete Materials: a. Exposed aggregate: 'San Fernando Stone.' Conform to ASTM C33, maximum size 3/8 inch. SP 19 I I v 1 I LJI' I I I 0 • b. Aggregates: For concrete other than retarded finish use ASTM C33, except local aggregates of proven durability may be used when accept- able to Engineer. Provide aggregates from a single source for exposed concrete. Maximum size 112 inch. c. Cement: Portland Cement, Type II conforming to ASTM C- 150. Use only one brand and color of cement. d. Water: Clean potab 1 e. 4. Joint Materials: a. Felt Expansion Joints: Impregnated felt, conforming to ASTM 1751. Size, height, and location as noted on the drawings. b. Felt expansion Joint Forming: Capt —it strip as manufac- tured by Kold —Seal Corporation; 1286 Oddstad Drive; P.O. Box 5823; Redwood City, California 94063; (415) 364 -8491, or approved equivalent. c. Premolded Vinyl Joints: Manufactured by Kold —Seal Corp- oration or approved equivalent. 1) 5 -1/2" thick concrete section (expansion joint) - KS-76-5". 2) 5 -1/2" thick concrete section (control joint) — KS- 76- 3 -1/2" 3) 3 -1/2" thick concrete section (expansion joint) - KS-76-3". KS- 76- 1 -1/2 ". 4) 3 -1/2" thick concrete section (control joint) — 5) Cap — "Rigid Cap #R /3120 —A" 5. Bond Breaker: Resin type sealer, "Formfilm" by A.C. Horn Co., "Form— Saver" by Sonneborn, or equivalent. 6. Curing Materials: a. Curing paper: ASTM C171., non — staining, reinforced. b. Liquid Curing Compound: Non — staining, complying with ASTM C309 at manufacturer's recommended rate of application. Deliver curing compound in unopened labeled containers. 1) For Grey Concrete (non — pigmented): Wax —free, fugi- tive resin type, Thompson's "Waterseal" or equal. 7. Waterproofing Admixture: Add to all concrete used for ex- posed slabs to grade. Add in accordance with manufacturer's instructions. SP 20 1 • • 8. Admixtures: Provide admixtures produced by established repu- table manufacturers and use in compliance with the manufacturer's printed direc- tions. Do not use admixtures which have not been incorporated and tested in accepted mixes, unless otherwise authorized in writing by the Engineer. 9. Surface Retardent: 'Lithochrome Concrete Surface Retarder, Top Surface Grade' as manufactured by L.M. Scofield Co., "Rugasol C /S' or approved equivalent in accordance with written instructions of the manufac- turer's qualified field service representatives. 10. Patching bond: Weld —crete or approved equivalent. D. MIX DESIGN A. Retarded Finish: Develop in consultation with the manufac- turer of the surface retardant. Provide aggregate exposed specified. Aggregate size proportions guide is as follows: 1. Sand — Not to exceed 35% 1 2. "San Fernando" Gravel — 3/8 inch maximum — 65% 3. Water Cement Ratio — Not to exceed 6:1 E. EXECUTION 1. General: Coordinate work with related trades. Do not locate ' related work in concrete except as detailed. Locate accurately and secure in place all inserts, bolts, ties and dowels before pouring, clean and free from any coating which would reduce their bond. Obtain Engineer's approval of layout prior to any construction. ' a. Provide preparation work, including sub —grade preparation, finish grading, setting of forms, dowels and reinforcing 1 for concrete paving at drives. 2. Base Course: Prepare subgrade smooth, true to line and grade, 1 and tested for required compaction of 95% prior to start of placing concrete. Dampen subgrade 24 hours before placing. RerolI as required. Wet forms to tighten cracks. 3. Reinforcing Steel: Position, support and secure reinforcement against displacement. Locate and support with metal chairs, runners, bolster, spacers and hangers, as required. Set wire tie so ends are directed into concrete, not toward exposed concrete surfaces. 4. Formwork: Stake rigidly at 4 feet o.c. and secure against ' deplacement. Install stretched wires or other devices to indicate displacement. Do not deviate formwork more than 1/8" from required positions and levels. Do not remove side forms for sidewalks, gutter depressions, island paving and 1 driveways, less than 12 hours after the finishing has been completed. 1 SP 21 1 a • 1 F. CONCRETE PLACEMENT ' 1. Preplacement Inspection: Before placing concrete, the Engineer shall be notified for inspection of complete formwork installation, reinforcing steel, and items to be embedded or cast —in. No concrete shall be placed prior to such inspection and subsequent approval. Moisten wood forms immediately before placing concrete where form coatings are not used. ' 2. Coordinate the installation of joint materials and dowels with placement of forms and reinforcing steel. 3. Comply with ACI 304, placing concrete in a continuous operation within planned joints or sections. Do not begin placement until work of other trades affecting concrete is completed. 4. Consolidate placed concrete using mechanical vibrating equipment with hand rodding and tamping so that concrete is worked around reinforcement and other embedded items and into all part of forms. Do not vibrate forms. ' 5. Maintain reinforcing in proper position during concrete placement opera- tions. 6. Tolerances: Do not exceed 1/8 inch in any direction along a 10 —foot straightedge for variations in finish surfaces. 7. Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. 1. In cold weather comply with ACI 306 2. In hot weather comply with ACI 305. ' G. JOINTS 1. Control Joints: Locate as shown on plans and details, Install per manufacturer's recommendations. Finish concrete to the top of the joint. 2. Expansion Joints: Locate as shown on plan and details. Install per manu- facturer's recommendations. Tool edges at felt joints and finish concrete to the top of premolded vinyl joints. Extend felt fillers full —width and depth of joint, and not less than 112" or more than 1" below finished surface where joint sealer is indicated. 3. Design or Tooled Joints: a. General: Tool joints true to line and profile while concrete is ' plastic. Joint may be started with a straightedge inserted into concrete. b. Jointing Tool: Tool to 1/4" wide at surface, tapered, with top edges ' rounded to 1/4" radius. c. Location: As shown in drawings, but in any case not more than 15 ft. o.c. both ways. Typical sidewalk joints shall be jointed at 5 ft. o.c, as directed by Architect or Engineer. ' SP 22 I 0 0 H. FINISHING 1. Steel Trowel Finish: Steel trowel and burnish to a smooth, dense, hard finish. ' 2. Broomed Finish: Broom finish by drawing a fine —hair broom across concrete surface, in patterns indicated on drawings. Repeat operation if required to provide a heavy medium texture acceptable to Architect and /or Engineer. ' 3. Retarded Finish: a. General: Exposed aggregate surface produced by placing specifically formulated concrete mix, and coating with concrete surface retarder which is washed off after concrete has set sufficiently to securely bond the aggregate particles into the slab. ' b. Apply retarder to finished surface, before initial set takes place as directed by retardant manufacturer, by spray, roller or brush, depending on retardant consistency. Cover with wet curing paper and cure for not less than ' 10 and not more than 18 hours. Test surface with a knife blade to determine when to commence work of revealing aggregate. ' c. Edge with a small radius edger before and immediately after the sur- face aggregate has been embedded. ' d. Reveal aggregate by using water jet and coarse fiber brushes to remove retarded paste from surface, washing thoroughly until surface is clean and exposure is complete. Then replace curing paper and maintain moist for at least 7 days. ' e. Provide an aggregate exposure of coarse aggregate particles of 3/8 in size constituting not less than 60% and not more than 807 of the surface. ' Provide a uniform surface profile of 1/8 inch +/— 1/16 inch. 4. Sandblast Finish: Finish those areas noted to receive sandblast finish ' with a medium grade wet process application as per governing requirements and as directed by the Engineer. 5. Rock Salt Finish: Steel trowel smooth and level. Add coarse rock salt to ' trowelled concrete and wash off when concrete is cured. ' 23.14 CONDUIT SLEEVES Conduit sleeves shall be installed as indicated on the plans. Tops of sleeves shal l be a minimum of 18" below the finished paving surface. ' Sleeve diameters shown on the plans are to accommodate future installations of PVC irrigation laterals plus PVC pressure conduit with fittings and irrigation controller wires. Sleeves may run continuous through planter openings. Sleeve ' ends shall be capped in a manner satisfactory to the Engineer. Sleeves shall be schedule 40 PVC or heavier. 1 SP 23 0 0 23.15 SKINNED INFIELD AREAS ' A. GENERAL Install brick dust and clay topping course over all non —turf infield areas as shown on the plans and in accordance with these special provi- sions. ' B. MATERIAL Topping course shall be a 100% imported and premixed blend derived from crushed brick and brick clay having the following physical and chemical properties. Minimum 95% passing 9.5 millimeter standard sieve " 65% 500 micron standard sieve 30% " 53 if 11 11 42% 53 It 11 " Minimum .03% extractable calcium based on dry weight and utilizing 10% sodium acetate extracting solution. The blend shall consist of 40% clay and 60% brick —tile, mechanically blended and screened as manufactured by Corona Clay Co., 628 Lancer Lane, Corona, California, phone (714) 737 -5667 or an alternate approved sup- , plier. C. CONSTRUCTION ' Grade 3" below finish grade to an even uniform slope. Water surface and rol l to 907 compaction. Instal l the topping course in a single 3 inch lift. Grade to even uniform slope, moisten and rol l with 250 lb water ballast roller or other appropriate compactive device. 23.16 SURFACE FOR BASKETBALL COURTS ' A. General Apply pure acrylic color coating per manufacturer's specifica- tions and in accordance with the provisions of this article. Application must be made by thoroughly experienced contrac- t tors. Contractor must be able to show tennis court or basketball court applica- tions that have been installed at least two years. Both material and applica- tion must be completely satisfactory to the City. ' B. Application The surface of all concrete slabs shall be cured six (6) ' weeks before surfacing. The cured concrete slabs shall be approved before any color acrylic is applied. Application and mixing is to be in strict accordance with ' Extol Color Coatings, Inc. specifications. SP 24 0 0 Contractor shall lay out and paint basketball court playing lines to the exact widths and dimensions as shown on the drawings. Lines shall have sharp, clean edges. Allow system to dry to minimum of two (2) days, warm weather, before permitting play. Do not wash, hose down or sweep until ten (10) days have elapsed since final coating. C. Material Sand — filled acrylic color coating and finish color coating shall be Extol 3000 as manufactured by Extol Color Coatings, Inc., 10541 —A Prospect Avenue, Santee, California, 92071, telephone (619) 448 -9311 or approved ' equivalent. Utilize 60 mesh sand in mixture to achieve slow speed of play. ' 23.17 SITE FURNISHINGS ' Manufacturer's Directions: Follow manufacturer's directions and detailed drawings in all cases where the manufacturers furnish directions cov- ering points not shown in the drawings and specifications. ' Provide all work called for on the drawings by notes or details whether or not specifically mentioned in the specifications. Contractor shall not install site furnishings or other items when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist. Bring such obstructions or differences to the atten- tion of the Engineer. C. Submittals Product Data: Submit five sets of manufacturer's specifications and shop drawings showing anchor details and installation instructions. Provide fabrication drawings, templates, instructions and directions for installation. Coordinate delivery with other work to avoid delay. ISP 25 A. General Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all site furnishings as shown on the drawings and as specified herein. Work includes, but is not necessarily limited to, the following: 1) Purchase and install precast concrete tree grates, bollards, game tables and benches. 2) Purchase and install basketball backboard, post and goal ring. 3) Purchase and install aluminum seat planking. 4) Purchase and install bike racks. ' 5) Purchase and install trash receptacles. 6) All work of every description mentioned in the specifications and /or amendments thereto, and all other labor and materials incidental to the satisfactory completion of the work including clean —up of the site. B. Quality Assurance ' Manufacturer's Directions: Follow manufacturer's directions and detailed drawings in all cases where the manufacturers furnish directions cov- ering points not shown in the drawings and specifications. ' Provide all work called for on the drawings by notes or details whether or not specifically mentioned in the specifications. Contractor shall not install site furnishings or other items when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist. Bring such obstructions or differences to the atten- tion of the Engineer. C. Submittals Product Data: Submit five sets of manufacturer's specifications and shop drawings showing anchor details and installation instructions. Provide fabrication drawings, templates, instructions and directions for installation. Coordinate delivery with other work to avoid delay. ISP 25 0 0 Submit samples of all precast concrete finish items for approval prior to installation. D. Guarantee ' Provide a three year written guarantee, after substantial comple- tion, signed by the Contractor and Manufacturer, agreeing to replace /repair defective materials and workmanship, including abnormal aging or deterioration of materials, and other failures within guarantee period. Guarantee includes responsibility for removal and replacement of other work affected. Repair and replace during guarantee period work caused by acts of God and other events beyond Contractor's and Manufacturer's control and which exceed performance requirements shall be replaced at owner's expense. E. Products 1 Precast Concrete Bollards and Tree Grates: Dura Art Stone, P.O. Box 666, Fontana, California 92335, (714) 350 -9000 or approved equivalent. Trash Receptacle Unit: Architectural Fiberglass, 8687 Melrose Avenue, Suite 226, Los Angeles, California 90069, (213) 659 -2133 or approved equivalent. Aluminum Seat Planking: L.A. Steelcraft Products, Inc., P.O. Box 90365, Pasadena, CA 91109 or equivalent. Bike Rack: The Wakefield Company, 1100 Quail St., Suite 103, Newport Beach, CA 92660 or equivalent. Basketball posts, backboards, goal rings and chain nets: The Wakefield Company, 1100 Quail St., Suite 103, Newport Beach, CA 92660 (714) 752- 6204. ' F. Materials /Fabrication Materials and fabrication shall be in accordance with manufac- turer's latest published specifications and as shown in drawings. Concrete Finish: Natural grey with acid etch finish. ' Light Fixtures: See details and electrical drawings. Factory seal all exposed concrete surfaces. G. Installation Install per manufacturer's instructions and details shown on drawings. Set each element in the proper position as shown on the approved erection plan, carefully plumbed and anchored securely by means as shown on drawings or specified by manufacturer. Contractor shall assume responsibility for the erection of all items in a satisfactory manner and in an undamaged condition. He shall re- place /repair site furnishing damaged during erection in a manner satisfactory to the Engineer and at no additional expense to the City. r, �I ISP 26 ' 23.18 UNIT MASONRY A. General This work shall consist of constructing reinforced hollow con - crete unit masonry in accordance with the provisions of Subsection 202 -2 of the Standard Specifications except as modified herein. B. Certificate of Compliance A Certificate of Compliance shall be furnished to the Owner's Representative for all concrete blocks. C. Submittals Aggregate for mortar I I Coloring for mortar I SP 27 Aggregate commercially produced for masonry work and free of organic impurities and lumps of clay and shale. Sodiumsul fate soundness loss of aggregate shall not exceed 10 percent per California Test 214. Combined grading shall provide a workable mix suitable for the intended use. Chemically inert, fade resistant mineral oxide or synthetic type. Color of mortar to match block color. Two samples of concrete block shall be submitted to the Engineer for approval of color and architectural finish. Catalog cuts for masonry sealer shall be submitted, describing surface preparation, application instructions, and graffiti removal instructions for common marking substances. A list of Vendors in California shall be submitted with the catalog cuts for masonry sealer. D. Products Masonry units Nominal size, color and architectural finish as shown on plans; hollow load bearing Grade II, ASTM Designation: 90; standard concrete block. Cement for mortar Type II portland cement; Type II Portland cement with maximum 15 percent Class N, F or C pozzolan; Type IP(MS) blended hydraulic cement; or masonry cement. ASTM Designation: C 150 for Type II portland cement; C 595 for Type IP(MS) blended hydraulic cement; C 618 for pozzolan except that the loss on ignition shall not exceed ' 4 percent; C 91 for masonry cement Aggregate for mortar I I Coloring for mortar I SP 27 Aggregate commercially produced for masonry work and free of organic impurities and lumps of clay and shale. Sodiumsul fate soundness loss of aggregate shall not exceed 10 percent per California Test 214. Combined grading shall provide a workable mix suitable for the intended use. Chemically inert, fade resistant mineral oxide or synthetic type. Color of mortar to match block color. I • Lime Type S, ASTM Designation: C 207. ' SP 28 Premixed mortar A premixed packaged blend of cement, lime, and sand, with or without color, that requires only water tcprepare for use as masonry mortar or grout may be furnished. 1 Packages of premixshall bear the manufacturer's name, brand,weight, and color identification. 1 Reinforcement Commercially available, ASTM Designation: A 706 or A 615 or Grade 60. Anchors, ties, angles, and metal lath Commercial quality, galvanized. Dry pack to set items Onepart portlandcement tonot into masonry over 3 parts of grout sand and with a minimum amount of water forhydration and packing. ' Masonry sealer Waterclear, non — yellowing, non- flammable, water based emulsion manufacturedas an anti — graffiti coatingsuitable for use onmasonry surfacesand conforming to the rules for controlof organic compound emissions. Rainguard Products Company "Vandl Guard," Con neborn— Contech "Son - oshield," or approved equivalent. Sealant Single component polysulfideor polyurethane, ozoneand ultra violet resistant sealant suitable for outdoor use. Federal Specifications: TT —S- 230. Backer rods and primer shall be provided as recommended by the manufacturer. Latex — portland Manufacturers recommended amount cement mortar of latex (dilutedwith water when required by directions)added to 1 preblended dry mortar mix consisting of Portland cement,dry additives and graded sand as specified by the latex manufacturer for use with the particularwater emulsionlatex additive. Mortar shall besuitable for thin set latex modifiedportland cement mortar method ofbonding ceramic tile. ' SP 28 0 0 E. Installation Lay masonry units in running bond. Protect surfaces of metal, I Proportion mortar by volume. Mortar shall have one part cement and one quarter part of hydrated lime combined with 2 1/2 to 3 parts aggregate or mortar shall have one part portl and cement and one part masonry cement I combined with 4 112 to 6 parts aggregate. Tint mortar for colored block with coloring to match the block. Proportion grout by volume with one part cement, not more than 1 /10 part hydrated lime, 2 to 3 parts sand aggregate, and not more than 2 parts gravel aggregate. Measure aggregate in a damp loose condition. G. Laying Masonry Units Lay concrete masonry units dry. During laying of units keep all cells dry in inclement weather by suitably covering incomplete walls. Wooden boards and planks are not acceptable as covering materials. Extend the covering down each side of masonry wal is approximately 2 feet. Provide cleanout openings at the bottoms of all cells to be grouted except cells not more than 4 feet high when grout is placed. After inspection, seal cleanout openings before filling with grout. I Keep chases free from debris and mortar. Use bond beam units with a minimum 2 inch x 3 inch opening at each cross web at horizontal reinforcing bars. 1 Where masonry unit cutting is necessary, make all cuts with a masonry saw to neat and true lines. Blocks with excessive cracking or chipping of the finished surfaces exposed to view will not be acceptable. LH. Reinforcement Position reinforcement accurately and securely hold in position with either wire ties or spacing devices near the ends of bars and at intervals not exceeding 192 bar diameters. Wire shall be 16 gauge or heavier, Do not use wooden, aluminum. or plastic spacing devices. The minimum spacing for splices in vertical reinforcement for masonry walls shall be 48 inches plus lap. I ISP 29 glass, wood, completed masonry, and other such materials exposed to view from spillage, splatters and other deposits of cementatious materials. Remove all such deposits without damage to the materials or exposed surfaces. Where fresh masonry joins concrete or masonry, roughen, clean and lightly wet the contact surfaces of existing material. The roughened surface shall be no smoother than a wood trowelled surface. Cleaning shall remove laitance, curing compounds, debris, dirt and any substance which decreases bond to the fresh masonry. Do not erect masonry when the ambient air temperature is below 40 degrees F. or above 95 degrees F. F. Proportioning Mortar and Grout I Proportion mortar by volume. Mortar shall have one part cement and one quarter part of hydrated lime combined with 2 1/2 to 3 parts aggregate or mortar shall have one part portl and cement and one part masonry cement I combined with 4 112 to 6 parts aggregate. Tint mortar for colored block with coloring to match the block. Proportion grout by volume with one part cement, not more than 1 /10 part hydrated lime, 2 to 3 parts sand aggregate, and not more than 2 parts gravel aggregate. Measure aggregate in a damp loose condition. G. Laying Masonry Units Lay concrete masonry units dry. During laying of units keep all cells dry in inclement weather by suitably covering incomplete walls. Wooden boards and planks are not acceptable as covering materials. Extend the covering down each side of masonry wal is approximately 2 feet. Provide cleanout openings at the bottoms of all cells to be grouted except cells not more than 4 feet high when grout is placed. After inspection, seal cleanout openings before filling with grout. I Keep chases free from debris and mortar. Use bond beam units with a minimum 2 inch x 3 inch opening at each cross web at horizontal reinforcing bars. 1 Where masonry unit cutting is necessary, make all cuts with a masonry saw to neat and true lines. Blocks with excessive cracking or chipping of the finished surfaces exposed to view will not be acceptable. LH. Reinforcement Position reinforcement accurately and securely hold in position with either wire ties or spacing devices near the ends of bars and at intervals not exceeding 192 bar diameters. Wire shall be 16 gauge or heavier, Do not use wooden, aluminum. or plastic spacing devices. The minimum spacing for splices in vertical reinforcement for masonry walls shall be 48 inches plus lap. I ISP 29 0 0 I. Mortar Mortar joints shall be approximately 3/8 inch wide. Lay units 1 with all head and bed joints filled solid with mortar along both longitudinal faces for the full width of masonry unit shell. Shave head joints tight. Exposed joints shall be concave, tooled smooth. Do not retemper mortar that has been mixed more than one hour. Mortar placed in joints around cells to be filled shall preserve the unobstructed vertical continuity of the concrete filling. Remove from the inside of cells any overhanging mortar or other obstruction or debris which may create voids or pockets. Solidly bed in mortar the head and cross web bed joints adjacent to cells to be filled to prevent leakage of the cell filling grout. J. Grouting 1 When units are placed full height of masonry work before filling, the masonry may be filled in one lift if the height does not exceed 8 feet. Otherwise, fill units placed full height by successive lifts of grout with the height of each lift not exceeding 4 feet. The interruption between placing successive lifts of grout in full height masonry shall be not less than 30 minutes nor more than one hour. When units are not placed full height before filling, do not exceed a 4 foot increment in height for each successive lift. Grout the masonry before placing units for the next lift. During grouting, make horizontal joints in the grout 112 inch below the top of the last course of masonry being filled. j Bond beams shall be continuous. Cover the tops of unfilled cells under horizontal bond beams with plastic lath or mesh. Fill all cells solidly with grout. Consolidate all grout in the cells at the time of placement by puddling or vibrating and reconsolidate after excess moisture has been absorbed but before plasticity is lost. Slicing with a trowel is not an acceptable consolidation method. K. Cleaning and Protecting Masonry Remove splashes, stains or spots on the faces of the masonry exposed to view. Protect completed masonry from freezing for a period of at least 5 days. L. Surface Finishes Surface finish for masonry walls shall be a Class I surface finish conforming to the requirements of Subsection 303 -1.9.3 of the Standard Specifications and the following: Apply a medium sandblast (Class I) finish to sample masonry unit to the satisfaction of the Engineer. Upon approval by the Engineer, the sample unit shall serve as the standard of color, texture and workmanship acceptable for the project. I ISP 30 1 0 0 I 1 I I I 1 [1 I i I I I I M. Sealing Apply masonry sealer by low pressure spray to all exposed block surfaces. Clean the surfaces free of dirt, grease, paint, loose particles and all other foreign material before spraying. Spray the surface with a minimum of 3 coats at a coverage recommended by the manufacturer, using airless paint spraying equipment. Protect surfaces of other materials surrounding or near masonry construction from overspray or spillage from the sealing operation. Remove sealer applied to surfaces not to be waterproofed and restore the surfaces to their original condition. 23.19 WELDED WIRE BACKSTOP & LINE FENCING A. General Install galvanized welded wire backstop and line fencing as shown on the plans and in accordance with these special provisions. B. Material Fabric: Backstop and line fencing shall be galvanized welded wire corral panels — 2" x 6" rectangular mesh, 6 gauge wire having an O.D. of .1943" ± .005" tolerance. Fence panel height shall be 69" x 24' -0" in length as distributed by: Master— Halco, Inc. 700 E. Lambert Road La Habra, CA 90633 Contact: Warren Hinds Fittings: All fittings and appurtenances shall be malleable iron, pressed steel or aluminum alloy and shall be hot dip galvanized after fabrication per Section 206 -6.6 of the Standard Specifications. Ties: Al ties for panels shall be galvanized steel wire — 6 gauge. C. Installation Attach the fabric on the athletic field side of the framework by means of matching ties, tension bars, tension bands and HOG rings. All ties for panels shal l be galvanized steel wire — 6 gauge, 16" O.C. along rails and braces, 12" O.C. along posts. Overlap panels horizontally a minimum of 6" with overlapping areas occuring at posts wherever possible. Do not overlap panels vertically. They shall be continuous. Connect panels together by means of HOG rings in- stalled at 10" D.C. maximurrL Make all required cuts to panels so that they are contained within fence framework. Fence panels, appurtenances and method of attachment shall be approved by the Engineer prior to installation. SP 31 1 23.20 METAL FABRICATIONS A. General The extent of miscellaneous metal fabrications is shown on drawings and includes items fabricated from iron and steel shapes, plates, bars, strips, tubes, pipes and castings. Furnish inserts and anchoring devices which must be set in con- crete or built into masonry for installation of miscellaneous metal work. Pro- , vide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all miscellaneous metals as shown on the drawings in accordance with the provisions of Section 304 of the Standard Specifications except as modified herein. B. Quality Assurance Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication, where possible. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reass- embly and coordinated installation. C. Submittals Product Data: Submit manufacturer's specifications, anchor de- tails and installation instructions for products to be used in the fabrication of miscellaneous metal fabrications, including paint products. 1 Shop drawings: Submit five sets of shop drawings for fabrication and erection of miscellaneous metal assemblies. Include plans and elevations at not less than 1" to 1' -0" scale, and include details of sections and connections 1 at not less than 3" to 1' -0' scale. Show anchorage and accessory items. Pro- vide templates for anchor and bolt installation by others wherever necessary. D. Guarantee Provide a three year written guarantee, after substantial comple- tion, signed by the Contractor and Manufacturer, agreeing to replace /repair defective materials and workmanship, including abnormal aging or deterioration of materials, and other failures within guarantee period. Guarantee includes responsibility for removal and replacement of other work affected. E. Products and Materials Metal Surfaces, General: For fabrication of miscellaneous metal 1 work which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness. tSteel Plates, Shapes and Bars: ASTM A36 Steel Tubing: Hot — formed, welded or seamless, ASTM 501 or cold— formed ASTM A500. SP 32 r • • rWelding Electrodes: ASTM A -233, class E70 low hydrogen series electrodes; if submerged, grade SAW -2. Steel Pipe: ASTM A53; Type S; Grade B; black finish unless galvanizing is required: standard weight (Schedule 40), unless otherwise shown or specified. Brackets, Flanges and Anchors: Cast or formed metal of the same type material and finish as supported rails, unless otherwise indicated. Concrete Inserts: Threaded or wedge type, galvanized ferrous castings, either malleable iron ASTM A47 or cast steel ASTM A27. Provide bolts, washers and shims as requires, hot —dip galvanized, ASTM AS153. Fasteners: Provide zinc— coated fasteners for exterior use or where built into exterior walls. Select fasteners for the type, grade and class required. 1) Bolts and Nuts: Regular hexagon head type, ASTM A307, Grade A. 2) Lag Bolts: Square head type, FS FF —B -561. 3) Machine Screws: Cadmium plated steel, FS FOF —S -92. 4) Wood Screws: Flat head carbon steel, FS FF —S -111. 5) Plain Washers: Round, carbon steel, FS FF —W -92. 6) Lock Washers: Helical spring type carbon steel, FS FF —W -84. 7) Masonry Anchorage Devices: Expansion shields, FS FF —S -325. Non — Shrink Grout: VEGA CHEMICALS "Florock" or SAUEREISEN "Level Fill Grout" or U.S. GROUT CORP. "Five Star." Paint: 1) Primer for Ferrous Metal: Manufacturer's or Fabricator's stan- dard fast — curing, lead —free, "universal" primer; selected for good resistance to normal atmospheric corrosion, for compatibility with finish paint systems indi- cated and for capability to provide a sound foundation for field — applied top- coats despite prolonged exposure; complying with performance requirements of FS TT —P -645. 1 (a) Sinclair #7113 vinyl wash primer (first coat) or approved equivalent. (b) Sinclair #25 zinc dust primer (second coat) or approved equivalent. 2) Finish Painting: Two coats of Sinclair— Industrial Sintec enamel as manufactured by Sinclair Paints, Los Angeles, California 90023; (213) 268 -2511, or approved equal. Color selected by Architect. 3) Galvanized Repair Paint: High zinc dust content paint for regal - vanizing welds in galvanized steel, complying with Military Specifications MIL — P -21035 (Ships). F. Fabrication Use materials of size and thickness shown or, if not shown, of required size and thickness to produce strength and durability in finished product. Work to dimensions shown or accepted on shop drawings, using proven ' details of fabrication and support. Use type of materials shown or specified for various components of work. Use hot rolled steel bars for work fabricated from bar stock, unless shown or specified to be fabricated from cold— finished or cold — rolled stock. ISP 33 1 0 0 Supply as part of this Section, miscellaneous small parts of materials, or items specifically called out in this section, when such supply is a normal and accepted part of the work. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Ease exposed edges to a radius of approxi- mately 1/32" unless otherwise shown. Form bent —metal corners to smallest radius possible without causing grain separation or otherwise impairing work. Weld corners and seams continuously, complying with AWS recommen- dations. At exposed connections, grind exposed welds smooth and flush, to match and blend with adjoining surfaces. Form exposed connections with hairline joints, flush and smooth. Provide type of anchorage shown. Coordinate with supporting structure. Fabricate and space anchoring devices as shown and as required to provide adequate support for intended use. Cut, reinforce, drill and tap miscellaneous metal work as re- quired to receive finish hardware and similar items. Fabricate joints which will be exposed to weather in a manner to exclude water or provide weep holes where water may accumulate. Galvanizing: Provide a zinc coating for those items shown or specified to be galvanized, as follows. 1) ASTM A123 for galvanizing rolled, pressed and forged steel shapes, plates, bars and strip 1/8" thick and heavier. 2) ASTM A386 for galvanizing assembled steel products. Do galvan- izing after fabrication with work assembled in as large sections as can be handled. 3) ASTM A153 for galvanizing iron and steel hardware. 4) Hot dip galvanize all exterior ferrous metal work after fabrica- tion. 1 Shop Painting: Shop paint miscellaneous metal work, except mem- bers or portions of members to be embedded in concrete or masonry, surfaces and edges to be field welded, and galvanized surfaces, unless otherwise specified. 1) Remove scale, rust and other deleterious materials before ap- plying shop coat. Clean off heavy rust and loose mill scale in accordance with SSPC SP -2 "Hand Tool Cleaning," or SSPC SP -3 "Power Tool Cleaning" or SSPC SP -7 "Brush —Off Blast Cleaning." 2) Remove oil, grease and similar contaminants in accordance with SSPC SP -1 "Solvent Cleaning." 3) Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at a rate to provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. 4) Apply one shop coat to fabricated metal items, except apply 2 coats of paint to surfaces inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. ' G. Miscellaneous Metal Fabrications Manufacture or fabricate items to sizes, shapes and dimensions required. Furnish malleable iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. Hot dip galvanize all exterior metal work after fabrication ' unless otherwise indicated. All projections, barbs, and icicles shall be re- moved after galvanizing. ' SP 34 1 • • 1 Rough Hardware: Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing wood work to concrete or other structures. Miscellaneous Framing and Supports: Provide miscellaneous steel 2) Equip units with integrally welded anchor straps for casting into poured concrete or building into masonry wherever required. Furnish inserts if units must be installed after concrete is placed. Except as otherwise shown, space anchors 24" o.c. and provide minimum anchor units of 1 -1/4" x 1/4" x 8" steel straps. H. Installation Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate de- livery of such items to project site. Fastening to In —Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in —place construction; including, threaded fasteners for concrete and masonry 1 inserts, toggle bolts, through — bolts, lag bolts, wood screws and other connec- tors as required. 1) Galvanize exposed fasteners to secure in —place construction. Cutting and Fitting: Perform cutting, drilling and fitting re- quired for installation of miscellaneous metal fabrications. Fit exposed con- nections accurately together to form tight hairline joints. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind joints smooth and touch —up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot —dip galvanized after fabrication, and are intended for bolted or screwed field ' connections. Placement: Set work accurately in location, alignment and eleva- tion, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items which are to be built into concrete, masonry or similar construction. Field Welding: Comply with AWS Code for procedures of manual shielded metal —arc welding, appearance and quality of welds made, and methods used in correcting welding work. Touch —up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed 1 areas with same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. For Galvanized Surfaces: Clean field welds, bolted connections and abraded areas and apply 2 coats of galvanizing repair paint. ISP 35 framing and supports, as required to complete work. 1) Fabricate miscellaneous units to sizes, shapes and profiles shown, or if not shown, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from structural 1 steel shapes and plates and steel bars of welded construction using mitered joints for field connection. Cut, drill and tap units to receive hardware and similar items. 2) Equip units with integrally welded anchor straps for casting into poured concrete or building into masonry wherever required. Furnish inserts if units must be installed after concrete is placed. Except as otherwise shown, space anchors 24" o.c. and provide minimum anchor units of 1 -1/4" x 1/4" x 8" steel straps. H. Installation Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate de- livery of such items to project site. Fastening to In —Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in —place construction; including, threaded fasteners for concrete and masonry 1 inserts, toggle bolts, through — bolts, lag bolts, wood screws and other connec- tors as required. 1) Galvanize exposed fasteners to secure in —place construction. Cutting and Fitting: Perform cutting, drilling and fitting re- quired for installation of miscellaneous metal fabrications. Fit exposed con- nections accurately together to form tight hairline joints. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind joints smooth and touch —up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot —dip galvanized after fabrication, and are intended for bolted or screwed field ' connections. Placement: Set work accurately in location, alignment and eleva- tion, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items which are to be built into concrete, masonry or similar construction. Field Welding: Comply with AWS Code for procedures of manual shielded metal —arc welding, appearance and quality of welds made, and methods used in correcting welding work. Touch —up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed 1 areas with same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. For Galvanized Surfaces: Clean field welds, bolted connections and abraded areas and apply 2 coats of galvanizing repair paint. ISP 35 ' 23.21 WATERPROOFING A. General Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all waterproofing as shown on the drawings and as specified herein. B. Submittals Product Data: Submit specifications, installation instructions, and general recommendations from waterproofing materials manufacturer, for wat- erproofing. C. Materials Waterproofing: Pioneer Flintkote C -13 —E or approved equal. D. Installation ' Prime the surfaces with a brush or spray coat of waterproofing using 1 -112 gallons per 100 square feet, thinned with not more than 20% cool clean water. Allow to dry thoroughly. Comply with manufacturer's instructions for handling and insta- llation of waterproofing, except where more stringent requirements are shown or specified. Coordinate installation of waterproofing and associated work to provide complete system complying with recommendations and manufacturer. Sche- dule installation to minimize period of exposure of waterproofing materials. 1 Apply waterproofing, undiluted, by brush or spray, using three gallons per 100 square feet, in a coating of uniform thickness. Allow to dry thoroughly. Make sure all applications are carried down to and over footing, forming 1 -1/2 in. cove at the junction of walls and footing. E. Protection Institute all required procedures for protection of completed membrane during installation of work over membrane and throughout remainder of construction period. Completely remove all excess materials from job site. Clean up all splatterings and leave job in a condition acceptable to the Engineer. 23.22 SEALANTS A. General ' Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all sealants as shown on the drawings and in accordance with provisions of subsection 201 -3 of the Standard Specifications except as modified herein. I ISP 36 1 s i Provide sealants as indicated and specified, complete. Principal item of work is sealing of openings and joints indicated, specified and required ' to make concrete work weather and water tight. The applications for joint sealants are indicated in the Sealant Schedule at the end of this section. B. Submittals Product Data: Submit manufacturer's specifications, performance test data, recommendations, handling, installation and curing instructions for each type of sealant, and associated miscellaneous material required. Samples: Submit 3, 12" long samples of each color required (except black) for each type of sealant exposed to view. C. Materials ' General Sealant Performance Requirements: Provide colors indi- cated or, if not otherwise indicated, as selected by Engineer from manufac- turer's standard colors. Select materials for compatibility with joint surfaces ' and other indicated exposures, and except as otherwise indicated select modulus of elasticity and hardness or grade recommended by manufacturer for each appli- cation indicated. Where exposed to foot traffic, select marketing materials of sufficient strength and hardness to withstand stiletto heel traffic without damage or deterioration of sealant system. (1) Sealant No. 1 - One- Component Polyurethane Sealant: Poly- I I I I I I I urethane - based, one -part elastomeric sealant, complying with FS TT -S- 00230, Type 2 (non -sag). (2) Provide one of the following products: Dymonic: Tremco, Inc.; Rubbercalk 6000: Products Research & Chemical Corp.; or approved equal. Sealant No. 2 - One- Component Polysulfide Sealant: Poly- sulfide based, one -part elastomeric sealant, complying with FS TT -S- 00230, Class A, Type II (non -sag). (3) Provide one of the following products: Flexseal: Dap, Inc.; GC -9 Synthacalk: Pecora Corp.; Rubbercalk 5000 -S or 7000: Products Research & Chemical Corp.; or approved equal. Sealant No. 3 - Two- Component Polyurethane Sealant: Polyure- thane -based 2 -part elastomeric sealant, complying with FS TT -S- 00227, Class A. Type 1 (self- leveling) unless Type 2 recommended by manufacturer for application shown. (4) Provide one of the following products: N.R. -200 Urexpan: Pecora Corp.; Sonolastic Paving: Sonneborn; Rubbercalk 210: Products Research & Chemical Corp.; THC -900: Tremco, Inc.; or approved equal. Joint Primer /Sealer: Provide type of joint primer /sealer recom- mended by sealant manufacturer for joint surfaces to be primed or sealed. Bond Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant manufacturer to be applied to sealant- contact surfaces where bond to substrate or joint filler must be avoided for proper performance of sealant. Provide self- adhesive tape where applicable. Sealant Backer Rod: Compressible rod stock of polyethylene foam, polyethylene jacketed polyurethane foam, butyl rubber foam, neoprene foam or other flexible, permanent, durable nonabsorptive material as recommended by sealant manufacturer for compatibility with sealant. SP 37 D. Installation Inspect substrate and conditions under which waterproofing work is to be performed. Do not proceed until satisfactory conditions or discre- pancies have been corrected. Clean joint surfaces immediately before installation of sealant or calking compound. Remove dirt, insecure coatings, moisture and other sub- stances which could interfere with bond of sealant or calking compound. Etch ' concrete and masonry joint surfaces as recommended by sealant manufacturer. Roughen vitreous and glazed joint surfaces as recommended by sealant manufac- turer. Prime or seal joint surfaces where indicated, and where recom- mended by sealant manufacturer. Do not allow primer /sealer to spill or migrate onto adjoining surfaces. Set joint fil ler units at proper depth or position in joint to coordinate with other work, including installation of bond breakers, backer rods and sealants. Do not leave voids or gaps between ends of joint filler units. Install sealant backer rod for sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for application indicated. Install bond breaker tape where indicated and where required by manufacturer's recommendations to ensure that elastomeric sealants will perform properly. Employ only proven installation techniques, which will ensure that sealants are deposited in uniform, continuous ribbons without gaps or air pockets, with complete "wetting" of joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between ' a horizontal surface and vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. Tool joints to form smooth, uniform beads with slightly concave surfaces, with finished joints straight, uniform, smooth and neatly finished. Remove any excess sealant from adjacent surfaces of joint, leaving the work in a neat, clean condition. Do not use tooling agents unless recommended by sealant ' manufacturer. Seal Joints before adjacent surfaces are waterproofed or painted. Instal l sealant to depths as shown or, if not shown, as recom- mended by sealant manufacturer but within the following general limitations, measured at center (thin) section of bead: 1) For sidewalks, pavements and similar joints sealed with elasto- meric sealants and subject to traffic and other abrasion and indentation expo- sures, fill joints to a depth equal to 75% of joint width, but neither more than 12" deep nor less than 3/8" deep. 2) For normal moving joints sealed with elastomeric sealants but not subject to traffic, fill joints to a depth equal to 50% of joint width, but neither more than 112" deep nor less than 1/4" deep. ' Where an irregular surface or sensitive joint border exists apply masking tape at edge of joint to insure joint neatness and protection. Remove masking tape after sealant is applied. 1 SP 38 0 0 Spillage: Do not allow sealants or compounds to overflow or spill onto adjoining surfaces, or to migrate into voids of adjoining surfaces. ' Clean adjoining surfaces by whatever means may be necessary to eliminate evi- dence of spillage. Recess exposed edges of exposed joint fillers slightly behind adjoining surfaces, unless otherwise shown, so that compressed units will not protrude from joints. Bond ends of joint filler together with adhesive or "weld" by other means as recommended by manufacturer to ensure continuous watertight and 1 airtight performance. E. Sealant Schedule Expansion and control joints: Sealant No. 1 Sealant No. 2 Horizontal joints in pavement and sidewalks: Sealant No. 3 23.23 LANDSCAPE IRRIGATION SYSTEM A. General Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of the landscape irrigation system as shown on the drawings and in accordance with the provisions of Subsections 212 -2 and 308 -5 of the Standard Specifications except as modified herein. Explanation of drawings: 1) Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. Carefully investigate 1 the structural and finished conditions affecting all work and plan work accord- ingly, furnishing such fittings, etc. as may be required to meet such condi- tions. Drawings are generally diagrammatic and indicative of the work to be installed. Instal l the work in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2) Provide all work called for on the drawings by notes or details whether or not specifically mentioned in the specifications. B. Submittals Material List: 1) 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 Engineer. 2) Submit a complete material list prior to performing any work. Include in the material list 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 Engineer may be rejected and the Contractor required to remove such materials from the site at his own expense. ' 4) Approval of any item, alternate or substitute indicates only that the product or products apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. 5) Manufacturer's warranties do not relieve the Contractor of his liability under the guarantee. Such warranties only supplement the guarantee. SP 39 1 • • ' Record Drawings: 1) Provide and keep up to date a complete record drawings 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' loca- tions, sizes, and kinds of equipment. Prints for this purpose may be obtained at Contractor's expense from the Architect with the City approval. Keep this set of drawings on the site and use only as a record set. 2) Record drawings will be used as work progress sheets. Make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. Make these drawings available at all times for inspection and keep in a location designated by the Architect. 3) Before the date of the final inspection, transfer all informa- tion from the record drawings to a sepia mylar, procured at the Contractor's expense from the Architect with Owner's approval. Indicate work legibly in ink and submit to the Engineer for approval prior to making controller charts. 4) Dimension from two (2) permanent points of reference, building corners, sidewalk, or road intersections, etc., the location of the following items: ' (a) Connection to existing water lines. (b) Connection to existing electrical power. (c) Gate valves. ' (d) Routing of sprinkler pressure lines (dimension max. 100 ft. along routing.) (e) Sprinkler control valves. (f) Routing of control wiring. (g) Quick coupling valves. (h) Other related equipment as directed by the Architect or Engineer. ' 5) On or before the date of the final inspection, deliver the corrected and completed sepias to the Engineer. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. Controller Charts: 1) Obtain approval of the record drawings from the Architect and Engineer before controller charts are prepared. 2) Provide one controller chart for each controller supplied. 3) Show areas controlled by the automatic controller on the chart. 4) The chart is to be a 50% reduced drawing of the actual as —built system and shall be clearly legible. 5) Provide a chart that is a blackline or blueline ozalid print and use a different color to indicate the area of coverage for each station. 6) When completed and approved, hermetically seal the chart between two pieces of plastic, each piece being a minimum of 10 mils. 7) Prior to final inspection of the irrigation system complete charts and obtain approval. Operation and Maintenance Manuals: Prepare and deliver to the Engineer within ten calendar days prior to completion of construction, two hard cover binders with three rings containing the following information: 1) Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representa- tive. 2) Catalog and parts sheets on every material and equipment instal- led under this contract. ' SP 40 3) Guarantee statement. 4) Complete operating and maintenance instruction on all major equipment. 5) 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. Equipment to be furnished: 1) Supply as a part of this contract the following tools: (a) Two sets of special tools required for removing, disassem- bling and adjusting each type of sprinkler and valve supplied on this project. (b) Two five foot long valve keys for operation of gate valves. (c) Two keys for each automatic controller. (d) Six quick coupler keys and matching hose swivels for each type of quick coupling valve installed. 2) Turn over the above mentioned equipment to the City at the conclusion of the project. Before final inspection can occur, evidence that the City has received material must be shown to the Engineer. C. Job Conditions Verification of Existing Conditions: ' 1) Visit the site to determine existing conditions, including access to the site and the nature and extent of existing improvements upon adjacent public and private property. Nature of materials to be encountered and other factors that may affect the work of this section. 2) Additional compensation resulting from the alleged ignorance of local conditions, and their effect upon the cost of the work will not subse- t quently be approved. Protection: 1) Protect the Owner's property from injury or loss. Repair at Contractor's expense all damage to existing property (buildings, utilities, etc.,) or planting (trees, shrubs, lawn or ground cover) caused during operation or as a result of malfunction of installed work during the guarantee period. 2) Cause minimum interference with workmen, materials, or other equipment of other trades on the project. Do not begin irrigation work until all construction adjacent to the areas has been completed unless otherwise directed. 1 D. Guarantee Submit guarantee for the sprinkler irrigation system in accor- dance with the attached form. File the general conditions and supplementary conditions of these specifications with the Owner or Architect prior to accep- tance of the irrigation system. Include a copy of the guarantee form in the operations and main- tenance manual. Retype the guarantee form onto Contractor's letterhead containing the following information: ' SP 41 GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have Phone: furnished and instal led is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or Products 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. PVC Pressure Main Line Pipe and Fittings: Repairs or replacements will be made 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 Specifications. 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 Manufacturer's name. costs and charges therefrom upon demand. 2) Project Location 1 ' 4) Signed: 1 5) NSF (National Sanitation Foundation) approval. Address: Phone: Date of Acceptance: E. Products Use only new materials of brands and types noted on drawings, ' specified herein, or approved equals. PVC Pressure Main Line Pipe and Fittings: ' Shal l conform to the requirements of Section 212 -2.1.3 and 4 of the Standard Specifications. All PVC pipe must bear the following markings: 1) Manufacturer's name. 2) Nominal pipe size. 3) Schedule or class. ' 4) Pressure rating in P.S.I. 5) NSF (National Sanitation Foundation) approval. 6) Date of extrusion. All fittings must bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. ' ' SP 42 r • • Brass pipe and fittings: ' Pipe: Red brass screwed conform to Federal Specification #WW —P -351. Fittings: Red brass conforming to Federal Specifications #WW —P -460. rGalvanized Pipe and Fittings: Pipe: Galvanized steel ASA schedule 40 mild steel screwed. Fittings: Medium galvanized screwed beaded malleable iron and galvanized merchant coupling. Paint all galvanized pipe and fittings installed below grade with two coats of Koppers #50 Bitumastic. Quick Coupling Valves: Brass one or two piece body designed for working pressure of 150 ' P.S.I. operable with quick coupler with key size and type as shown on plans. Install six to twelve inches from nearest adjacent paved area. Gate Val ves: Bronze gate valve: 125 lb. SWP with screw —in bonnet, nonrising stem and solid wedge disc with threaded ends and a bronze handwheel. Manufactured by Nibco or approved equal. Control Wiring: Connect between the automatic controllers and the electric con- trol valves with direct burial copper wire AWG —UF 600 volt. Use different color pilot wires for each automatic controller. Use white common wires with a Jiff- , erent color stripe for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. Do not use wire size less than #14. Place wiring in same trench and along the same route as pressure supply or lateral lines wherever possible, Tape wires together at intervals of ten feet where more than one wire is placed in a trench. ' Provide an expansion curl within three feet of each wire connec- tion. Provide expansion curl with 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 valve wires. Lay control wires loosely in trench without stress or stretching of control wire conductors. Make all splices with Rainbird Snap —Tite wire connector or approved equal. Use one splice per connector sealing pack. Do not allow field splices between the automatic controller and electrical control valves without prior approval of the Engineer. r Check Valves: Swing check valves 2 in, and smal ler: Bronze construction 200 lb. W.O.G. with replaceable composition, neoprene or rubber disc and meet or r exceed Federal Specification WW— V -51D, Class A, Type IV. Anti —drain valves: Heavy duty PVC construction with F.I.P. thread inlet and outlet, stainless steel and neoprene. Internal parts and field adjustable against drawout from 5 to 40 feet of head. Provide Valcon 'ADV' or r approved equal. Automatic controllers: Size and type shown on the plans. Obtain Engineer's approval of final location of automatic con- , trollers. ISP 43 ' Electric Control Valves: Provide electrical control valves with a manual flow adjustment. Provide and install one control valve box for each electric control valve. Backflow prevention units: provide size and type indicated on ' the irrigations drawings. Provide Wye strainers at backflow prevention units with a 125 lb. flanged cast iron with 30 mesh monel screen and similar to Bailey #IOOA or ' approved equivalent. Control Val v Boxes: Use 10" x 10 1/4" round valve box with PVC -6" minimum extension sleeve and bolt down cover for gate valves, Carson Industries 910 -12B or approved equivalent. Use 9 -1/2" x 16" x 11" rectangular box for all electrical control ' valves, Carson Industries 1419 -12B with green bolt down cover embossed with controller and valve station numbers or approved equivalent. Sprinkler heads: Provide 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. Provide riser units in accordance with the details shown on the plans. ' Provide riser nipples of the same size as the riser opening in the sprinkler body. Provide sprinkler heads of the same type from the same manufac- turer. F. Execution ' Backfilling: 1) Do not backfill the trenches until al l required tests are per- formed. Carefully backfill trenches with the excavated materials approved for ' backfil ling. Mechanically compact the backfill in planting areas to a dry density equal 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 112 in. in size will be permitted in the initial backfill. 3) Flooding of trenches will be permitted only with approval of Engineer. 4) Make all required adjustments without cost to the Owner if set- tlement occurs and subsequent adjustments in pipe, valves, sprinkler heads, lawn or planting, or other construction are necessary. Trenching and Backfill Under Paving: 1) Backfill trenches located under areas where paving, asphaltic concrete or concrete will be installed with sand — a layer 6 in. below the pipe and 3 in. above the pipe — and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Compact trenches for piping to equal the compaction of the existing adjacent undisturbed soil and leave in a firm un— yielding condition. Leave all trenches flush with the adjoining grade. Set in place, cap and pressure test all piping under paving prior to the paving work. SP 44 H. Installation Trenching: ' 1) Dig trenches straight and support pipe continuously on trench bedding. Lay pipe to an even grade. Follow layout indicated on drawings and as noted with trenching excavations. 2) Provide for a minimum cover of 24" for all pressure main line piping 4 in. and larger and for a minimum cover 18" for all pressure main line piping 3 in. and smaller. 3) Provide for a minimum cover of 12" for all non — pressure lines. 4) Provide for a minimum cover of 18" for all control wiring. 5) Install all assemblies specified herein in accordance with res- pective detail. In absence of detail drawings or specifications pertaining to ' specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Engineer. 6) Thoroughly clean PVC pipe and fittings of dirt, dust and moisture before installation. Follow installation and solvent welding methods recommen- ded by the pipe and fitting manufacturer. l_1 ' SP 45 ' 2) Generally, piping under existing walks is done by jacking, boring or hydraulic driving, but where any cutting or breaking of sidewalks and /or concrete is necessary replace work as part of the contract cost. Obtain permis- sion to cut or break sidewalks and /or concrete from the Engineer. No hydraulic driving will be permitted under concrete paving. 3) Provide for a minimum cover of 18" between the top of the pipe ' and the bottom of the aggregate base for all piping installed under asphaltic concrete paving. 1) Assemblies: Routing of sprinkler irrigation lines as indicated on the drawings is diagramatic. Install lines (and various assemblies) in such a manner as to conform with the details of the plans. 2) Multiple assemblies on plastic lines are not permitted. Provide ' each assembly with its own outlet. ' G. Preparation Physical Layout: ' 1) routing and location Prior to installation, stake out all pressure supply lines, of sprinkler heads. 2) Obtain approval of layout from Engineer prior to installation. Water Supply: 1) Connect the sprinkler irrigation system to water supply points of ' connection as indicated on the drawings. 2) Make connections at approximate locations as shown on drawings. Contractor is responsible for minor changes caused by actual site conditions. Electrical Supply: 1) Make electrical connections from automatic controller to elec- trical points of connection as indicated on the drawings. ' 2) Make connections at approximate locations as shown on drawings. Contractor is responsible for minor changes caused by actual site conditions. H. Installation Trenching: ' 1) Dig trenches straight and support pipe continuously on trench bedding. Lay pipe to an even grade. Follow layout indicated on drawings and as noted with trenching excavations. 2) Provide for a minimum cover of 24" for all pressure main line piping 4 in. and larger and for a minimum cover 18" for all pressure main line piping 3 in. and smaller. 3) Provide for a minimum cover of 12" for all non — pressure lines. 4) Provide for a minimum cover of 18" for all control wiring. 5) Install all assemblies specified herein in accordance with res- pective detail. In absence of detail drawings or specifications pertaining to ' specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Engineer. 6) Thoroughly clean PVC pipe and fittings of dirt, dust and moisture before installation. Follow installation and solvent welding methods recommen- ded by the pipe and fitting manufacturer. l_1 ' SP 45 0 ' 7) On PVC to metal connection, work the metal connections first. Use teflon tape or approved equivalent on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is al l that is required. Where threaded PVC connections are required, use female threaded PVC adaptors into which the pipe may be welded. All such threaded connections shall be made using schedule 80 pipe and /or fittings. Line Clearance: Provide a minimum clearance of 6 in. from each other and from lines of other trades. Do not install parallel lines directly ' over one another. Automatic Controller: Install in accordance with manufacturer's instructions. Connect remote control valves to controller in numerical sequence as shown on the drawings. ' High Voltage Wiring for Automatic Controller: 1) Provide 120 volt power connection to the automatic controller. Remote Control Valves: Install where shown on drawings and details. When grouped together, allow at least 12 in, between valves. Install each remote control valve in a separate valve box. 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 instal- lation of sprinkler heads, open control valves and flush out the system with a full head of water. ' 2) Install sprinkler heads only after flushing of the system has been accomplished to the complete satisfaction of the Engineer. Sprinkler Heads: ' 1) Install the sprinkler heads as designated on the drawings or approved equivalent. 2) Spacing of heads shall not exceed the maximum indicated on the drawings as recommended by the manufacturer. I. Temporary Repairs ' Adjustment Of The System: 1) Flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. ' 2) If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3) Within ten days after notification by Engineer lower raised sprinkler heads. 4) Set all sprinkler heads perpendicular to finished grades unless ' otherwise designated on the plans. ' SP 46 The Owner reserves the right to make temporary repairs as neces- ' sary to keep the sprinkler equipment in operating condition. The Contractor is not relieved of his responsibilities under the terms of the guarantee as herein specified, if the Owner exercises this right. J. Field Quality Control ' Adjustment Of The System: 1) Flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. ' 2) If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3) Within ten days after notification by Engineer lower raised sprinkler heads. 4) Set all sprinkler heads perpendicular to finished grades unless ' otherwise designated on the plans. ' SP 46 0 0 ' Testing Of Irrigation System: ' 1) Request the presence of the Engineer in writing at least 48 hours in advance of testing. 2) Test all pressure lines under hydrostatic pressure of 150 lbs. per sq. inch for a minimum duration of 2 hrs. and prove watertight. NOTE: Test pressure main lines prior to installation of electric control valves. 3) Test al l piping under paved areas under hydrostatic pressure of ' 150 lbs. per sq. inch, and prove watertight, prior to paving. 4) Sustain pressure in lines for not less than two hours. If leaks develop, replace joints and repeat test until entire system is proven water- ' tight. 5) Make all hydrostatic tests only in the presence of the Engineer. Do not backfi 11 any pipe unti 1 it has been inspected, tested and approved in writing. ' 6) Furnish necessary pump and all other test equipment. 7) When the sprinkler irrigation system is completed, perform a coverage test in the presence of the Engineer, to determine if the water cov- erage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to devia- tion from plans. Accomplish test before any ground cover is planted. 8) Upon completion of each phase of work, test the entire system and ' adjust to meet site requirements as necessary. K. Maintenance ' Operate entire sprinkler irrigation system under full automatic operation for a period of seven days prior to any planting and for sixty days after inspection to begin maintenance period. The Architect reserves the right to waive or shorten the opera- tion period. L. Clean —Up Clean up each portion of work as it progresses. Remove refuse ' and excess dirt from the site. Broom or wash down all walks and paving and repair to original condition any damage sustained on the work of others. ' M. Final Inspection Prior To Acceptance Operate each system in its entirety for the Engineer at time of ' final inspection. Rework any items deemed not acceptable by the inspector to the complete satisfaction of the Engineer. ' N. Inspection Schedule Notify the Engineer in advance for the following inspections, according to the time indicated: 1) Pre —job conference — 7 days. 2) Pressure supply line installation and testing — 48 hours. 3) Automatic controller installation — 48 hours. 1 ' SP 47 ' 23.24 LANDSCAPE PLANTING A. General ' Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all landscape planting as shown on the drawings and in accordance with the provisions of Subsections 212 -1 and 308 of the Standard Specifications except as modified herein. B. Quality Assurance Perform sampling and laboratory testing through Soil and Plant Laboratory, Inc., 1534 S. Trotter Avenue, P.O. Box 11744, Santa Ana, California ' 92711 (714) 558 -8333 and pay for testing. After rough grading has been completed, analyze existing on —site soil. 1) Sample two areas on the site. Eight core samples are to be taken from each sampling area and analyzed for suitability and fertility. Perform soils analysis of wood residual organic amendment prior to backfill. 2) Submit one quart of wood residual organic amendment for organic analysis. ' Perform organic suitability and fertility analyses of soil pre- paration areas and on —grade backfill mix areas after the completion of planting to assure all specified amendments have been provided. Take ten random samples of soil preparation areas and five random samples of backfill mix areas. C. Submittals Furnish the articles, equipment, materials, or processes speci- fied by name in the drawings and specifications. Do not substitute without written approval by the Engineer. SP 48 ' 4) Control wire installation — 48 hours. 5) Lateral line and sprinkler and emitter installation — 48 hours. ' 6) Coverage Test — 48 hours. 7) Inspection to begin maintenance period — 7 days. 8) Final inspection — 7 days. When inspections have been conducted by other than the Engineer, show evidence of when and by whom these inspections were made. No inspection will commence without record drawings. ' 0. Payment Payment for "Landscape Irrigation System" will be made at the contract lump sum price as listed in the proposal which price and payment shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and placing the irrigation system as specified in these Specifications and as directed by the Engineer. ' 23.24 LANDSCAPE PLANTING A. General ' Furnish all labor, materials, equipment, appliances and necessary incidentals for the complete installation of all landscape planting as shown on the drawings and in accordance with the provisions of Subsections 212 -1 and 308 of the Standard Specifications except as modified herein. B. Quality Assurance Perform sampling and laboratory testing through Soil and Plant Laboratory, Inc., 1534 S. Trotter Avenue, P.O. Box 11744, Santa Ana, California ' 92711 (714) 558 -8333 and pay for testing. After rough grading has been completed, analyze existing on —site soil. 1) Sample two areas on the site. Eight core samples are to be taken from each sampling area and analyzed for suitability and fertility. Perform soils analysis of wood residual organic amendment prior to backfill. 2) Submit one quart of wood residual organic amendment for organic analysis. ' Perform organic suitability and fertility analyses of soil pre- paration areas and on —grade backfill mix areas after the completion of planting to assure all specified amendments have been provided. Take ten random samples of soil preparation areas and five random samples of backfill mix areas. C. Submittals Furnish the articles, equipment, materials, or processes speci- fied by name in the drawings and specifications. Do not substitute without written approval by the Engineer. SP 48 L1 i 1 1 1 1 1 1 1 1 I i 1 �l i 1 1 i 1 • • Furnish a certificate of delivery with each delivery of material in containers or in bulk. State source, quantity, or weight, type and analysis and date of delivery on certificate. Deliver all certificates to the Engineer. Submit complete materials list prior to performing any work. Include the manufacturer, model number and description of all materials to be used. Materials installed or furnished without prior written approval of the Engineer may be rejected and the Contractor required to remove such materials from the site at his own expense. 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. D. Job Conditions Visit the site to determine existing conditions, including access to the site and the nature and extent of existing improvements upon adjacent public and private property, nature of materials to be encountered, and other factors that may affect the work of this section. Additional compensation resulting from the alleged ignorance of local conditions, and their affect upon the cost of the work wil l not subse- quently be approved. Protect the Owner's property from injury or loss. Repair at Contractor's expense all damage to existing property (buildings, utilities, etc.) or planting (trees, shrubs, lawn or ground cover) caused during operation or as a result of malfunction of installed work during the guarantee period. Cause minimum interference with workmen, materials, or other equipment or other trades on the project. Do not begin landscape work until all construction adjacent to the planting areas has been completed and until the irrigation systems have been installed and approved by the Engineer and the Owner's designated representa- tive. E. Guarantee Submit a written guarantee on Contractor's letterhead in compli- ance with the requirements of this section. Agree that the landscape planting has been completed in accordance with the drawings and specifications. 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. Make repairs or replacements within a reason- able time, as determined by the Owner, after receipt of written notice. In the event of failure to make repairs or replacements within a reasonable time after receipt of written notice from the owner, authorize the Owner to proceed to have repairs or replacements made at Contractor's expense and pay the costs and charges therefore upon demand. Guarantee trees for one year after final acceptance. Replace shrubs, vines and ground covers that die within the guarantee period or which are not healthy and vigorous. Guarantee shrubs, vines and ground covers for six months after final acceptance. Replace trees that die within the guarantee period or which are not healthy and vigorous. SP 49 0 0 Any trees or other plant materials that die back and lose the form and size as originally specified shall be replaced even though they have taken root and are growing after the die back and have received normal care and maintenance. When notified by the Owner, remove and replace al l guaranteed plant materials which for any reason fail to meet requirements of guarantee with plants that meet the same specifications as required for original plantings and guarantee as originally specified. F. Products Wood Residual Organic Amendment: Derived from redwood, fir or cedar sawdust of standard quality impregnated with 1% nitrogen. 1) Particle size, dry weight basis: ' Percent Passing Sieve Size 95 -100 6.35 mm (1/4 in.) 80 -100 2.38 mm (no. 8, 8 mesh) 0 -30 500 micron (no. 35, 32 mesh) 2) Organic content as determined by ash analysis: Minimum 94% based on dry weight. 3) Chemistry: 1 (a) Minimum 0.8% nitrogen based on dry weight. (b) Minimum 0.08% dilute acid soluble iron based on dry weight. (c) Salinity shall not exceed 3.5 millimhos per centimeter as measured in the saturation extract. Commercial fertilizers: 16 -6 -8, 12- 12 -12, and 17 -13 -5, complete fertilizers. Ferrous iron sulphate: First quality commercial grade. Agricultural gypsum: First quality commercial grade. Root hormone: "Super Thrive" or approved equal. jHydraulic Seeding: 1) Seed: Fresh, clean, new crop seed, premixed by mechanical mixer to proportions specified. Minimum proportion per acre: 2000 LBS MULCHING FIBRE ' 200 LBS 16 -6 -8 COMMERCIAL FERTILIZER 200 LBS UREA FORMALDEHYDE 500 LBS AGRICULTURAL GYPSUM 30 LBS SEED MIX: OCONNOR'S LEGUME (TRIFOLIUM FRAGIFERUM) 3 LBS LOBULARIA MARITIMA 'CARPET OF SNOW' ' 2) Wood cellulose fiber: First quality commercial grade. 3) Soil stabilizer: Ecology Controls M— Binder. Spread at a rate of 80 lbs. per one acre. 4) Fertilizer: 17 -13 -5 urea formaldehyde first quality commercial grade. ' SP 50 1 0 5) Deliver to the Engineer: Dealer's guarantee statement of compo- sition and percent of purity of seed mixed by dealer. Deep Root Barrier: Deep root control panels (UB48 -2) as manufactured by deep root corporation or approved equivalent. Plant Materials: Furnish plant material in quantities and /or spacing as indicated or noted for each location and of species, types, sizes, etc., as symbolized and described in the plant list. Protect plants in transit and after delivery to the project site. Replace plants in broken containers, with broken branches or injured trunks. Specified container plants are to be first class material equal to the size of similar material in local retail nurseries. Furnish plant materials that are healthy, vigorous, with a good root system, and free from pests or disease. Have plant material inspected and released by the county agricultural inspector prior to delivery to the job. Provide well rooted ground cover plants in flats or containers. Have plant material inspected and approved by Engineer prior to their placement for planting. Replace materials that do not meet specifica- tions. G. Weed Control: 1. Upon the completion of the irrigation system and after all existing trees and shrubs have been removed from the planting area, apply 200 pounds of a commercial fertilizer 16 -6 -8 per acre, as per manufacturer's in- structions. 2. Water planting area four (4) times daily for twenty —one (21) consecutive days until seeds have germinated. Cease watering for three (3) days. Spray a non — selective herbicide "Round —up," to eradicate the germinated vegetation. Translocation period should be 7 -10 days. 3. Allow herbicide to kill all vegetation. Rake or hoe off all i dead vegetation to a depth of 1/4 inch below the surface of the soil. 4. If perennial weeds or grasses still exist, rewater four (4) times daily for fourteen (14) consecutive days, until the new growth appears. Reapply a non — selective herbicide, Remove weeds after herbicide has had suffi- cient time to kill. H. Installation ' Finish Grading: Grades in all on —grade planting areas will be established to ' within 0.10" and in raised planting areas to within depths indicated on planting plans by others. Backfill planting areas with mixes indicated on planting plans and in specifications. Before and during finish grading, remove all weeds and grasses by 1 the root and dispose of off site. Grade all lawn and planting areas to the elevations indicated on the drawings. Grades not otherwise indicated shall be uniform levels or slopes between points where elevations are given. Make minor adjustments of finish grades at the direction of the Engineer if required. Provide smooth, even, uniform finish grade with no abrupt change of surface. Slope soil away from the ISP 51 1 a ! buildings to allow a natural run —off of water, and direct surface drainage as indicated on the drawings by remodeling surfaces to facilitate the natural run- off water. Grade low spots and pockets to drain properly. Dispose all extra- neous matter off site. Do not work soil when moisture content is so great that excessive compaction will occur; nor when soil is so dry that 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 for planting herein specified. Shrub, Vines, Ground Cover and Annual Areas: Grade to 1 -112" below the grade of adjacent pavement, walks, curbs, or headers and 3" below adjacent walls. The Engineer may direct flush grades where required. j Lawn Areas: Grade to 1 -1/2" below the grade of adjacent pave- ment, walks, curbs, or headers. The Engineer may direct flush grades where required. Soil Preparation: Prepare on —grade areas per 1,000 square feet with the following: Organic Amendment------------- - - - - -6 Cu. Yards 16 -8 -4 Commercial Fertilizer-- - - - -15 Lbs. Agricultural Gypsum------- - - - - -- -100 Lbs. 1 Broadcast uniformly and rototill into upper 6 inches of soil. On —Grade Backfill Mix: Prepare mix and backfill plant pits with the following material per ten cubic yards: On —site Soil------------------ - - - - -6 Cu. Yards Organic Amendment------------- - - - - -4 Cu. Yards 12 -12 -12 Commercial Fertilizer _ - - -10 Lbs. Iron Sulfate------- - - - - -- - - -20 Lbs. Uniformly blend prior to use. Incorporate as specified under iSP 52 'tree, shrub, vine and annual planting' section herein. 1 General Planting: The Engineer shall approve all planting areas and placement of plant material prior to installation. Stake plant locations and secure approval from Engineer before excavating pits, making necessary adjustments as directed. Prepare on —grade planting areas as indicated in "Soil Prepara- tion" section herein. Locate specimen trees prior to installation of irrigation system as directed by Engineer. Excavate all plant pits to a minimum of two times the diameter and height of the container to permit handling. Excavate pits with vertical sides for all plants. Do not plant plants in dry soil. Moisten soil at least eight inches deep. tainers Plant plants immediately after containers are cut. Remove con- regularly so as not to present a hazard or annoyance to those persons using the areas. Set plants in center of pits, in a vertical position so that the crown of the plants will bear the same relationship to the finish grades that it did to soil surface in place of growth, allowing for watering and settling of soil. iSP 52 • 0 Backfill with specified soil mix. Do not backfill with soil in a muddy condition. No filling around the trunk of the plants will be permitted. Build basins around plants and water in with root hormone imme- diately after planting. Remove basins prior to top dressing. Grade areas around plants to finish grades and dispose of excess soil. Replace any plant material damaged in planting operation. Prune plants according to standard horticultural practice as t directed by Engineer. Lightly cultivate, weed, and neatly rake all soil between plants upon completion of all planting operations and again just prior to final inspec- tion. Planting Trees: Prepare tree pits as specified above unless otherwise noted in details. Install deep root control barrier where specified per manufac- turer's recommendations. Backfill trees planted in raised planters with specified soil mix and thoroughly water settle. Backfill trees planted on —grade with specified soil mix and thoroughly water settle. Stake or guy trees as detailed on the drawings. Keep guy wires out of pedestrian traffic areas whenever possible. Set all transplanted trees two inches minimum above finish grades. Apply root hormone per manufacturers recommendation to each tree as follows: 1) Construct tree basins at rim or outer edges of tree rootbal l so that applied water and root hormone will remain on the top of the rootball. 2) Mulch immediately after completion of irrigation of root hormone into the rootball. Planting Shrubs and Vines: Prepare shrub and vine pits as specified under 'General Planting' section herein. Use planting procedures and practices as specified under 'Planting Trees' section herein. Mulch planting areas after planting. Ground Cover and Annual Planting: Prepare planting areas as specified under 'Soil Preparation' section herein. Mulch planting areas and water with a light spray prior to planting. 1 Plant rooted cutting, pots or flats in areas and at spacings indicated on plans after mulching. ' Smooth soil tion. Do not pile soil or about plants and leave areas in neat and clean condi- mulch around crown of any plants. Mulching: Spread mulch on all planting areas, except lawns, evenly over the surface to a depth of one inch. Prepare mulch with wood residual organic amendment. I� LJ 1 SP 53 1 • • ' Lawn Planting: Stolonized Lawn: 1) Plant stolons in areas indicated on plans. 2) Prepare lawn areas as specified in 'soil preparation' section herein. 1 3) Fine grade areas to be stolonized to a smooth uniform grade. Obtain Engineer's approval of finish grades before planting stolons. 4) Method of planting — stolonization: a) Moisten area prior to planting to provide residual mois- ture for stolons. b) Install by means of mechanical planter which shreds sod into stolons, spreads the stolons, presses a major portion of the stolons into 1 the prepared soil with planter blades and rolls the planted area in one simul- taneous operation. Hand scatter stolons around sprinkler heads, trees or other obstacles and slice into soil with a hand stolon planter. c) Quantities of stolons to be planted: 5 bushels /1000 sq. ft. or 220 bushels per acre. d) Irrigation — After planting,stolons must be irrigated immediately and constantly for a period of two to three weeks. Stolons, once planted and until rooted, are extremely perishable and will not survive if permitted to dry out. Once stolons have rooted a more normal irrigation sche- dule may be adopted. e) Fertilizing after planting: After initial two —three weeks of constant irrigation, substantial leaching of nitrogen may occur. When planted areas have dried out sufficiently to facilitate the operation of equip- , ment, apply and irrigate in one of the following high nitrogen fertilizers: Ammonium Sulfate 200 lbs /acre Urea 130 lbs /acre Calcium Nitrate 180 lbs /acre Repeat applications of nitrogen fertilizers every 2 to 4 weeks to promote vegetative growth and rooting until planted area has filled into a solid stand of turf. f) Rolling and top dressing: If planted area is rutted or uneven, it maybe rolled three to four weeks after stolonizing. Deep ruts or 1 hollows in the grade shall be spot top dressed 1" to 2" without harm to the growing bermuda; utilize a uniformly graded fine sand for this operation. i g) Bare areas: Re— stolonize by hand large bare areas taking care that stolons are deeply pressed into freshly worked up "seed bed ". Extra watering care must be observed in such areas. Smal l bare areas can be 1 planted with plugs taken from non— critical areas of the bermuda stand. I. Maintenance ' Continuously maintain all areas during the progress of the work, the 90 —day maintenance period, and until final acceptance of this work. If plantings are not acceptable at the completion of the mainte- nance period, maintain all work until it meets specifications and is approved. I SP 54 0 0 Continuous maintenance operations of watering, weeding, mowing, rolling, trimming, edging, cultivation, ferilizing, spraying for insect and pest control, replacement and /or any other operations are necessary to assure a proper finished product. Keep all planted areas free of debris and cultivate and weed at no more than ten day intervals. Protect all areas during installation and maintenance periods. Repair any damaged plantings at Contractor's expense. Replace plant material that is not live, healthy, undamaged and free of infestations at the termination of the maintenance period. Replace inferior plantings and bring to a satisfactory condition before final acceptance wi11 be made. Keep areas neatly raked and free of weeds. Immediately replace any and all plant materials and grass that die or are damaged. Meet original plant material specifications with replace - ments. J. Inspections Request the Engineer at least twenty four hours in advance to make the following inspections: 1) After finish grading is completed. 2) After soil amendments have been applied but prior to roto- tilling. 3) After rototilling has been completed. 4) After fine grading is completed. 5) After plant material has been delivered to the site. 6) After plant material has been spotted for planting but before planting pits are excavated. 7) After planting pits for trees, shrubs, and vines have been excavated but prior to backfill. 8) Conduct a complete inspection and approval of all landscape construction items at the end of the landscape construction period to establish the time for beginning of the ninety day maintenance period. Notify Engineer at least seven days in advance of inspection. 9) Conduct an inspection at the completion of the ninety day maintenance period to obtain final acceptance. Notify the Engineer at least seven days in advance of inspection. 1 1 I I ' SP 55 SECTION 16010 ELECTRICAL GENERAL PROVISIONS I I ELECTRICAL GENERAL PROVISIONS 16010 PART 1 - GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to, the following: 1. Examine all other sections for work related to those other sections and required to be included as work under this section. 2. General provisions and requirements for electrical work. 1.02 GENERAL SUMMARY OF ELECTRICAL WORK A. The specifications and 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 installation 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. C. Before submitting a bid, the Contractor shall familiarize himself with all features of the building drawings and site drawings which may affect the execution of the work. No extra payment will be allowed for failure to obtain this information. D. If there are omissions or conflicts between the drawings and specifications, clarify these points with the ' Architect before submitting bid. I I ELECTRICAL GENERAL PROVISIONS 16010 E. The drawings indicate approximate locations of existing conduits and the exact routing shall be verified in field and length of conductors shall be adjusted to the length required. F. Contractor shall be responsible to coordinate and cooperate in every way with other trades to avoid or minimize interference. 1.04 AIR CONDITIONING, HEATING, PLUMBING EQUIPMENT WIRING Contractor shall provide electrical work, materials, and control components required for proper operation of the air conditioning, heating and plumbing systems as indicated on the electrical, mechanical, and plumbing drawings and as specified herein. 1 1.05 POWER, TELEPHONE AND OTHER SIGNAL SERVICES A. Telephone, cable television, power, street lighting service and metering facilities shall conform to the requirements of the serving utility companies. Contractor shall verify service locations and requirements, and shall ' pay all costs levied by the serving utility companies for rendering utility services to the project site without additional cost to the City. Service information will be furnished by the serving utilities. ' ELECTRICAL GENERAL PROVISIONS 16010 1.03 LOCATIONS OF EQUIPMENT A. The drawings indicate diagrammatically the desired locations or arrangements of conduit runs, outlets, equipment, etc., and are to be followed as closely as possible. B. Where outlets are placed on a wall, locate symmetrically with respect to each other and other features or finishes on the wall. C. In the event changes in the indicated locations or arrangements are necessary, due to the building construction or rearrangement of furnishings or equipment, 1 such changes shall be made without additional cost, providing the change is ordered before the conduit runs, etc., and provided work directly connected to same is installed such that no extra materials are required. D. Lighting fixtures in mechanical spaces are shown in their approximate location only. Do not install light outlets or fixtures until mechanical piping and duct work has been installed. Lights shall be installed in a location to provide optimum lighting. E. The drawings indicate approximate locations of existing conduits and the exact routing shall be verified in field and length of conductors shall be adjusted to the length required. F. Contractor shall be responsible to coordinate and cooperate in every way with other trades to avoid or minimize interference. 1.04 AIR CONDITIONING, HEATING, PLUMBING EQUIPMENT WIRING Contractor shall provide electrical work, materials, and control components required for proper operation of the air conditioning, heating and plumbing systems as indicated on the electrical, mechanical, and plumbing drawings and as specified herein. 1 1.05 POWER, TELEPHONE AND OTHER SIGNAL SERVICES A. Telephone, cable television, power, street lighting service and metering facilities shall conform to the requirements of the serving utility companies. Contractor shall verify service locations and requirements, and shall ' pay all costs levied by the serving utility companies for rendering utility services to the project site without additional cost to the City. Service information will be furnished by the serving utilities. ' ELECTRICAL GENERAL PROVISIONS 16010 D. In addition to the requirements of the serving utility companies, all power, telephone and signal service conduits for utility company circuits, shall be concrete encased with red concrete the entire length including under buildings. 1.06 PERMITS Secure and pay for all required permits, inspections and examinations fees or charges necessary for completion of the electrical work. All such costs shall be included in the unit costs for the various bid items to which the work is appurtenant and no additional compensation will be made therefore. 1.07 1.07 QUALITY ASSURANCE A. Work and materials shall be in full accordance with the latest rules and regulations of the California Administrative Code Title 24, Part 3 "Basic Electrical Regulations ", Title 8 "Division of Industrial Safety ", the National Electrical Code, the National Life Safety Code, and other applicable state laws and regulations. B. All material and equipment shall be new and shall be delivered to the site in unbroken packages. All material and equipment shall be listed and labeled by Underwriters 1 Laboratories, Inc. All such material and equipment shall comply with all installation requirements and restrictions pertaining to such listings. ' C. Contractor shall keep a copy of all applicable codes available at the job site at all times while performing work under this section. Nothing in plans or specifications shall be construed to permit any work not in conformance with the codes. ' ELECTRICAL GENERAL PROVISIONS 16010 B. Contractor shall conform to all requirements of the serving utility companies. Location of transformer pad and or manholes and pull boxes and routing of service conduits indicated on the drawings are approximate and shall be verified with the serving utility company prior to installation. Such locations shall be approved by the City prior to installation. Installation of service shall not begin until approved drawings have been received from the serving utility company. C. Within 30 calendar days of award of contract the Contractor shall notify the serving utility companies that he has the job and shall provide information as to the total lighting, power, telephone, and signal requirements of the contract. The Contractor shall also furnish information regarding the estimated completion date of job. D. In addition to the requirements of the serving utility companies, all power, telephone and signal service conduits for utility company circuits, shall be concrete encased with red concrete the entire length including under buildings. 1.06 PERMITS Secure and pay for all required permits, inspections and examinations fees or charges necessary for completion of the electrical work. All such costs shall be included in the unit costs for the various bid items to which the work is appurtenant and no additional compensation will be made therefore. 1.07 1.07 QUALITY ASSURANCE A. Work and materials shall be in full accordance with the latest rules and regulations of the California Administrative Code Title 24, Part 3 "Basic Electrical Regulations ", Title 8 "Division of Industrial Safety ", the National Electrical Code, the National Life Safety Code, and other applicable state laws and regulations. B. All material and equipment shall be new and shall be delivered to the site in unbroken packages. All material and equipment shall be listed and labeled by Underwriters 1 Laboratories, Inc. All such material and equipment shall comply with all installation requirements and restrictions pertaining to such listings. ' C. Contractor shall keep a copy of all applicable codes available at the job site at all times while performing work under this section. Nothing in plans or specifications shall be construed to permit any work not in conformance with the codes. ' ELECTRICAL GENERAL PROVISIONS 16010 1 1.08 DRAWINGS AND SPECIFICATIONS A. Architectural and Structural Drawings take precedence over Electrical Drawings. Mechanical and Plumbing Drawings contain information pertinent to the electrical installation. The electrical installation shall conform to the applicable requirements of all the drawings, and the electrical work shall be coordinated with that of all other trades. B. Electrical Drawings are diagrammatic in many respects. Sizes and locations of equipment and wiring are shown to scale where possible but may be distorted for clarity on the Drawings to show all necessary bends, offsets, pull boxes and obstructions. 1.09 CONFLICTS When Drawings or Specifications call for materials or work different than, but not in conflict with, requirements of governing codes the Contractor shall provide and install these materials or work. If there are any apparent conflicts between Drawings and Specifications and prevailing Codes and regulations, ask Architect and Engineer for clarification has been made. Nothing in these Drawings or Specifications is to been made. Nothing in these Drawings or Specifications is to be construed to permit work in violation of governing codes. 1.10 SUBMITTALS A. Review of contractors submittals is for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for quantities; dimensions which shall be confirmed and correlated at the job site; fabrication processes and techniques of construction; coordination of his work with that of all other trades and satisfactory performance of his work. B. Material Lists and Shop Drawings: 1. Contractor shall submit material list and equipment manufacturers for approval within 30 days of award of contract. Submittals shall name the manufacturer, brand name, type and /or catalog number of each item. Listing of more than one manufacturer for any one item of equipment, or listing items "as specified ", without both make and model or type designation, is not acceptable. It shall be the Contractor's ' responsibility to show that all products proposed for substitution are equal to the item specified, by submitting sufficient information to permit a ELECTRICAL GENERAL PROVISIONS 16010 I d I u I I i� 0 0 comparative check. Five (5) copies of a complete materials list with brochures showing all equipment shall be indexed with job title. The term "or approved equal" shall mean the product or material used shall have equivalent or more value than the item set forth in the specifications or plans, and then only after a submittal in writing, by the Contractor. If, after installation substituted equipment is found not to be equal to material specified, it shall be replaced with approved material at no cost to the Owner. The Engineer reserves the right to charge the Contractor $100.00 /hour for review of substitutions. Shop drawings shall not be submitted before approval of manufacturers list. City reserves the right to require submission of samples of any material or item. 2. After approval of the material and equipment manufacturers list, submit shop drawings for approval. Shop drawings shall be submitted in completed bound groups of materials (i.e., all lighting fixtures or all switchgear, etc.). Departure from the above procedure will result in resubmittals and delays. The Contractor shall verify dimensions of equipment and be satisfied as to their fit and compliance with all code requirements relating to clear working space. Submittals which are intended to be reviewed as substitution or departure from the contract documents must be specifically noted as such. 3. Shop drawings shall include dimensioned plans, elevations, details, wiring diagrams and descriptive literature of components and parts where applicable. Structural calculations and mounting details, signed by a structural engineer registered by the State of California, shall be submitted for all equipment weighing over one thousand pounds, and shall be in compliance with Title 21 of the California Administrative Code. 4. Shop drawings shall include the manufacturer's projected date of shipment from the factory of completed equipment, once ordered by the Contractor. It shall be the responsibility of the Contractor to insure that all material and equipment is ordered in time to provide an orderly progression of the work. The Contractor shall notify the Engineer of any changes in delivery which would affect the project completion date. C. Maintenance and Operating Manuals 1. The Contractor shall furnish three copies of typewritten maintenance and operating manuals for all electrical equipment, fire alarm equipment, sound ELECTRICAL GENERAL PROVISIONS 16010 E. Record Drawings 1. Provide and maintain in good order in the field office of the Contractor a complete set of electrical contract prints. All changes to the contract shall be clearly recorded on this set of prints. At the end of the project, the Contractor shall transfer all changes ' to one set of transparencies to be delivered unfolded to the Engineer. 2. The actual location and elevation of all buried lines, boxes, monuments, vaults, stub -outs and other provisions for future connections shall be referenced to the building lines or other clearly established base lines and to approved bench marks. All measurements shall be witnessed by the job inspector who shall make his own record of the dimensions. Before the inspector signs the record drawings, he shall check his own record of dimensions against those on the drawings. If any dimensions are omitted from the record drawings or are at variance with the inspector's record of dimensions, the Contractor shall, at his own expense, do all excavation necessary to expose the buried work and to establish the correct locations. 3. The Contractor shall keep the "as- built" prints up to date and current with all work being performed. The Contractor shall review the "as- built" prints with the job inspector for approval prior to each monthly pay request. 1.11 CLEANING EQUIPMENT, MATERIALS, PREMISES All parts of the equipment shall be thoroughly cleaned of dirt, rust, cement, plaster, etc., and all cracks and corners scraped out clean. Surfaces to be painted shall ELECTRICAL GENERAL PROVISIONS 16010 r system equipment, etc., to the Owner and instruct Owner's personnel in correct operation of all equipment at completion of project. 2. Maintenance and operating manuals shall be bound in three -ring, hard - cover, plastic binders and shall be delivered to the Owner with letter of transmittal, carbon copy to the Architect. ' D. Portable or Detachable Parts: The Contractor shall retain in his possession, and shall be responsible for all portable and detachable parts or portions of the installation such as fuses, keys, locks, adapters, locking clips, and inserts until final completion and acceptance of his work. These parts shall then be delivered to the Owner or his authorized representative with an itemized receipt with copies sent to the Architect. E. Record Drawings 1. Provide and maintain in good order in the field office of the Contractor a complete set of electrical contract prints. All changes to the contract shall be clearly recorded on this set of prints. At the end of the project, the Contractor shall transfer all changes ' to one set of transparencies to be delivered unfolded to the Engineer. 2. The actual location and elevation of all buried lines, boxes, monuments, vaults, stub -outs and other provisions for future connections shall be referenced to the building lines or other clearly established base lines and to approved bench marks. All measurements shall be witnessed by the job inspector who shall make his own record of the dimensions. Before the inspector signs the record drawings, he shall check his own record of dimensions against those on the drawings. If any dimensions are omitted from the record drawings or are at variance with the inspector's record of dimensions, the Contractor shall, at his own expense, do all excavation necessary to expose the buried work and to establish the correct locations. 3. The Contractor shall keep the "as- built" prints up to date and current with all work being performed. The Contractor shall review the "as- built" prints with the job inspector for approval prior to each monthly pay request. 1.11 CLEANING EQUIPMENT, MATERIALS, PREMISES All parts of the equipment shall be thoroughly cleaned of dirt, rust, cement, plaster, etc., and all cracks and corners scraped out clean. Surfaces to be painted shall ELECTRICAL GENERAL PROVISIONS 16010 r ' 0 0 be carefully cleaned of grease and oil spots and left ' smooth, clean and in proper condition to receive paint finish. 1.12 JOB CONDITIONS - PROTECTION Contractor shall protect all work, materials and equipment from damage from any cause whatsoever and shall provide adequate and proper storage facilities for all materials and equipment during the progress of the work. 1 1.13 IDENTIFICATION A. All surface - mounted equipment, panelboards, terminal cabinets, circuit breakers, disconnect switches, starters, relays, time switches, contactors, pushbutton control stations, and other apparatus used for the operation or control of feeders, circuits, appliances, or equipment shall be properly identified by means of descriptive nameplates or tags permanently attached to the apparatus and wiring. B. Nameplates shall be engraved laminated phenolic. Shop drawings with dimensions and format shall be submitted to the Engineer before installation. Attachment to equipment ' shall be with escutcheon pins, rivets, self- tapping screws or machine screws. Self- adhering or adhesive backed nameplates shall not be used. C. Plates: All cover and device plates shall be furnished with engraved or etched designations under any one of the following conditions: 1. Three gang or larger gang switches. 2. Lock switches. 3. Pilot switches. 4. Switches in locations from which the equipment or circuits controlled cannot be readily seen. 5. Manual motor starting switches. 6. Where so indicated on the drawings. 7. As required on all control circuit switches, such as heater controls, etc. ' 8. Where receptacles are other than standard duplex receptacles to indicate voltage and phase. ELECTRICAL GENERAL PROVISIONS 16010 LJ D. Provide laminated plastic nameplates with white letters on a black background engraved in minimum 1/4" high letters to correspond with the designations on the drawings. Provide other or additional information on nameplates ' where indicated. Abbreviations are not permitted. E. For equipment containing or operating on circuits of more than 240 volts nominal, provide red -on -white laminated warning signs engraved in 1/2" high letters to read: "CAUTION - 480 (or as applicable) VOLTS ". 1 F. Tags shall be attached to feeder wiring in conduits at every point where runs are broken or terminated and shall include pull wires in empty conduits. Circuit, phase, and function shall be indicated. Branch circuits shall be tagged in panelboards and motor control centers. Tags may be made of embossed, self- attached, stainless steel or brass ribbon; or may be typed on white tape, applied directly to the cable and then covered with a clear heat - shrinkable material. ' 1.14 TESTING A. The Contractor shall obtain an independent testing laboratory that will provide all instrumentation and tests on the electrical system and equipment as hereinafter described and further directed by the Engineer. The test shall be performed after the completion of all electrical systems covered under this section of the specifications. All tests shall be recorded and documented and submitted to the Engineer for review. 1. Test for Phase to Ground Condition: a. Open main service disconnect. b. Isolate the system neutral from ground by removing the neutral disconnect link located in the service switchboard. c. Close all submain disconnects. I ELECTRICAL GENERAL PROVISIONS 16010 G. Cardholders and cards shall be provided for circuit identification in panelboards. Cardholders shall consist of a metal frame retaining a clear plastic cover permanently attached to the inside of panel door. List of circuits shall be typewritten on card. Circuit description shall include name or number of circuit, area, and connected load. H. Junction and pull boxes shall have covers stenciled with box number when shown on the drawings, or circuit numbers according to panel schedule. Data shall be lettered in an 1 inconspicuous manner with a color contrasting to finish. ' 1.14 TESTING A. The Contractor shall obtain an independent testing laboratory that will provide all instrumentation and tests on the electrical system and equipment as hereinafter described and further directed by the Engineer. The test shall be performed after the completion of all electrical systems covered under this section of the specifications. All tests shall be recorded and documented and submitted to the Engineer for review. 1. Test for Phase to Ground Condition: a. Open main service disconnect. b. Isolate the system neutral from ground by removing the neutral disconnect link located in the service switchboard. c. Close all submain disconnects. I ELECTRICAL GENERAL PROVISIONS 16010 ! 0 d. Close all branch feeder circuit breakers. e. Measure the resistance of each phase to ground. A properly calibrated "megger" type test instrument shall be used. The test voltage shall be 500 volts. f. Record all readings after one minute duration and document into a complete report. 2. Isolating Grounds: In the event that low resistance grounds are found in the system, they shall be isolated and located by testing each circuit individually as outlined in No. 1 above. Make proper corrections to restore the resistance values to an acceptable value. B. Method of obtaining ground resistance shall be in accordance with the latest edition of the James G. Biddle (Plymouth Meeting, Pennsylvania) manual published on this subject. C. All ground fault equipment shall be tested by an independent testing laboratory and shall be set as recommended by the switchgear manufacturer so as to be coordinated with other protection devices within the electrical design. Copies of the test and settings shall be sent to the Engineer. D. Take and record ampere and line voltage measurements under full load on all panels and switchboard feeders and motor circuits over 10 horsepower and /or 14 amperes. Record measurements at the equipment served and submit to the Engineer for review. E. If, in the opinion of the Engineer, the voltages and regulations are not met within acceptable limits, make arrangements with the serving utility for proper electrical service and then verify that such has been provided. F. All instrumentation and personnel required for testing shall be furnished by the Contractor. 1.15 ELECTRICAL WORK CLOSEOUT A. Prepare the following items and submit to the Engineer before final acceptance. 1. Two copies of all test results as required under this section. 2. Two copies of local and /or state code enforcing authorities final inspection certificates. ELECTRICAL GENERAL PROVISIONS 16010 3. Copies of as -built record drawings as required under the General Conditions, pertinent Division One Sections and Electrical General Provisions. 4. Two copies of all receipts transferring portable or detachable to the parts Owner when requested. 5. Notify the Engineer in writing when installation is complete and that a final inspection of this work can be corrected to the satisfaction of the Engineer before final acceptance can be issued. END OF SECTION ELECTRICAL GENERAL PROVISIONS 16010 ' SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS 2.01 OUTLET AND JUNCTION BOXES A. Flush or concealed outlet and junction boxes: Pressed steel, hot -dip galvanized, knockout type. Provide boxes of proper code size for the number of wires or conduits passing through or terminating therein, but in no case shall box be less than 4 inches square, unless specified elsewhere or noted otherwise on the drawings. Provide extension rings on flush outlets to finish flush with finished surfaces. Boxes installed in concrete shall be U.L. approved for installation in concrete, and shall allow the placing of conduit without displacing reinforcing bars. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -1 1 PART 1 - GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings and /or specified herein. Work includes, but is ' not necessarily limited to the following: 1. Examine all other sections for work related to those other sections and required to be included as work under this section. 2. General provisions and requirements for electrical ' work. 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) ' A. Submit product data sheets for all outlet boxes, floor boxes, wiring devices, device plates, relays, contactors, timeswitches, disconnects and fuses. B. Submit detailed shop drawings including dimensioned plans, elevations, details, schematic and point -to -point wiring diagrams and descriptive literature for all component parts for transformers, relays, time clocks, and photocells. C. Submit transformer test reports. D. Submit material list for outlet boxes. PART 2 - PRODUCTS 2.01 OUTLET AND JUNCTION BOXES A. Flush or concealed outlet and junction boxes: Pressed steel, hot -dip galvanized, knockout type. Provide boxes of proper code size for the number of wires or conduits passing through or terminating therein, but in no case shall box be less than 4 inches square, unless specified elsewhere or noted otherwise on the drawings. Provide extension rings on flush outlets to finish flush with finished surfaces. Boxes installed in concrete shall be U.L. approved for installation in concrete, and shall allow the placing of conduit without displacing reinforcing bars. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -1 1 1. Provide fixture supporting device in outlet boxes for surface mounted fixtures as required. 2. Provide solid gang boxes for three or more switches, for mounting behind a common device plate. Provide barriers for all 277 volt devices where more than one device is installed in an outlet box. 3. Telephone outlets: 4- 11/16" square by 2 -1/8" deep. B. Surface mounted outlet boxes: Cast iron type FS or FD, ' with threaded hubs as required. Provide plugs in all unused openings. Provide weatherproof gaskets for all exterior boxes. ' 2.02 PULL BOXES A. Sizes as indicated on the drawings and in no case of less size or material thickness than required by the governing code. Exercise care in locating underground pull boxes to avoid installation in drain water flow areas. 1. General purpose sheet steel pull boxes: Install only in dry protected locations with removable screw ' covers. Manufacturer's standard baked enamel finish. 2. Weatherproof sheet steel pull boxes: Fabricate of code gauge, hot -dip galvanized steel with gasketed weathertight cover of same material. Manufacturer's standard baked exterior enamel finish. 2.03 SWITCHES A. Provide circuit switches totally enclosed, bakelite or ' composition base, toggle type with 277 volt A.C. rating for full capacity or contacts for incandescent or BASIC ELECTRICAL MATERIALS AND METHODS 16050 -2 3. Concrete pull boxes: Furnish complete with pulling irons, hot -dip galvanized traffic cover with hot -dip galvanized frame and 4 galvanized cable racks with porcelain blocks. The box to be set on a pea gravel base 12" thick and 6" larger than the bottom. Install a 3/4" by 10' copper clad ground rod for grounding all metal parts. After cables have been pulled and inspected, seal box between cover and frame with a mastic compound similar to Parmagum or Dukseal. Construction equal to prefabricated pull boxes as manufactured by Quikset or Brooks Products. Submit shop drawings for approval. Refer to drawings for size. Provide bead weld on cover to pull box to indicate services within pull box (ie - "480/277 -Volt, 3- PHASE, 4 -WIRE ELECTRICAL" OR "SIGNAL /TEL /P.A. /CLOCK /FIRE ALARM "). 2.03 SWITCHES A. Provide circuit switches totally enclosed, bakelite or ' composition base, toggle type with 277 volt A.C. rating for full capacity or contacts for incandescent or BASIC ELECTRICAL MATERIALS AND METHODS 16050 -2 ' BASIC ELECTRICAL MATERIALS AND METHODS 16050 -3 I 0 fluorescent lamp loads. Switch ratings shall be 20 ampere only. Color as selected by Architect. Switches ' controlling circuits connected to emergency power shall be red. B. Where switches are mounted in multiple gang assembly and are operating at 277 volts and /or 277 volts and 120 volts mounted in same outlet box, there shall be a barrier installed between each switch. C. Listed below are switches, which are approved. 1. Single Pole Switches Toggle Type Lock Type Make 20 Amps 20 Amps Hubbell #1221 #1221 -L . , P & S #20AC1 #20AC1 -L Sierra #5021 #5071 Leviton #1221 #1221 -L 2. Double Pole Switch Hubbell #1222 #1222 -L P & S #20AC2 #20AC2 -L Sierra #5022 #5072 Leviton #1222 #1222 -L 3. Three -Way Switches Hubbell #1223 #1223 P & S #20AC3 #20AC3 -L Sierra #5023 #5073 ' Leviton #1223 #1223 -L 4. Four -Way Switches Hubbell #1224 #1224 -L P & S #20AC4 #20AC4 -L Sierra #5024 #5074 Leviton #1224 #1224 -L .5. Momentary Contact Switches - 20A at 277V Make 3- Position Req. 3- Position Lock Hubbell #1557 #1557 -L ' P & S #1251 #1251 -L Sierra #5120 #5170 Leviton #1251 #1251 -L ' BASIC ELECTRICAL MATERIALS AND METHODS 16050 -3 I 0 0 6. Maintained Contact Switches (Double Throw, Center Off), 20A at 277V Toggle Type Lock Type Make 1 -Pole 2 -Pole 1 -Pole 2 -Pole P & S #1225 #1226 #1225 -L #1226 -L Hubbell #1385 #1386 -L #1385 -L #1386 -L Sierra #5122 - -- #5175 - -- Leviton #1385 #1386 #1385 -L #13 7. Pilot lights used in conjunction with circuit switches shall be neon type with red jewel, P & S #437 (120 volt) or #438 (277 volt) or approved equal. 2.04 DIMMER SWITCHES A. Dimmer switches shall be as indicated herein unless specifically noted otherwise on the drawings. B. Dimmer cover plate shall be the same color as switch cover plates in the same area. C. Dimmer switches shall be self cooling and shall not require forced air cooling when individually or gang mounted. All dimmers shall be by the same manufacturer and the same appearance. D. Dimmers shall include "RF" filters and be voltage stabilized. E. Incandescent dimmers shall be used for control of line voltage incandescent light fixtures except "low voltage "type lights. Lutron "Centurion" series or Prescolite "Designer Line" series. 1. Dimmer wattage shall be rated 2000 watt unless noted otherwise on the drawings. F. Fluorescent dimmers, voltages as indicated on the drawings. 1. Fluorescent dimmers (individual dimmers controlling less than 24 lamps per dimmer) Lutron "Nova" series or Prescolite. 2. Fluorescent dimmers (more than 24 lamps) a. Lutron #FDA -40 up to 40 lamps per controller. b. Lutron #FDA -80 up to 80 lamps per controller. C. Provide a minimum of 3 -20 amp on all 120 volt units and on 277V 80 amp units. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -4 r • • d. Control stations Lutron "Nova" series. e. Provide all material and labor for a complete rand operable system. G. Low voltage (transformer type) incandescent light dimmers shall be specifically designed for dimming low voltage light fixture transformers. Atmos "LU" series or Lutron. 2.05 RECEPTACLES A. All receptacles in flush type outlet boxes shall be installed with a bonding jumper to connect the box to the receptacle ground terminal. Grounding through the receptacle mounting straps is not acceptable. The bonding jumper shall be sized in accordance with the branch circuit protective device as tabulated herein under "Grounding ". Bonding jumper shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws 6 -32 or larger. For ' receptacles in surface mounted outlet boxes direct metal - to -metal contact between receptacle mounting strap (if it is connected to the grounding contacts) and outlet box may ' be used. Color as selected by Architect. Receptacles connected to emergency power circuits shall be red. B. Duplex convenience receptacles shall be grounding type, ' 120 volt, 15 ampere, and shall have two current carrying contacts and one grounding contact which is internally connected to the frame. Outlet shall accommodate standard ' parallel blade cap and shall be side wired. Only these receptacles listed hereafter shall be used: ' 1. P & S or Hubbell . . . . . . . . . . . #52422. 2. Leviton . . . . . . . . . . . . . . . #503. 3. Sierra . . . . . . . . . . . . . . . . #14 C. Weatherproof receptacle: Ground fault type duplex ' receptacle, mounted in a flush hinged door enclosure with lock and key. Enclosure shall be a P & S #4600 with a #1591F46 receptacle. On exposed conduit runs, ' weatherproof ground fault type receptacle as hereinbefore specified, installed in "FS" condulet with one of the following spring door type covers: 1. P & S . . . . . . . . . . . . . . . . #4510 2. Hubbell . . . . . . . . . . . . . . . #5211 ' D. Special outlets shall be as indicated on the drawings. I BASIC ELECTRICAL MATERIALS AND METHODS 16050 -5 1 1 ' 2.06 PLATES Provide plates for every switch, receptacle, and telephone ' outlet. All plates shall be ivory in color on all outlets, specifically noted otherwise. unless 2.07 VANDALPROOF FASTENINGS Provide approved vandalproof type screws, bolts, nuts where exposed to sight throughout the project. Screws for such items as switch plates, receptacle plates, fixtures, communications equipment, fire alarm, blank covers, wall and ceiling plates to be spanner head stainless steel, tamperproof type. Provide Owner with six (6) screwdrivers for this type. 2.08 STRUCTURAL AND MISCELLANEOUS STEEL ' Structural and miscellaneous steel used in connection with electrical work and located out -of -doors or in damp locations, shall be hot -dip galvanized unless otherwise ' specified. Included are underground pull box covers and similar electrical items. Galvanizing shall average 2.0 ounces per square foot and shall conform to ASTM A123. ' 2.09 FLASHING ASSEMBLIES Provide Semco Fig. #1100 -4 lead flashing assemblies at all ' roof penetrations. Seal the joint between flashing and pipe with an approved waterproofing compound. 2.10 RELAYS, CONTACTORS, AND TIMESWITCHES A. Individual Control Relays (HV /AC Plumbing of the Control Functions) 1. Individual control relays shall have convertible contacts rated a minimum of 10 amperes, 600 volts regardless of usage voltage. Coil voltage, number and type of contacts shall be verified and supplied to ' suit the specific usage as shown in the wiring diagrams and /or schedules on the electrical and mechanical drawings. Coil control circuit shall be independently fused, sized to protect coil. Relays shall be installed on prefabricated mounting strips. ' Each relay shall have a surge supreme to limit coil transient voltages. Furnished in the NEMA Type I ' enclosure unless indicated otherwise. Cl BASIC ELECTRICAL MATERIALS AND METHODS 16050-6 1 1 0 0 1 0 2. The following relays are approved: Manufacturer Arrow Hart General Electric I.T.E. Square D Co. Westinghouse Allen Bradley B. Contactors and /or Relays 1. Contactors and /or be 600 volt A.C., held units, open of poles and of s Provide auxiliary contactor and /or circuit. Type IMP Class CR.2811 Class J10 Class 8501, Type A Bul. 16 -321, Type NH Approved Equal relays for control of lighting shall electrically operated, mechanically type for panel mounting with number ize as indicated on the drawings. control relay for operation of each relay with a two -wire control ' 2. Contactors and /or relays shall be mounted in panelboards in barriered section under separate hinged lockable doors or in contactor and /or relay cabinets as called for on the drawings. Contactors and /or t relays shall be installed on Lord sound absorbing rubber mounts. ' 3. Contactors and /or relays shall be Automatic Switch Co. Bulletin #920 Series for 2 and 3 pole, Automatic Switch Co. Bulletin 1255 -166 Series with poles as indicated on drawings. Coil control circuit shall be independently fused, sized to protect coil. 4. Contactors and /or relays shall be equipped with a switch, in the proper configuration, to disconnect the control circuit controlling the coil of the respective device. Control circuit disconnect switch shall be ' labeled showing function of device. C. Timeswitches ' 1. All timeswitches shall have synchronous motor drive for operation on 120 or 277 volts, 60 Hertz,A.C. and shall be furnished with a ten -hour, spring- driven, ' reserve -power motor. Contacts shall be rated 40A per pole. ' a. Exterior lighting timeswitches for control of individual circuits or electrically- operated relays shall have astronomic dial and shall be Tork 7000ZL Series or approved equal by Paragon or ' Intermatic. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -7 t b. Interior lighting timeswitches for control of ' individual circuits or electrically- operated relays shall be Tork 7000 Series or approved equal by Paragon or Intermatic. C. Timeswitches for control of air conditioning or plumbing equipment shall have seven day dial and shall be Tork WL Series or approved equal by Paragon or Intermatic. 2. All timeswitches shall be mounted in separate sections ' in top of panelboards under separate lockable doors unless otherwise indicated on the drawings. Clear opening for timeswitch shall be a minimum of 12" x 12 ". ' D. Contactors and /or Relays / Timeswitch Cabinet 1. Contactors, relays, and /or timeswitches not indicated to be mounted in electrical panels shall be mounted in a cabinet, size as required, with hinged lockable door ' keyed the same as panelboards. Construction of cabinet shall be similar to terminal cabinets. ' 2. Each contactor, relay or timeswitch mounted in the contactor cabinet shall be partitioned in its own compartment, and shall be installed on Lord sound absorbing mounts. 3. Contactor cabinets shall be of the same manufacturer as the panelboards. 4. Where relays and /or contactors occupy the same enclosure as timeswitches they shall have a clear acrylic shield installed over each relay or contactor to guard line exposed parts from accidental contact by nonauthorized personnel. 2.11 DISCONNECTS Disconnect switches shall be rated 600 volts A.C., NEMA Type HD, quick -make, quick- break, h.p.- rated, nonfusible or fusible, Class "R ", in NEMA Type I enclosure, lockable with number of poles and amperage as indicated on the drawings. Where enclosure is indicated W.P. (weatherproof) switches shall be raintight NEMA Type 3R with the enclosure, lockable. Maximum voltage, current and horsepower rating shall be clearly marked on the ' switch enclosure and switches having dual element fuses shall have ratings indicated on the metal plate. LJ BASIC ELECTRICAL MATERIALS AND METHODS 16050 -8 I 1 1 f i 2.12 TRANSFORMERS A. Provide dry type transformers constructed to meet Underwriters' Laboratories Specification UL 506, tested in accordance with USAS I and NEMA Standards. Performance on transformers shall be equal to or better than ANSI, NEMA, IEEE and N.E.C. published criteria. U.L. Class 2200C insulation with maximum winding temperature rise of 1500C in 400C ambient at 100% continuous rated capacity with overload capacity per ANSI C57.12 and C57.96. Transformers shall be equipped with four 2 -1/2% full capacity taps, 2 above and 2 below normal voltage. Primary and secondary terminals shall be accessible, located behind a removable front cover plate. B. Transformers supplied shall be manufactured by Acme, Westinghouse, General Electric, Square D Co., or ITC Transformer Co. Transformers shall be mounted per Korfund Literature for weight of transformer, and connected by one of the following methods: 1. Underfloor conduit resulting in no rigid connections to transformer. (Use ground strap for equipment ground.) 2. Sealtite flexible conduit. (Use ground wire for equipment ground). 3. Pullbox or wireways from transformer which are isolated from transformer with an approved sound absorbing neoprene gasket. (Use ground strap for equipment ground.) C. Bolt floor- mounted transformers to the floor using isolation rubber mounts. D. Test Requirements: The transformers furnished to this specification shall be subjected to the following production tests: 1. Applied Potential 2. Induced Potential 3. No Load Loss. 4. Voltage Ratio. 5. Polarity 6. Continuity BASIC ELECTRICAL MATERIALS AND METHODS 16050-9 ' E. The manufacturer shall have performed the following additional tests on units identical to the design type being supplied to this specification. Proof of performance of these tests in the form of test data sheets 1 shall be provided at the time shop drawings are submitted for approval. 1 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -10 1. Sound Levels: 2. Temperature 3. Full Load Losses 1 4. Regulation 51 KVA to 150 KVA . . . . . . . 50 db 5. Impedance 1 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -10 F. Sound Levels: Sound levels shall be guaranteed by the manufacturer not to exceed the following values: 9 KVA and below . . . . 40 db 1 . . . 10 KVA to 50 KVA . 45 db 51 KVA to 150 KVA . . . . . . . 50 db 151 KVA to 300 KVA . . . . . . . 55 db ' 301 KVA to 500 KVA . . . . . . . 60 db G. Transformer windings shall be copper or aluminum. 2.13 SPARE FUSE CABINETS Provide a cabinet in each room where a switchboard or ' motor control center is installed and contains fuses. Cabinets shall be as specified for "Terminal Cabinets" and shall be of sufficient size to contain all spare fuses hereinbefore specified. Provide clips (2 per fuse) for each spare fuse. Mount clips on a plywood backboard in the cabinet. Label cabinet "SPARE FUSES ". 2.14 CONCRETE WORK A. Portland Cement: 1. ASTM C33 -67, Type II, Low Alkali Cement. Composed of Portland cement, coarse aggregate, fine aggregate, and water. a. Concrete for use as electrical equipment footings, lighting pole bases and equipment slabs on grade, concrete shall attain minimum 28 day compressive strength of 3000 psi, using not less than 5 sacks of cement per cu. yd. of wet concrete. 1 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -10 BASIC ELECTRICAL MATERIALS AND METHODS 16050-11 I b. Concrete for duct /conduit encasement, the minimum 28 day compressive strength shall be 2000 psi. Provide a minimum of five pounds of red oxide concrete coloring per yard of concrete. ' c. Mix shall obtain a 6" slump, measured with standard slump cone per ASTM C145 -58. 2. Coarse Aggregate: Uniformly graded between maximum size not over 1 -1/2" and not less then 3/4" and minimum size #4, crushed rock or washed gravel. For concrete encased ducts only, max, aggregate size shall ' be 1/2 ". ' 3. Fine Aggregate: Clean, natural washed sand of hard and durable particles varying from fine to particles passing 3/8" screen, of which at least 12% shall pass 50 mesh screen. B. Water: Clean and free from deleterious quantities of acids, alkalis, salts, or organic materials. C. Reinforcement: 1. Bars: Intermediate Grade Steel conforming to ASTM A15 -66, with deformations conforming to ASTM A305 -65, except #2 bars shall be plain. 2. Welded Wire Fabric: ASTM A185 -64. 3. Bending: Conform to requirements of ACI 318 -63. D. Form Material: For exposed work, use PS 1 -66 "B -B Concrete Form" plywood forms, or equal. Elsewhere, forms may be plywood, metal, or 1" x 6" boards. Forms for round ' lighting pole bases shall be sono -tube. PART 3 - EXECUTION 3.01 GROUNDING (ADDITIONAL REQUIREMENTS) A. Grounding shall be executed in accordance with all applicable codes and regulations, both of the State of California and local authorities having jurisdiction. B. The neutral of each transformer shall be grounded by individual separate ground conductors in individual conduits as follows: 1. Conductor and conduit shall be grounded to building main ground bus. 2. Conductor and conduit shall be grounded to nearest available effectively grounded building structural steel member or grounded metal cold water pipe. BASIC ELECTRICAL MATERIALS AND METHODS 16050-11 I 11 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -12 D. Each pull box or any other enclosure in which C. The transformer neutral ground conductors for secondary ground wires are side of the transformers shall be copper and shall be sized according to the following table: Secondary Total Equivelent Neutral Ground lug for each ground Size Copper Wire Size Copper No more than one #2 or smaller #6 -1" conduit per lug. 1 or 1/0 #4 -1" conduit 2/0 or 3/0 #2 -1 1/4" conduit 4/0 thru 350 MCM #1 -1 1/4" conduit Over 350 MCM thru 600 MCM 2/0 -1 1/2" conduit ' Over 600 MCM thru 1100 MCM 3/0 -1 1/2" conduit ' Over 1100 MCM 4/0 -2" conduit 11 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -12 D. Each pull box or any other enclosure in which several OUTLET AND JUNCTION BOXES ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. vertical line. Where outlets are shown at same location No more than one conductor shall be installed per lug. 11 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -12 E. The maximum resistance to ground shall not exceed 5 ohms. 3.02 OUTLET AND JUNCTION BOXES A. Accurately place boxes and securely fasten to structural members . Where outlets are shown at same location but at different mounting heights, install outlets in one 1 vertical line. Where outlets are shown at same location and mounting height, mount outlets as close together as possible. Where switches and receptacles are shown at the same location and mounting height, mount in common outlet box with barriers between devices. Where switches are shown on wall adjacent to hinge side of doors, box shall be installed to clear door when door is fully opened. ' B. Flush mounted boxes shall be attached to two studs or structure members by means of metal supports. C. Boxes above accessible ceilings shall be attached to structural members. Where boxes are suspended, they shall be supported independently of conduit system by means of hanger rods and /or preformed steel channels. Boxes shall be supported independently of all piping, duct work, equipment, ceiling hanger wires and suspended ceiling grid system. D. Surface mounted outlets shall be attached to concrete or ' masonry walls by means of expansion shields. E. Floor boxes shall be installed level with finish floor and within adjustable limits of floor ring. Where outlets are shown at same or adjacent location, use multigang boxes. 11 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -12 3.03 DIMMER SWITCHES A. Do not break off dimmer cooling fins. B. Large dimmers shall be surface wall mounted at the location indicated on the drawings. 3.04 CONCRETE WORK A. Form D. Placing of Concrete: 1. Space forms properly with spreaders and securely tie ' together. Do not use twisted wire form ties. Keep forms wet to prevent joints from opening up before ' concrete is placed. Replace improper construction as directed. Do not use wood inside forms. 2. Build in and set all anchors, dowels, bolts, sleeves, iron frames, expansion joints and other materials required for the Electrical Work. Place all items ' carefully, true, straight, plumb, and even. ' 3. Carefully remove all exposed forms. Cut nails and tie wires below face of concrete and fill all holes. Rubbish will not be allowed to remain in, under, or around concrete. B. Mixing: Use batch machine mixer of approved type. After ingredients are in mixer, mix for at least 1 -1/2 minutes. C. Transit Mixing: In lieu of mixing at site, transite mixing may be used if rate of delivery, haul time, mixing time, and hopper capacity is such that concrete delivered will be placed in forms within 90 minutes from time of introduction of cement and water to mixer. D. Placing of Concrete: 1. Before placing concrete, remove wood, rubbish, ' vegetable matter and loose material from inside forms. Thoroughly wet down wood forms to close joints. 2. Clean reinforcement, remove paint, loose rust, scale and foreign material. Bars with bends not called for will be rejected. Hold securely in place to prevent displacement. Lap bar splices 24 diameters, min; lap ' fabric one mesh min. Tie intersections, corners, splices with 16 ga. annealed wire, or as otherwise called for. 3. Place concrete immediately after mixing. Do not use concrete that has begun to set; no tempering will be allowed. If chuting is used, avoid segregation. In placing new concrete against existing concrete, use bonding agent per manufacturer's directions. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -13 4. Give careful and thorough attention to curing of concrete. Keep concrete and forms wet for a minimum of 10 days, after placing concrete. E. Concrete Finish: 1. Finish of Exposed Concrete: Horizontal surfaces, steel troweled monolithic finish; vertical surfaces, smooth and free of fins, holes, projection, etc. 2. Exposed lighting pole bases shall be filled and sack finished to a smooth finish. END OF SECTION i 1 I 1 BASIC ELECTRICAL MATERIALS AND METHODS 16050 -14 r 11 CONDUIT AND WIRE 16111 -1 SECTION 16111 ' CONDUIT AND WIRE PART 1 - GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings and /or specified herein. ' 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Submit product data sheets for all wire, conduit, fittings ' and splicing materials. B. Submit material list for all conduit and fittings. ' PART 2 - PRODUCTS 2.01 CONDUIT A. Rigid steel conduit: Hot -dip galvanized, zinc coated. Threads shall be galvanized after fabrication. B. PVC coated rigid steel conduit: Hot dipped galvanized after fabrication, with bonded 20 mil coating of polyvinyl chloride. C. Electrical metallic tubing: Galvanized. Couplings and connectors, seamless steel construction and of the set ' screw or water -tight compression type with insulated throat, Thomas & Betts Co. #5123 or #5031 Series or approved equal. D. Flexible conduit: Galvanized steel. Connector shall be Thomas & Betts Co. #3312 and /or #3332 Series, complete ' with insulated throat, or approved equal. E. Liquid -tight flexible conduit: Sealtite Type U.A. with Appleton Series "ST" connectors. 11 CONDUIT AND WIRE 16111 -1 0 0 F. Nonmetallic conduit: Polyvinyl chloride, Schedule 40 or ' type "EB" (concrete encased). 2.02 WIRE AND CABLE ' A. All wire and cable shall be copper, 600 volt, #12 AWG minimum unless specifically noted otherwise on the drawings. Conductors #10 AWG and smaller shall be solid. Conductors #8 AWG and larger shall be stranded. Type of insulation as noted on drawings and as follows: 120/208 Volt 480/277Volt Provide a continuous color Provide a continuous stripe on each conductor stripe on each conductor insulation, orange or insulation blue or yellow except ground black, except ground CONDUIT AND WIRE 16111-2 1. Type THHN /THWN insulation used for #4 AWG and smaller. 2. Type THW or THHN /THWN insulation used for #2 AWG and larger. 3. Type THW used for all panel feeders and service conductors. 4. Type THHN insulation used for circuit conductors installed in fluorescent lighting fixture raceways, for conductors connected to the secondary of fluorescent or mercury vapor fixture ballast or other hot locations. 5. Type XHHW or THWN insulation shall be used where conductors are installed in conduit exposed to the weather. ' 6. The following color code shall be used for branch circuits: Neutral . . . . White (Tape feeder neutrals with white tape near connections) 1 a. Normal Power 120/208 Volt 480/277 Volt Ground . . . . . Green Ground . . . . . Green Phase A . . . . Black Phase A . . . . Brown Phase B . . . . Red Phase B . . . . Orange Phase C . . . . Blue Phase C . . . . Yellow b. Emergency power same insulation color as normal power except as follows: 120/208 Volt 480/277Volt Provide a continuous color Provide a continuous stripe on each conductor stripe on each conductor insulation, orange or insulation blue or yellow except ground black, except ground CONDUIT AND WIRE 16111-2 ' 0 0 I 7. Feeders identified as to phase or leg in each panelboard with printed identifying tape. CONDUIT AND WIRE 16111 -3 I 8. Fire alarm conductors: Use 600 -volt, type THHN /THWN conductors and color -coded per equipment manufacturer's recommendations. 9. Panel feeders, copper or aluminum: Wire size shown on the drawings is for copper; if aluminum wire is proposed, increase wire size to ampere capacity of copper wire and voltage drop not to exceed that of copper feeders indicated on drawings. Increase conduit size and quantity as required by code. Provide feeder calculation sheet, 8 copies, if ' aluminum wire is proposed, showing feeder number, length, size and voltage drop in percentage for original copper feeders and for equal aluminum feeders. 10. Color coding for mechanical and plumbing control wiring shall be an agreed upon color code between the Mechanical /Plumbing Contractor and the Electrical Contractor, and color code shall be submitted to the Architect in writing for approval prior to installation. B. Aluminum Conductors (600 Volt or Less Only): Contactor has the option of using aluminum conductors in lieu of copper conductors for feeders only to panels, distribution boards /panels, transformers, motor control centers, and dimmer switchboard. If aluminum conductors are used, the ' following requirements shall be followed: 1. Conductors shall be EC grade, semi - annealed aluminum with the same (THW or THWN) insulation as called for under copper conductors. Aluminum conductor larger than 500 MCM shall not be used. ' 2. If the conductor termination is to be made on a bus bar of similar flat surface, a Burndy Type AYP HYPLUG compression terminal intended for the specific conductor size, factory filled with oxide inhibitor compound shall be used. Terminal must be installed using a hydraulic compression tool equipment with a ' die head for the particular terminal used. Only Burndy Hypress tools shall be used for compression. 3. If the conductor termination is to be made into a circuit breaker or similar insert compartment it shall be terminated by one of the following: CONDUIT AND WIRE 16111 -3 I 6. A Belleville washer shall not be required where aluminum to aluminum contact is made with an aluminum bolt or where a stud smaller than 3/8" diameter is ' used. LJ CONDUIT AND WIRE 16111-4 0 0 a. The conductor shall be terminated at each end with ' 12" to 24" of specified copper conductor. The copper conductor may be reduced to the code size corresponding to the frame size of the circuit breaker protecting the feeder. Splicing of the ' copper to the aluminum conductor shall be by one of the two following methods: 1 1) Cadweld aluminum fusion welding. 2) Straight, tin - plated aluminum tubular connector, with factory - filled oxide ' inhibitor, of the same manufacturer and series as the terminal specified in subparagraph B.2 above. The connector shall be hydraulically compressed at the copper to aluminum splice by using a Burndy AYP HYREDUCER fitting applied with only a Burndy Hypress tool to simultaneously compress three surfaces. Insulation of the splice shall be with a Sangamo, or specifically approved equal, heat ' shrink sleeve. All switchboards, distribution panels, and panelboards where this type of transition is made shall have 12" of extra gutter space at the end or side where the feeders enter. ' b. The conductor shall be terminated by use of a Burndy AYP HYPLUG compression adapter intended for the specific conductor size, factory filled with oxide inhibitor compound. Terminal must be ' installed using only Burndy Hydraulic compression tool to simultaneously compress three surfaces. ' 4. Connector aid shall be used for all terminations and connections. Connector aid shall be Burndy Pentrox A, NO -OX -11) Grade "A ". 5. When an aluminum lug is terminated to a copper bus with a steel or copper stud or bolt, place aluminum lug on stud or bolt followed by a flat steel washer, a ' Belleville washer, and steel or copper nut, in that order. 6. A Belleville washer shall not be required where aluminum to aluminum contact is made with an aluminum bolt or where a stud smaller than 3/8" diameter is ' used. LJ CONDUIT AND WIRE 16111-4 CONDUIT AND WIRE 16111 -5 PART 3 - EXECUTION 3.01 TRENCHING, FOOTINGS, SLEEVES A. Contractor shall provide trenching, concrete encasement of conduits, backfilling, and compaction for the underground electrical work, in accordance with applicable sections of ' this specification. B. Provide footings for all post and /or pole- mounted lighting fixtures: concrete shall conform to the applicable sections of this specification. C. Provide standard steel pipe sleeves in concrete footings and foundations to permit conduit to pass through, and ' have an inside diameter not less than 1" larger than outside diameter of passing conduit. 3.02 GROUNDING A. Grounding shall be executed in accordance with all applicable codes and regulations, both of the State of ' California and local authorities having jurisdiction. B. Where nonmetallic conduit is used in the underground distribution system, the Contractor shall install the proper sized copper ground wire in the conduit with the feeder for use as an equipment ground. The electrical ' metallic raceway system shall be grounded to this ground wire. C. The maximum resistance to ground shall not exceed 5 ohms. D. Where an equipment bonding ground wire is installed or where nonmetallic or flexible conduit is used for feeder, subfeeder or branch circuit wiring, a green insulated, copper ground wire, sized in accordance with the following table, shall be installed. Install ground wire in each conduit with phase conductors. Feeder, Subfeeders & Branch Minimum ' Circuit Protection Ground Wire Size 15 Amp #12 ' 20 Amp #12 30 to 60 Amp #10 70 to 100 Amp #8 ; 101 to 200 Amp #6 ' 201 to 400 Amp #3 401 to 600 Amp #1 601 to 800 Amp 1/0 801 to 1000 Amp 2/0 1001 to 1200 Amp 3/0 CONDUIT AND WIRE 16111 -5 1. Embedded in brick or • 3. • interior 1201 to 1600 Amp 4/0 1 1601 to 2000 Amp 250 MCM 2001 to 2500 Amp 350 MCM 2501 to 4000 Amp 500 MCM E. Where conductors are run in parallel in multiple raceways, the grounding conductor shall be run in parallel. Each parallel equipment grounding conductor shall be sized on the basis of the ampere rating of the overcurrent device protecting the circuit conductors in the raceway. When conductors are adjusted in size to compensate for voltage drop, grounding conductors, where required, shall be adjusted proportionately in size. F. Ground conductors for branch circuit wiring shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws, 6 -32 or larger. G. Each panelboard, switchboard, pull box or any other enclosure in which several ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug. H. In addition to all cold water and structural steel grounds provided to meet this specification, there shall be a main ground system consisting of a Ufer ground which shall be a minimum of 30 ft. of #4/0 AWG bare copper cable embedded horizontally in concrete footing, so that all portions of the cable are between 2" and 4" from the earth and with the center of the cable terminated at the main ground bus in main electrical room. I. The interior metal water piping system shall be bonded to the main service equipment enclosure, the grounded conductor at the service, the building service grounding conductor or the building service conduit if metallic. 3.03 CONDUIT A. The sizes of the conduits for the various circuits shall be as indicated on the drawings and as required by code for the size and number of conductors to be pulled therein. Conduits to be concealed except as noted otherwise. B. Rigid steel conduit shall be used in the following areas: 1. Embedded in concrete. 2. Embedded in brick or masonry walls. 3. Exposed on interior of buildings below eight feet. CONDUIT AND WIRE 16111 -6 I 1 I I 7 L 11 4. Exposed on exterior of building. 5. Damp or wet locations. Rigid steel conduit shall not be installed in direct contact with earth or sand. C. PVC- coated rigid steel conduit shall be used for all elbows and risers, for underground nonmetallic conduits, and for all underground microphone, speaker and dimming control circuit conduits. D. Electrical metallic tubing up to and including 4 inch may be installed as permitted by codes referenced within specifications. E. Flexible steel conduit may be used where concealed in walls or above ceilings. F. Liquid -tight flexible conduit shall be used for final connection to motors, control devices mounted on vibrating or rotating equipment, equipment indicated on drawings to have flexible conduit connections, and in all areas where exposed flexible connections are required. G. Nonmetallic conduit shall be used for all underground runs unless specifically noted or specified otherwise. Provide PVC - coated steel conduit for all elbows and risers. Nonmetallic conduit shall not be run in slabs or walls, above ceilings or exposed. H. Conduit Installation: 1. Securely and rigidly support all conduits from building structure. Provide supports maximum of ten feet on centers and within three feet of all bends, outlets, junction boxes, cabinets, panels and fittings. Conduits shall be supported independent of all piping, duct work, equipment ceiling hanger wires, and suspended ceiling grid systems. All conduits shall be secured by means of approved pipe clamps or straps. The use of "plumbers tape" is prohibited. 2. Individual conduits suspended above ceiling shall be supported by means of hanger rods and pipe clamps. Multiple conduits suspended above ceilings shall be supported by means of trapeze type hangers and pipe clamps. CONDUIT AND WIRE 16111-7 3. Individual conduits placed against brick, masonry or ' concrete walls or slabs shall be secured with pipe clamps and expansion shields. Individual conduits placed against dry wall or plaster construction shall be secured by means of pipe clamps and screws attached to studs or other structural members. The use of toggle bolts is prohibited. Provide preformed channel supports for all multiple conduits placed against ' walls or slabs. 4. Unless otherwise restricted by structural drawings as ' specifications, the maximum size conduit permitted in concrete slabs or walls shall not be greater than 1/4 of the slab thickness. Conduits installed in concrete ' slabs shall not cross. 5. Conduit below slab on grade or underground exterior to building shall be spaced a minimum of 3" between ' identical systems and 12" between power and all other systems except at termination points. ' 6. Conduits which are installed at this time and left empty for future use shall have polyvinyl rope left in place for future use. ' 7. Conduits stubbed outside of building line for future use shall be terminated a minimum of five feet clear of building or adjacent concrete walks or A.C. paving ' and capped. Provide concrete monuments , 6" x 6" x 15" deep, buried flush with grade over the capped ends. The face of monument shall be furnished with 3" square brass plates securely mounted and engraved with ' the number and size of conduits and type of service (i.e., "POWER ", "TEL. ", etc.). 8. Provide expansion and deflection fittings, with bonding jumper at all building expansion or seismic joint crossings. 9. Provide two locknuts and an insulated bushing at each metallic conduit terminating at outlet boxes, junction ' boxes, terminal cabinets, switchboards and panelboards. Provide insulated bushing at each metallic conduit stub -up location. Bushings shall have ground lugs when installed on a metallic extension of PVC conduit run. 10. Provide metallic or plastic caps on all conduit during construction until installation of conductors. I CONDUIT AND WIRE 16111 -8 11. Branch circuit and telephone conduits turned up from ' floor into interior demountable partitions or to equipment not adjacent to a wall shall terminate in flush coupling at floor and then extend into partition ' or to equipment. Refer to architectural drawings for location of demountable partitions. 12. Conduit run exposed shall be run at right angles or ' parallel to the walls or structures. All changes in directions, either horizontally or vertically, shall be made with conduit outlet bodies as manufactured by Crouse Hinds or equal. Conduits run on exposed beams or trellis work shall be painted to match surrounding surfaces. Conduits run exposed on roofs shall be installed on 2x4 redwood sleepers, maximum 5 foot on centers. Sleepers shall be set in nonhardening mastic. 13. Rigid steel conduit or electrical metallic tubing shall not be strapped or fastened to equipment subject to vibration or mounted on shock absorbing bases. 14. From each panel which is flush mounted in a wall, stub up from top of the panel a minimum of four 3/4" conduits to the nearest ceiling spaces or other accessible location and cap for future use. 15. Conduit rising from floor for motor connection ' independently supported if over 24" above floor. Support shall not be to a motor or duct work which may transmit vibrations. 11 I 1 I 16. All conduits, except for 120 volt branch circuits, which are run exterior to building slab shall be concrete encased. If PVC type EB conduit is used it shall be concrete encased the full length of the conduit installation, including under building slab. 17. Concrete for encasement of nonmetallic conduits shall be 2000 PSI with a maximum of 3/4" gravel. Provide prefabricated plastic spacers between each conduit. Provide a minimum of 2" of concrete between each conduit and a minimum of 3" of concrete on top, bottom and side of duct bank. Provide a minimum of 12" of concrete between power and signal system conduits. Provide ten pounds of red coloring cement for each cubic yard of concrete. 18. Provide all trenching, excavation, shoring and backfilling required for the proper installation of underground conduits. Bottoms of trenches to be cut to grade. Make trenches 12 inches wider than the CONDUIT AND WIRE 16111 -9 E. All wiring, including low voltage, shall be installed in conduit. F. Control wiring to conform to the wiring diagrams shown on the mechanical drawings and the manufacturer's wiring diagrams. CONDUIT AND WIRE 16111 -10 I greatest diameter of the conduit. All conduits exterior to building slab shall be set on a 6 inch bed of damp sand, and backfilled to within 12 inches of finished grade with damp sand. Remainder of backfill to be native soil. Soil shall have no stones or aggregate greater than 4 ". Do not backfill until installation has been approved and as -built drawings are up to date. Promptly install all conduits after excavation has been done, so as to keep the excavations open as short a time as possible. All excess soil from trenching shall be removed from the site. 19. Install underground conduit, except under buildings, ' not less than 24" below finished grade in nontraffic areas and 30" below finished grade in traffic areas, including roads and parking areas. Install long radius bends in all underground conduits in excess of 100 feet long. 3.04 WIRE AND CABLE rA. Branch circuit and fixture joints for #10 AWG and smaller wire shall be made with UL- approved connectors listed for 600 volts, approved for use with copper and /or aluminum wire. Connector to consist of a cone - shaped, expandable coil spring insert, insulated with a nylon shell and 2 wings placed opposite each other to serve as a built -in wrench or shall be molded one -piece as manufactured by "Scotchlok ". B. Branch circuit joints of #8 AWG and larger shall be made with screw pressure connectors made of high strength structural aluminum alloy and UL- approved for use with both copper and /or aluminum wire as manufactured by Thomas & Betts. Joints shall be insulated with plastic splicing tape, half - lapped and at least the thickness equivalent to the conductor insulation. Tapes shall be fresh and of quality equal to Scotch. C. Use U.L. listed pulling compound for installation of conductors in conduits. D. Correspond each circuit to the branch number indicated on the panel schedule shown on the drawings except where departures are approved by the Architect or the Owner's inspectors. E. All wiring, including low voltage, shall be installed in conduit. F. Control wiring to conform to the wiring diagrams shown on the mechanical drawings and the manufacturer's wiring diagrams. CONDUIT AND WIRE 16111 -10 I G. All splices in exterior pull boxes and light poles shall ' be epoxy encapsulated. H. Neatly group and lace all wiring in panelboards, motor ' control centers and terminal cabinets with plastic ties at 3" on centers. Tag all spare conductors. I I I I 11 I E I I END OF SECTION CONDUIT AND WIRE 16111 -11 1 i SECTION 16160 PANELBOARDS AND TERMINAL CABINETS PANELBOARDS AND TERMINAL CABINETS 16160 -1 1 PART 1 - GENERAL 1.01 SCOPE A. Contractor shall provide all labor, materials, appliances, tools, equipment necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to ' the following: 1. Examination of all other specification sections and drawings for related work required to be included as work under Division Sixteen. 2. General provisions and requirements for electrical work. 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Provide manufacturers catalog data for panelboards, cabinets and circuit breakers to Engineer for approval prior to ordering materials. B. Provide shop drawing showing panelboard circuit arrangements, size, voltage, ampacity, overcurrent protective devices, etc. C. Provide nameplate engraving schedule. PART 2 - PRODUCTS 2.01 PANELBOARDS A. Panelboards shall be flush or surface mounting as indicated with circuit breakers as shown on panel schedule, hinged lockable doors, index card holders and proper bussing. B. Where indicated on the drawings, panelboards shall be 1 furnished with subfeed breakers and /or lugs, split bussing, contactors, time switches, relays, etc., as required. C. All panelboards shall be keyed alike. D. All panelboards shall be finished with one coat of zinc chromate and coat of primer sealer after a thorough cleaning where exposed to public view (e.g., corridors, covered passages, offices, etc.) and gray in switchboard, PANELBOARDS AND TERMINAL CABINETS 16160 -1 1 I I. Provide 6" additional gutter space in all panels where double lugs are required, or where cable size exceeds bus size. Minimum bottom gutter space shall be 6" high. 12" additional gutter space may be required for aluminum feeders where used. PANELBOARDS AND TERMINAL CABINETS 16160 -2 janitor's heater and storage rooms. Prime coated panelboard shall be painted to match surroundings after installation. Panelboards shall be fabricated of sheet steel of the following minimum gauges: Door and trim #12; enclosure - code gauge steel. E. Furnish all panelboards and terminal cabinets with Yale 46515 flush locks and LL806 keys except where indicated otherwise herein. Fasten the trim to panelboards and terminal cabinets by means of concealed, bolted or screwed fasteners accessible only when the door is open. F. Panelboards 208/120 volt, three phase, 4 wire, SIN or 120/240 volt, single phase, 3 wire, SIN. Panelboard types as manufactured by: 1. Westinghouse . . . . . . . . . . . . Type BIOB 2. General Electric I.T.E. Type or . . . . . NLAB 1 3. Square D . . . . . . . . . . . . . . Type NQOB 4. Sylvania . . . . . . . . . . . . . . Type NA1B G. Panelboards for 480/277 volt, three phase, 4 wire, SIN. Panelboard types as manufactured by: 1. Westinghouse Type WEHB . . . . . . . . . . . . 2. General Electric or I.T.E. . . . . . Type NHB 3. Square D . . . . . . . . . . . . . . Type NEHB 4. Sylvania . . . . . . . . . . . . . . Type NH1B H. Panelboard for bussing sizes thru 400 amp shall be 20" wide surface mounted type. Recess mounted type shall have a 20" wide (maximum) recess metal enclosure with trim plate cover extending 1" on all sides of enclosure. Depth ! shall be 5 -3/4" nominal. Height of panel as required for devices. I I. Provide 6" additional gutter space in all panels where double lugs are required, or where cable size exceeds bus size. Minimum bottom gutter space shall be 6" high. 12" additional gutter space may be required for aluminum feeders where used. PANELBOARDS AND TERMINAL CABINETS 16160 -2 PANELBOARDS AND TERMINAL CABINETS 16160-3 • • J. Panelboards with buss sizes greater than 400 ampere for 480/277 volt, three phase, 4 wire, SIN or 480 volt, three phase, 3 wire shall be 24" (maximum) wide by 6 -1/2" (maximum) deep units and 30" to 38" (maximum) wide by 8" to 12" (maximum) deep units. The wider units shall be used only at locations where the narrow unit is not available with the number of 225 ampere frame branch circuits shown on the panel schedules, or where the main breaker size exceeds the narrow panel maximum. Distribution panelboards shall be as manufactured by: Narrow Wide 1. I.T.E. . . . . . . . . Type NHB . . . . Type CDP 2. General Electric . . . Type NHB . . . . Type CCB 3. Square D Co. . - - -- . . . Type HCN or HCM 4. Westinghouse . . . . . Type WEHB . . . Type CDP 5. Sylvania . . . . . . . Type NDP . . . . Type CDP 6. Distribution panelboards for 208/120 volt three phase and 120/240 volt single phase, shall be similar to the 480/277 volt panelboards. K. Panelboards shown on the drawings with relays, time clocks or other control devices shall have a separate metal barriered compartment mounted above panel with separate hinged locking door to match panelboard. Provide mounting subbase in cabinet for control devices and wiring terminal strips. L. Panelboard shall have a circuit index card holder removable type, with clear plastic cover. Index card shall have numbers imprinted to match circuit breaker numbers. • 2.02 CIRCUIT BREAKERS A. Breakers shall have a minimum short circuit interrupting ' rating of 10,000A symmetrical for panelboard voltages thru 240 volt and 14,000A for panelboards thru 600 volts or as specified on the drawings. In no case shall the interrupting rating be less than the bus withstand rating ' unless noted otherwise on the drawings. B. Circuit breakers as manufactured by the following companies only are acceptable: 1. General Electric Co. 2. Square D Co. PANELBOARDS AND TERMINAL CABINETS 16160-3 ' 0 0 I3. Westinghouse Co. 4. T.T.E. Co. 5. Sylvania C. Circuit breakers shall be arranged in the panels so that the breakers of the proper trip settings and numbers correspond to the numbering in the panel schedules on the drawings. Circuit numbers of breakers shall be black-on- white micarta tabs or other previously approved method. Circuit number tabs which can readily be changed from front of panel will not be accepted. Circuit number tabs shall not be attached to or be a part of the breaker. D. Where two or three pole breakers occur in the panels, they shall be common trip units. Single pole breakers with tie -bar between handles will not be accepted, E. All circuit breakers shall be padlockable in the "off" position. Locking facilities shall be riveted or mechanically attached to the circuit breaker (submit sample for approval). Other means of attachment shall not be accepted without prior written approval of Architect. F. Where branch circuit breakers supply the power to motors and signal systems, the breakers shall be furnished with lockout clips, mounted in the "on" position. The breakers shall be able to trip automatically with lockout clips in place. r G. Panelboard circuit breakers shall be bolt on type. 2.03 BUSSING ' A. Bussing shall be rectangular cross section copper, or full length silver or tin - plated aluminum. I B. Bussing shall be braced to withstand symmetrical short circuit ratings as follows or as noted on drawings. In no case shall bus short circuit bracing be less than specified circuit breakers: 1. 240 volt and below 10,000 amp. 2. Greater than 240V 14,000 amp. i' C. Each panelboard shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug. PANELBOARDS AND TERMINAL CABINETS 16160-4 I PANELBOARDS AND TERMINAL CABINETS 16160 -5 2.04 TERMINAL CABINETS A. Terminal cabinets shall be fabricated of code gauge sheet steel for flush mounting (except where noted as surface) of size indicated on the drawings, and complete with hinged lockable doors and the number of 2 -way screw terminals required for termination of all conductors. Terminal cabinet locks to operate from same key used for ' panelboards. The trim to terminal cabinets shall be fastened by means of concealed bolted or screwed fasteners accessible behind door to terminal cabinets. Terminal 1 cabinets shall have 5/8" plywood backing. Cabinets shall be finished with one coat of zinc chromate and one coat of primer sealer after a thorough cleaning where exposed to public view (e.g., corridors, covered passages, ' offices, etc.) and gray in switchboard, janitors, heater and storage rooms. Prime coated cabinets shall be painted to match surroundings after installation. "SS". B. Terminals for signal systems cabinets to Cannon Type C. Provide engraved nameplate on each cabinet indicating its designation and system (i.e., "Life Safety System - Panel 2LS ") PART 3 - EXECUTION 3.01 MOUNTING IA. Flush mounted panelboards and terminal cabinets shall be securely fastened to at least two studs or structural members. Trim shall be flush with finished surface. B. Surface mounted panelboards and terminal cabinets shall be .secured to walls by means of preformed steel channels securely fastened to at least two studs or structural members. C. Panelboards shall be installed to insure the top circuit protective device (including top compartment control devices) are not more than 6' -6" above finish floor in front of the panel and the bottom device is a minimum of 12" above the floor. Manufacturer shall specifically indicate on shop drawing submittals each panel where these conditions can not be met. 3.02 IDENTIFICATION (ADDITIONAL REQUIREMENTS) A. Provide a red and white bakelite nameplate with 1/2" high letters in each 277/480 volt panel fastened to face of dead -front plate, to read: "WARNING 480 VOLTS ". I PANELBOARDS AND TERMINAL CABINETS 16160 -5 i �1 r� �r B. Panelboard manufacturer shall stencil the panel number identification on the inside of panel door to correspond with the panel designation on the drawings. C. Identification plates and numbers shall be attached with screws or twist lock fasteners. Adhesive attachment of any kind shall not be used. 3.03 SPARE CONDUITS (ADDITIONAL REQUIREMENTS) Provide three 1" conduit only stubs from each panelboard and terminal cabinet into accessible ceiling space. Where floor below panel or terminal cabinet is accessible. Provide three 1" conduit only stubs into accessible floor space. END OF SECTION PANELBOARDS AND TERMINAL CABINETS 16160 -6 SECTION 16191 SOUND CONTROL I PART 1 - GENERAL 1.01 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the drawings and /or specified herein. Work includes, but is ' not necessarily limited to the following: 1. Examine all other sections for work related to those 1 other sections and required to be included as work under this section. 1 2. General provisions and requirements for electrical work. 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Comply with pertinent provisions of Section 16010. B. Submit product data sheets for vibration isolation devices. C. Submit detailed shop drawings including dimensioned plans, showing equipment vibration isolation anchoring. PART 2 - PRODUCTS AND EXECUTION 2.01 QUIETNESS OF OPERATION 1 Before the work will be accepted as complete, quietness of operation, to a degrees satisfactory to the Architect, shall be attained for apparatus, equipment, fixtures, ' etc., included under the electrical work. Provide isolation and vibration protection required. 2.02 VIBRATION ISOLATION FOR ELECTRICAL EQUIPMENT A. Objective: It is the objective of this specification to provide the necessary design for the avoidance of I excessive noise or vibration in the building due to the operation of machinery or transformers, and /or due to interconnected conduit. SOUND CONTROL 1619171 B. 2.03 A. 0 1 • to Contractor Responsibility: 1. Provide a submittal to the Architect and Engineer for approval prior to any installation of his equipment, containing the following information: a. Catalog cuts and data sheets on specific vibration isolators to be utilized showing compliance with the specification. b. An itemized list showing the items of equipment to be isolated, the isolator loading and deflection and isolator placement. C. Drawings showing methods for attachment of conduit to motors. 2. Furnish and install the vibration isolation devices as specified herein. 3. Do not install any equipment or conduit as specified in the schedule which makes rigid contact with the "building" unless it is approved in this specification or by the Engineer. "Building" includes slabs, beams, studs, walls, lath, etc. 4. Coordinate work with other trades to avoid rigid contact between equipment or conduit as specified in the schedule and the building. Inform other trades following his work, such as plastering, to avoid any contact which would reduce the vibration isolation. 5. Obtain written and /or oral instructions from the vibration isolation manufacturer as to the proper installation and adjustment of vibration isolation devices. VIBRATION ISOLATION TYPES Isolator Description: 1. Isolate all transformers with Type MN molded neoprene units equipped with leveling bolts and design status deflection under load of 0.3 ". 2. Isolate all switchgear connected directly to transformer with Type PN isolators. Limit loading to a static deflection of 0.06 inch. Choose the area of pad to match the load with the manufacturer's recommended unit loading. An auxiliary steel plate may be required to distribute the load uniformly over the pad area. Equivalent Vibration Isolators: SOUND CONTROL 1619172 • 1. TYPE DESCRIPTION Neoprene Mount MN a) 0.2" max. deflection b) 0.4" max. deflection PN Neoprene Pad 2. NOTES (1) Elastrogrip (2) Shearflex (3) Kinetic A B C D E F G N FD R RV CS F T-44 ND FDD RD RFD FU RD T -44 W (1) (2) NR R (3) 10OW MANUFACTURER'S CODE A. Mason Industries B. Kor£und C. Vibration Mounting D. Amber /Booth E. Sausse F. Consolidated Kinetics G. Vibration Eliminator 2.04 CONDUIT INSTALLATION A. Provide flexible conduit or an approved vibration isolation device between any transformer and the building structure. B. Secure all electrical panels connected to transformers by flexible conduit to the floor. Do not contact stud or masonry partitions. Isolated panels from the floor as specified herein. C. Provide flexible conduit connections to all connections to air conditioning, plumbing, etc., or any rotating or oscillating equipment requiring electrical motors. Base the length of flexible conduit required for each motor upon the requirements for a 360 degrees loop in the conduit between the electrical motor and electrical box. D. As an alternative to the 360 degrees loop, a Neoprene or rubber bushing between the conduit and the electric motor to break the metal -to -metal contact may be used. Provide a flexible ground strap to complete the electrical ground. END OF SECTION SOUND CONTROL 1619173 A. Provide schematic "ladder type" logic control wiring diagrams and "point -to -point control wiring diagrams showing control and protective systems interlocks. 1 B. Provide nameplate engraving schedule. C. Submit full scale time /current transparenies on log /log ' SECTION 16425 SWITCHBOARDS PART 1 - GENERAL 1.01 SCOPE A. Contractor shall provide all labor, materials, appliances, tools, equipment necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, ' E. complete, as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to ' the following: 1. Examine all other specification sections and drawings for related work required to be included as work under Division Sixteen. 2. General provisions and requirements for electrical 1.03 work. ' 1.02 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Provide schematic "ladder type" logic control wiring diagrams and "point -to -point control wiring diagrams showing control and protective systems interlocks. 1 B. Provide nameplate engraving schedule. SWITCHBOARDS 16425-1 I C. Submit full scale time /current transparenies on log /log ' paper for all fuses, circuit breakers, ground fault system devices, and relays. D. Submit engineered settings for each fuse and adjustable circuit breaker device, showing the correct time and current settings to provide the coordination within the limits of the specified equipment. The information shall be submitted in tabular form and on time current log -log graph paper. ' E. Factory Tests: Switchgear tests - ANSI C37.20. Certified copies of design tests, production tests, and conformance tests of the switchgear shall be submitted and review comments shall be received before delivery of equipment to the project site. In lieu of the above tests, a report of these tests previously performed on indentical units of each rating will be acceptable. 1.03 APPLICABLE STANDARDS ' The switchgear equipment shall be designed, tested and assembled of ANSI, IEEE, and NEMA and U.L. SWITCHBOARDS 16425-1 I 11 IPART 2 - PRODUCTS 2.01 BUSSING A. Horizontal and vertical busses shall be full length. Buses shall have a minimum withstand rating equal to available fault current indicated on drawings, but in no case shall the rating be less than 50,000 amperes, symmetrical. B. Provide interconnected full capacity neutral bus in each section with the same ratings and construction as the phase busses. ' C. Provide interconnected ground bus in each section. D. Provide space and all hardware and mounting attachments for future devices as indicated on the drawings. E. Main horizontal bussing shall be full capacity in all switchboard sections. F. Vertical buss may be tapered, to not less than one third 1 the ampacity rating of the main horizontal buss; but in no case shall the vertical buss be of less capacity than the sum of the frame size ampacities of overcurrent devices mounted in the respective sections including any indicated spares and spaces. G. The switchboard bussing shall be of sufficient cross- sectional area to meet UL Standard 891 on temperature rise ' Bus shall be copper or extruded alluminum with silver plated bus joints. The through bus shall have provisions for the addition of future sections. The through bus supports, connections and joints are to be bolted with grade 5 hex head bolts and belleville washers to minimize maintenance requirements. 2.02 CIRCUIT BREAKERS A. Circuit protective devices as indicated on the drawings. All devices shall have an interrupting capacity not less than the maximum available fault current at the circuit breaker as indicated on the drawings, but in no case shall the interrupting capacity be less than 30,000 ampere symmetrical interrupting for 480/277 volt devices and 42,000 ampere symmetrical for 240 volt or 208/120 volt devices. Provide padlock -off devices on each device. Breakers shall provide time overcurrent and instantaneous circuit protection. SWITCHBOARDS 16425 -2 L I [l I 1 I • • B. Circuit breakers shall employ a stored energy, quick make - quick break, trip free operating system on each phase, with common trip. Breakers shall comply with U.L. 4B9 and NEMA AB1 latest revisions. Circuit breakers noted as "100" on the drawings shall be rated to carry the breaker full rated (100 %) ampere load continuously. Provide conductor lugs on circuit breakers to accept conductor sizes shown on drawings. C. .Performance requirements for circuit breakers conforming to one or more of the following applications: 0 600 Ampere or larger frame size. o Larger than 400 Ampere trip. o Service entrance in main switchboard. o Noted as main circuit breakers on the drawings. 1. Circuit breaker shall employ current sensors and static electronic automatic trip system. Three phase, or single phase operation as noted on the drawings. Current carring components shall be completely isolated from the static trip units. The trip unit shall be independent of external power sources. Circuit breaker shall be U.L. listed for reverse connection. 2. Breaker solid state trip control functions shall provide the following field adjustable features; a. Adjustable ampere setting to vary the continuous current carring capacity, minimum range of 80% thru 100% of full load trip rating. b. Adjustable long -time delay setting to vary the time the breaker will trip under sustained overload conditions. Minimum of three settings, "minimum - intermediate - maximum ". c. Adjustable short -time pickup to vary the level of high current the breaker can carry for short periods of time, minimum range of 2 times thru 8 times of ampere setting. d. Adjustable short -time delay to vary the time of the short -time pickup. Minimum of three settings " minimum - intermediate- maximum ". e. Short time "I2t" switch to allow a current - squared multiplied by time ramp function in the short -time system. Two position setting "in- out ". SWITCHBOARDS 16425 -3 f. Adjustable instantaneous pickup to vary the breaker ampere setting for immediate (instantaneous) interruption of severe overloads (short circuits). Adjustable minimum range of 2.0 times thru 9 times of circuit breaker ampere sensor rating. (note where the coordination study requires a higher instantaneous setting, change the specified adjustable instantaneous trip to fixed instantaneous trip at 15 times the breaker ampere sensor setting). 1 g. Individual fault trip indicators shall provide local indication on the breaker for overload and short circuit (and ground fault where applicable) ' conditions. h. Provide one manufacturers standard test set for solid state trip circuit breakers. D. Performance requirements for circuit breakers conforming to one or more of the following applications: o Smaller than 600 ampere frame size. 0 400 ampere and smaller trip. 0 225 ampere and larger frame size. ' o larger than 100 ampere trip. 1. Circuit breaker shall be molded case thermal- magnetic or solid state trip. Thermal- magnetic circuit breakers shall be furnished with field adjustable, instantaneous magnetic trip element. ' 2. Solid state trip breakers shall conform to the requirements described for solid state breakers larger than 400 ampere trip except, only the following field adjustments are required; a. Ampere setting adjustable minimum range of 80% thru 100% of full load trip rating. b. Short time pickup adjustable minimum range of 2 ' times thru 8 times of the ampere setting. C. Fixed or field adjustable instantaneous trip. 1 E. Performance requirements for circuit breakers conforming to the following applications: ' 0 100 ampere frame size and smaller. 0 100 Ampere and smaller trip. ' 1. Circuit breaker shall be molded case thermal- magnetic trip. 11 SWITCHBOARDS 16425 -4 F. Current Limiting Circuit Breakers (CLCB): 1. Performance requirements for circuit breakers conforming to the following applications: ' 0 400 ampere and smaller trip and identified as current limiting (CLCB) on the drawings. 2. Current limiting circuit breakers shall be supplied in unit molded case construction and shall consist of a common trip, thermal- magnetic circuit breaker with an ' independently operating limiter section in series with each pole. The conventional breaker section shall have an overcenter, trip -free, toggle -type mechanism with quick -make, quick -break action and positive handle indication. A button shall be provided on the cover for mechanically tripping the circuit breaker. The current limiting breaker shall have permanent trip units containing individual thermal and magnetic trip elements in each pole. The thermal trip element shall be calibrated for 40 degrees C ambient temperature. The limiter section shall consist of three current limiting elements electrically coordinated with the conventional circuit breaker trip elements. The contacts of the limiter section shall be electro- magnetically and electrodynamically opened and held open until interruption is complete. 3. Current and Energy Limitations: On high level fault currents the limiter portion of the circuit breaker shall operate to limit the rise of fault current. ' Integral resistance shall be introduced into the faulted circuit to dissipate and limit let- through energy and to provide a voltage transient -free interruption at near unity power factor Let - through current and energy levels for 100, 200 and 400 ampere breakers shall be less than that permitted by Underwriters Laboratories for 100, 200 and 400 ampere, ' Class RK5 fuses, respectively. On fault currents below the threshold of current limitation, the thermal- magnetic breaker section shall provide ' conventional overload and short circuit protection. 2.03 SWITCH AND FUSE FEEDER PROTECTIVE DEVICES ' A. Fusible Switches: Quick -make, quick -break type with rejection clips for use with Class "R" fuses. Switches with ratings up to and including 100 ampere at 240 volts shall be twin mounted. Switches rated through 60 amperes and 480 volts shall be twin mounted. Switches shall be removable from front of switchboard without disturbing ' adjacent units or switchboard bus structure. SWITCHBOARDS 16425 -5 [l J I i i I I I [J I 0 0 B. Fuses shall be dual element, current limiting type, U.L. Class RK5 unless otherwise indicated on the drawings. Provide one spare set of fuses of each size and type in each switchboard. 2.04 GROUND FAULT PROTECTIVE SYSTEM (IF INDICATED ON THE DRAWINGS) AS FOLLOWS: A. One control power transformer rated 480/120 volts of suitable capacity for shunt tripping of the main circuit breaker and subfeeder circuit breakers as indicated on the drawings. Fuse transformer on the 480.volt side. B. Ground sensor current transformer for each indicated ground fault relay zero sequence type with integral test winding for each circuit indicated on drawings. (The three phase and neutral conductor shall be brought through the current transformer window per manufacturer's recommendations). C. One ground break, solid -state relay, monitor and test panel for each device indicated on the drawings. Pick -up adjustment shall be continuous 100 through 1200 ampere for circuit breakers over 400A, or 5 through 60 ampere for circuit breakers up to and including 400A; time adjustment shall be continuous from instantaneous through 60 cycles. Monitor panel shall indicate relay operation and provide means for system testing with or without interruption of service, and must not permit system to be inadvertently left in an inactive or off state. Provide resetable trip indicators. D. System shall be zone selective interlock type. The farthest, downstream ground fault relay zone, sensing a ground fault, shall block all upstream relay zones for their present time delay, but shall allow each upstream relay zone to trip instantaneously for ground faults sensed in its own zone. E. The ground fault system may be integrated into each circuit breakers with solid state trip units, in lieu of the separate specified ground fault relay and monitor panel system. The solid state circuit breaker ground fault system shall provide the identical specified operational features of the described separate system. F. Each circuit breaker 100 ampere and larger, located in the main switchboard(s),where with the main bus is larger than 800 ampere and operating at 480 volts, shall be provided with zone selective ground fault system weather or not shown on the drawings. Provide all interconnecting control power and interlocking wire in switchboards and between switchboards for an operational system. SWITCHBOARDS 16425 -6 5. Feeder protective devices. 6. Owner metering (where indicated on drawings). ' 7. Bussing. 2.06 DISTRIBUTION SWITCHBOARDS A. Switchboards shall be floor mounted, dead - front, dead -rear type, front and rear aligned, self- supporting, consisting ' of one or more vertical sections with group mounted 1 SWITCHBOARDS 16425-7 2.05 MAIN SWITCHBOARD A. Switchboard shall be floor- mounted, dead - front, dead -rear type, front and rear aligned, self- supporting, consisting of one or more vertical sections with group mounted non- drawout circuit protective devices, instrumentation and control wiring as indicated on the drawings and as ' specified herein. B. Switchboards shall be General Electric AV -line or approved equal by Westinghouse, Square D or I.T.E. ' C. Switchboard shall be designed, built and tested in accordance with applicable portion of the latest editions of NEMA PB -2, Underwriters Laboratories No. UL -891 and the National Electrical Code. D. Switchboard sections shall be floor standing self supporting, of the universal frame type using dieformed, 12 -gauge steel members bolted and welded together. Provide removable side and rear plates with formed edges all around. Provide ventilation openings required to maintain minimum operating temperature. Provide removable steel cover plates for all usable device spaces. Provide lifting means and provisions for moving by means of rollers or skids to installation location. Bolt individual sections together to form a single rigid switchboard assembly. E. Switchboard shall include, but not be limited to, the following: 1. Underground pullsection. 2. Metering facilities as required by the serving ' utility. 3. Current transformer space. 4. Main disconnect (where indicated on drawings). 5. Feeder protective devices. 6. Owner metering (where indicated on drawings). ' 7. Bussing. 2.06 DISTRIBUTION SWITCHBOARDS A. Switchboards shall be floor mounted, dead - front, dead -rear type, front and rear aligned, self- supporting, consisting ' of one or more vertical sections with group mounted 1 SWITCHBOARDS 16425-7 circuit protective devices, instrumentation and control wiring as indicated on the drawings and as specified herein. Switchboards shall comply with U.L. Standard #UL- 891. ' B. Distribution switchboards shall include but not be limited to the following: ' 1. Main disconnect (where indicated on drawings). 2. Feeder protective devices. 3. Owner metering (where indicated on drawings). 4. Bussing. ' C. Switchboard sections shall of the universal frame type using dieformed, 12 gauge steel members bolted and welded together. Provide removable side and rear plates with ' formed edges all around. Provide ventilation openings required to maintain minimum operating temperature. 1 Provide removable steel cover plates for all usable device spaces. Provide lifting means and provisions for moving by means of rollers or skids to installation location. Bolt individual sections together to form a single rigid ' switchboard assembly. 2.07 METERING A. Provide voltmeters, ammeters, and watthour demand meters in the equipment as indicated on the drawings. B. ANSI C39.1 for electrical indicating switchboard instruments, accuracy Class 1. The AC ammeters and AC voltmeters shall be approximately 6 inches square, with 250 degree scale. Indicating instruments shall be single ' phase with transfer switches for reading 3 phases. Transfer switches shall be flush mounting type. C. Watthour meter shall conform to NEMA E1 -20 and be semiflush switchboard mounting type with drawout arrangment for meter removal incorporating automatic short ' circuiting of current transformer circuits. Meter shall be 2.5 stator, 2.5 element, rated 120 volts, 60Hz, 3 phase, 4 wire, with 5 -dial watthour meter. Meter shall be secondary reading type. The meter reading multiplier shall be shown ' on the meter face. The meter shall have provisions for future addition of KW pulse generator attachment, 0 -120 ' pulses per second for remote readout. D. Provide mechanical demand attachment for watthour meter of 15 minute block interval type conforming to NEMA E1 -14, having pointer and pusher configuration. Demand register multiplier shall be the same as that for the watthour meter register. ' SWITCHBOARDS 16425-8 ' H. Control and transfer switches shall be of the rotary, oil - tight multiposition, cam - operated, multi -stage type, with dust cover and siler -to- silver contacts rated 600 volts, ' 20 amp and adequate for the duty performed in excess of 10 amp. Equip each switch with engraved plastic escutcheon nameplate identifying its function and position. 1. AC voltmeter switch - 7- position for line -to -line; line to neutral and off indications. ' 2. Ammeter switches - 4- position for line -to -line and off indications. 0 0 CONTROL WIRING E. Socket for watthour demand meter shall have automatic A. circuit closing devices. i F. Instrument and Control Transformers: ANSI C57.13 and NEMA for all control wiring terminator points. Control wiring ST20 as applicable. Transformers shall be specifically ' designed for use on respective protective relay or metering schemes utilized. internal metal wireways and shall be carried across hinges G. Current transformers meter /relay grade shall be multiratio tap, tap setting as indicated on drawings, (minimum of three field adjustable tap settings) with 5 amp secondary, spade terminal insulation class, 600 volt, 60 hertz, single ring type, ' and shall have an accuracy classification of 0.3 with the burden of B.01, B.02 and B.03. ' H. Control and transfer switches shall be of the rotary, oil - tight multiposition, cam - operated, multi -stage type, with dust cover and siler -to- silver contacts rated 600 volts, ' 20 amp and adequate for the duty performed in excess of 10 amp. Equip each switch with engraved plastic escutcheon nameplate identifying its function and position. 1. AC voltmeter switch - 7- position for line -to -line; line to neutral and off indications. ' 2. Ammeter switches - 4- position for line -to -line and off indications. u SWITCHBOARDS 16425 -9 2.08 CONTROL WIRING A. Terminal blocks with barriered terminals shall be provided for all control wiring terminator points. Control wiring ' shall be run in horizontal and vertical, islolated, internal metal wireways and shall be carried across hinges in laced bundles. Wire terminators shall be crimp -on type spade terminal B. Secondary control wiring shall be minimum of 14 AWG stranded copper type SIS 600 volt insulation. C. Control circuits shall have circuit number tags at each termination or break in the wire to match circuit numbers on terminal strips and control wiring diagrams. PART 3 - EXECUTION 3.01 Install switchboards in accordance with manufacturer's written instructions and applicable portions of NECA's ' "Standards of Installations" for switchboards and motor control centers. u SWITCHBOARDS 16425 -9 1 • r ' 3.02 Bolt switchboards to floor and wall where wall exists. Where units are free standing provide preformed steel channel or angle iron bracing to nearest wall or building structural member. Switchboard anchoring shall be ' designed for a 1.0 gravity lateral acceleration of the equipment. Submit structural calculations and details. 3.03 TESTING (ADDITIONAL REQUIREMENTS) Adjustable settings shall be set and tested after the ' equipment installation is complete, for proper operation at set pickup and /or drop -out points, by an independent test laboratory. Testing shall comply with the equipment manufacturers recommendations. Submit three copies of all ' test results to Architect and Engineer. Correct any difficiencies and retest. 3.04 IDENTIFICATION (ADDITIONAL REQUIREMENTS) A. Provide a red and white bakelite nameplate with 1/2" high letters in each 277/480 volt panel fastened to face of ' dead -front plate, to read: "WARNING 480 VOLTS ". B. Manufacturer shall stencil the equipment name on each device and equipment section to correspond to the identification of the drawing. C. Devices mounted in equipment controlling protective devices shall be provided with nameplates indicating device controlled or monitored. END OF SECTION u LJ I SWITCHBOARDS 16425 -10 r r Ll 0 PART 1 - GENERAL 1.01 GENERAL SECTION 16500 LIGHTING FIXTURES A. Provide light fixtures complete including lamps, ballasts, sockets, housings, ceiling trim rings for special ceilings, brackets, diffusers /lenses and outlet boxes. B. The catalog numbers included in the description of the various types of lighting fixtures shall be basically considered to establish the type or class of the fixture with a particular manufacturer only. The fixture length, number of lamps, component materials, accessories, mounting type and all other features required to fulfill the total description of the fixture based on all drawing and specification information shall be complied with regardless of whether or not the catalog number specifically includes these features. If any conflict exists between the catalog number and the description, the Contractor shall either resolve the conflict with the Architect prior to submittal of his bid or furnish the fixture to meet the intent as later interpreted by the Architect without change in contract price. C. Lighting fixtures shall be of types as indicated in fixture schedule on drawings. D. All fixtures of one type of identical finish and otherwise on drawings. 1.02 SCOPE shall be of one manufacturer and appearance, unless indicated A. Contractor shall provide all labor, materials, appliances, tools, equipment necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the drawings and /or specified herein. Work includes, but is not necessarily limited to the following: 1. Examine all other specification sections and drawings for related work required to be included as work under Division Sixteen. 2. General provisions and requirements for electrical work. LIGHTING FIXTURES 16500 -1 1.03 SUBMITTALS (ADDITIONAL REQUIREMENTS) ' A. Submit certification letter from manufacturers of lamps and ballasts stating the specific lamp and ballast . , combination comply with manufacturers approval for the combined use, shown on the drawings. B. Submit manufacturers certified lamp and ballast test report data showing compliance with contract document. C. If requested by the Architect, or Engineer provide a sample of any fixture proposed as a substitution for a specified fixture. Sample fixture shall be complete with lamps, cord and plug for 120 volt operation. Fixture shall be delivered to the Engineer's office for review and shall be picked up within ten (10) working days after review comments have been received; any samples left over this time will be discarded by the Engineer. Decision of Engineer regarding acceptability of any fixture is final. D. Provide complete manufacturers catalog data information for each light fixture, ballast and lamp. PART 2 - PRODUCTS 2.01 BALLASTS A. Fluorescent fixtures shall be equipped with ETL approved C.B.M. certified high power factor ballasts with lowest sound rating available. Fluorescent fixtures shall be designed to accommodate T -12, 430 m.a. lamps except where specified otherwise. Ballasts shall have Class "P" protection. Fluorescent ballasts shall be full light output rated, with specified lamps and shall have the following characteristics: Rapid Start (F40T12 RS) Lamp Wattage Average Input Watts Two - 40W (Standard) 86 Two - 34/35W (Energy Saver 460MA) 77 ' One - 40W (Standard) 50 One - 34/35W (Energy Saver 460MA) 43 B. Each ballast shall be independently fused within ballast compartment. Provide a label next to ballast cover reading: "Ballast is fused, check fuse prior to relamping ". Provide an additional quantity of 10% spare fuses and deliver to Owner. C. Mercury vapor fixtures equipped with constant wattage ballasts. LIGHTING FIXTURES 16500-2 ' 2.02 LAMPS A. Lamps shall be new, of wattage indicated and shall be as manufactured by General Electric, Westinghouse (W &K trademark), Norelco or Sylvania. Each fixture or lighting outlet shall be supplied with the proper lamp. B. General purpose incandescent lamps shall be inside frosted, medium base for 200 watts and smaller, 0 • D. All ballasts shall have lowest sound rating available. Ballasts which are judged by the Architect to be D. Fluorescent lamps shall be energy saving type, lite white, excessively noisy to be removed and replaced. bi -pin, rapid- start, T -12, 48 ", 35 -watt, 430 E. Dimming Ballasts 1. Dimming ballasts for fluorescent lighting fixtures -Miser II" shall be manufactured by the same manufacturer or Sylvania "Super Saver II ". Lamps shall have supplying the dimming equipment. Dimming ballasts ' shall be the type and manufacturer as recommended by the dimming equipment manufacturer where the dimming Initial manufacturer does no6t produce fluorescent dimming ' ballasts. Life Hours 2. One dimming ballast shall be utilized for each fluorescent lamp. Multi -lamp ballasts shall not be 1. F40 /T12 /RS 34/35 Lite White 2925 used. ' 2.02 LAMPS A. Lamps shall be new, of wattage indicated and shall be as manufactured by General Electric, Westinghouse (W &K trademark), Norelco or Sylvania. Each fixture or lighting outlet shall be supplied with the proper lamp. B. General purpose incandescent lamps shall be inside frosted, medium base for 200 watts and smaller, C. Reflector lamps shall be PAR -30 or R40 as required, unless otherwise specified in fixture schedule. D. Fluorescent lamps shall be energy saving type, lite white, bi -pin, rapid- start, T -12, 48 ", 35 -watt, 430 m.a., except as specified differently, General Electric "Watt -Miser II" or Sylvania "Super Saver II ". Lamps shall have the ' following characteristics: Initial Average Lamp ' Lamp Type Watts Color Lummens Life Hours 1. F40 /T12 /RS 34/35 Lite White 2925 20,000 2. F40 /T12 /RS 34/35 Cool White 2775 20,000 3. F40 /T12 /RS 40 Cool White 3150 20,000 (To be used in fixtures with fluorescent dimming) 4. F40 /T12 /RS -U 34/35 Lite White 2800 18,000 ' 5. F40 /T12 /RS -U 40 Cool White 3050 18,000 (To be used in fixtures with fluorescent dimming) ' 6. Other types as noted on drawings. 1 , LIGHTING FIXTURES 16500 -3 LIGHTING FIXTURES 16500-4 E. Mercury vapor lamps shall be Deluxe White or Brite White Deluxe phosphor coated Bonus -Line with proper base and configuration for the fixture being furnished. Lamps shall be equipped with automatic switching device to de- energize lamp when outer glass envelope is broken on lamp. F. High pressure sodium lamps shall be clear unless noted otherwise on drawings. 2.03 LIGHT FIXTURES A. Lighting fixtures shall have all parts and fittings necessary to complete and properly install the fixture. All fixtures shall be equipped with lamps of size and type I specified. B. Fixtures shall be wired from outlet boxes supplied with fixture to socket with #14 AWG Underwriters' Type "AF" or "CF" fixture wire. C. Surface and /or wall mounted lighting fixtures shall not have any exposed chase nipples or conduit knockouts visible to view within fixture housing. Lighting fixtures mounted in continuous rows shall have chase nipples or conduit knockouts between lighting fixture housing, but shall not have visible chase nipples /conduit knockouts on the visible ends of the continuous row of lighting fixtures. D. Where fixture color is indicated to be selected by the ' Architect, provide two color chip samples for review. E. Recessed fixtures where noted to have attached junction 1 box shall have a junction box permanently attached to the plaster ring so that it is accessible when the fixture is removed. Connection between fixture and pull box to have flexible conduit and 2 #14 AWG "AF" wires. The flexible conduit to be sufficient length so that when the fixture is dropped, the pullbox is readily accessible. F. Recessed fixtures must all have Underwriters' Laboratory approval for recessed installation with plaster frame and attached pull box. Lamp enclosure, reflectors and finish wiring shall not be installed until plastering is completed. Finish trim shall not be installed until finish painting of the adjacent surface is completed. G. The fixture to bear Underwriters' label of approval for I the wattage indicated. H. Light fixtures installed outdoors in damp or wet locations shall be U.L. labeled for said location. LIGHTING FIXTURES 16500-4 1 0 • J 2.04 LENS AND DIFFUSERS A. Whenever this specification calls for acrylic, acrylic plastic or plexiglas for the diffusers or lighting fixtures, these diffusers shall be manufactured by Rohm and Haas Company, called Plexiglas G, or specifically approve equal. Diffusers shall be formed from cast sheet having a minimum unpenetrated thickness of 0.125" and, in any event, shall be of sufficient thickness and or proper construction and camber to prevent the diffusers from having any noticeable sag over the entire normal life of the installation. Diffusers shall be formed from cast sheet by a vacuum and /or pressure technique. B. Acrylic lenses shall be manufactured from 1008 acrylic as manufactured by Rohm & Haas, called Plexiglas V, V Type 920, VM, or an approved equal by either injection molding or by extrusion. 2.05 SPORTS LIGHTING LIGHTING FIXTURES 16500 -5 I A. Provide a total of fifty six (56) 1500 watt metal halide 1 floodlight luminaires complete with lamps. (See drawing for mounting arrangement). B. Luminaire Assembly 1500 -Watt Metal Halide 1. The luminaire shall have a weatherproof heavy duty aluminum outer housing. 2. The luminaire shall have a single piece spun aluminum ' reflector with "Alzak" finish. 3. The optical assembly shall consist of a tempered glass door with spring quality stainless steel latches, aligning steel reinforcing locking flange and corrosion resistant hardware, mounted on a prewired fixture support arm, as manufactured by Widelight, General Electric, or MUSCO Lighting products or ' approved equal. 4. Maximum projected area of floodlight shall not exceed ' 3.0 sq.ft. and weight shall not exceed 70 lbs. 5. Submit one (1) sample of proposed floodlight complete with shop drawing submittals for review. 6. Lamps shall be 1500 -watt clear metal halide for horizontal to base up operation with 3,000 hours average rated life. ' 7. Contractor shall provide the following: There shall be an individual ballast for each luminaire. the ballast shall be located and removed from the lamps on LIGHTING FIXTURES 16500 -5 I the same pole in metal enclosures with the capacitors. ' Capacitors shall be capable of operating in ambient air not to exceed 700C. All wiring on the luminaire assembly shall meet National Electrical Code and shall ' pass from each luminaire on the assembly through protective enclosures to join in a common enclosure. Each luminaire shall be fused. I D. Luminaire Assembly 1500 Watt Metal Halide. Provide fixture as specified on drawings and with the following: ' 1. Weatherproof heavy duty construction. 2. Tempered door glass. ' 3. Hinged and latching front door. 4. "ALZAK" - finished aluminum reflector. 5. Rubber door gasket. 6. Heavy gauge corrosion resistant, steel trunnion beam arming site. 7. Degree marker with remaining stop. 8. Corrosion resistant hardware. 9. Provide lamps as specified on drawings. E. All component surfaces of the completed assembly except for the reflector hardware and fasteners shall be coated with an approved process of hot dipped galvanized ASTM A- 123. 2.06 FLOODLIGHTING POLE ASSEMBLIES A. Provide twelve (12) galvanized steel pole assemblies at ' locations shown on drawings. Poles shall be heights indicated on drawings and shall be provided complete with the following items: I 1. Telescoping round steel pole with base plates and anchor bolts. B. Contractor shall submit complete pole assembly structural calculations and shop drawings prepared and signed by a currently - licensed civil or structural engineer in the ' State of California to the Engineer for approval. The entire pole assembly and reinforced concrete base shall be in compliance with the latest edition of State of California Structural Code, Title 21, with the 1985 Uniform Building Code, Chapter 23, and State of California Division of Industrial Safety Orders and California Occupational LIGHTING FIXTURES 16500 -6 LIGHTING FIXTURES 16500 -7 0 0 Safety Health Act (CAL- OSHA). The reinforced concrete based detailed on electrical plans has been designed for structural loads indicated on detail. If the proposed floodlight and pole assembly exceeds these values the Contractor's Structural Engineer shall redesign the base to conform with the above listed codes and requirements and submit reinforced concrete base structural calculations and plans with the pole assembly shop drawings to Engineer for approval. The Contractor shall include all the costs of the Structural Engineer's calculations and drawings in this bid. Due to the necessary time required for review and approval of calculations and shop drawings, the Contractor assumes the responsibility for submitting the required calculations and drawings in a timely manner after award of contract to avoid causing delays to the project. Any late charges signed date due to late submissions or problems in gaining approval due to incomplete or incorrect submittals shall be the responsibility of this Contractor. C. The shaft section shall telescope uniformly from top to bottom and shall be delivered to the job site in one section. No field assembly or field welding will be allowed. All telescoping sections shall be welded at manufacturer's factory using certified welders. Shaft ' steel shall have a minimum yield strength of 55,000 psi, ASTM A 572 Gr. 55. D. The anchor base shall be ASTM -A36 steel plate and shall be designed to withstand the full bending moment of the shaft. ' E. Anchor bolts to be hot dipped galvanized. Size of anchor bolts shall be as determined by pole manufacturer. F. All pole fabrication shall meet the State of California ' Title 21 Codes including welding tests required at the factory. G. Pole manufacturer shall provide all conduit nipples and panel mounting brackets, as indicated on drawings, welded to pole for electrical equipment and all mounting brackets ' welded to cross arms for mounting of floodlights. Contractor shall furnish samples of approved floodlights to pole manufacturer to facilitate proper design of ' mounting brackets. H. All steel parts of pole assembly shall be hot dipped galvanized after fabrication. Pole sections shall be hot dipped galvanized. Joints shall be code galvanized after welding. LIGHTING FIXTURES 16500 -7 1 4 2.07 FLOODLIGHT AIMING A. Immediately after award of contract, Contractor shall make field dimensions. In addition, Contractor shall make exact measurements of each lighting tower location and set -back in relation to baseball field and height of pole base above field level. Transfer all measurements to (1) 8 -1/2" x 11" baseball field drawings and submit to Engineer and field lighting fixture manufacturer prior to ordering of light fixtures to allow accurate computer aiming chart and footcandle calculations. B. The Contractor shall provide from the lighting manufacturer, independent testing laboratory report, for luminaire proposed in lighting of the baseball field area. Reports shall include computerized aiming chart and point by point computer calculation of the footcandle levels to be provided based on a 20' x 30' grid in the baseball field area, 10' inside of each of the two sidelines of the baseball field and 15' into the outfield with a maximum light to dark ratio of 1.5 to 1. These footcandle levels shall be measured as a direct horizontal reading at ground level. The Contractor shall guarantee that the footcandle in the complete print out will be provided upon completion of the project. The electrical engineer maintains the right to reject the complete installation until such time that the Contractor has provided the specified performance. C. The Contractor shall pre -aim all lighting fixtures, under direction of manufacturer's representative. At a time convenient to Owner, the Contractor shall provide men, equipment and lighting manufacturer's representative for (2) 4 -hour periods after dusk, to complete final aiming and adjustment of fixtures as directed by Owner. Final aiming point for each fixture shall be shown on as -built drawings. D. The light fixture manufacturer representative shall provide (loan) a cosine corrected and calibrated light meter with remote head for use in aiming and taking footcandle readings at convenience of the Owner and engineer. PART 3 - EXECUTION 3.01 LIGHT FIXTURE MOUNTING HARDWARE A. It is the Contractor's responsibility to verify actual ceiling construction type as defined on the architectural drawings and furnish all lighting fixtures with the correct mounting devices and proper operating voltage whether or not such variations are indicated by fixture LIGHTING FIXTURES 16500 -8 D 11 J CI I�l I F� I • catalog number. The Contractor shall verify depth of all recessed lighting fixtures with architectural drawings prior to ordering fixtures. Any discrepancies that would cause recessed lighting fixtures not to fit into ceiling shall be reported to the Architect prior to ordering of the fixtures. B. Recessed fluorescent fixture mounted flush in "lay -in" T- bar or concealed spline ceilings shall be provided with two clips on each end of the fixture and connected to the ceiling cross runners. Provide two 12 -gauge fixture hanger wires attached to structural members and connect to diagonal corners of the fixture. Fixture shall set level and flush with ceiling grid system. C. Fluorescent fixtures surface mounted to a suspended "tee" ceiling shall be installed with a one and one -half inch steel channel or angle which spans across and above the main runners. The channel or angle member shall be provided with threaded studs for attaching to the fixture housing through the lay -in tile. Two members shall be installed per four foot fixture. Two 12 -gauge hanger wires shall be provided per member, attached 6" from each end of the member and anchored to the structure above. D. Pendant mounting fixtures shall be supplied with swivel hangers. Fixtures shall swing in any direction a minimum of 45 degrees of gravity, position. Fixtures shall have special stem lengths to give the mounting height indicated on the drawings. Stem to be 1 -piece without coupling, and to be finished the same color as the canopy and the fixture, unless otherwise noted. The Contractor shall check all lock -nuts and set screws to rigidly secure the socket to the stem, and the stem to the outlet box. Fixtures to be plumb and vertical. Where obstructions occur restricting 45 degrees swing of fixtures, the fixtures shall be guy wired to prevent fixtures from striking obstructions. Method of guying shall be approved by the Architect and Electrical Engineer. Swinging fixtures shall have a safety cable attached to the structure and the fixture at each support capable of supporting four times the vertical load. E. Suspended fixtures weighing in excess of 50 pounds shall be supported independently of the fixture outlet box. Provide "air craft" hanger cable for suspended fixtures route cable concealed or in pendant where possible. Each cable shall support four times the weight of the fixture. Securely attach the cable to the building structure. F. On acoustical tile ceilings, fixture outlets shall be accurately located in the center, at the intersection of the four corners or at the center of the joints of two tiles. LIGHTING FIXTURES 16500 -9 I I I I L 7 L 0 0 G. Surface mounted fixtures installed on drywall or plaster ceilings and weighing less than 50 pounds may be supported from outlet box. Provide structural supports above drywall or plaster ceilings for installation of fixtures weighing more than 50 pounds and secure fixture to structural supports. The use of toggle bolts is prohibited. 3.02 The electrical Contractor shall aim the exterior adjustable lighting fixtures after dark in the presence of, and at a time convenient to the Architect. 3.03 RECESSED LIGHTING FIXTURES Lighting fixtures recessed in ceiling or wall which has a fire resistive rating of 1 hour or more shall be enclosed in a box which has a fire rating equal to that of the ceiling or wall. The space from the fixture to the enclosure to be a minimum of 3" and the light fixture to be provided with Advance Mark III Kool -Koil ballast (full light output). 3.04 LAMPS A. Fluorescent and H.I.D. lamps controlled by dimming equipment shall be operated (aged) for 100 continuous hours without interruption, at 100% output prior to occupancy of the building by the Owner. B. Energy saving fluorescent lamps shall not be used in dimming systems. 3.05 LENS AND DIFFUSERS Lens and diffusers shall be completely cleaned of all dust, dirt and fingerprints after the installation of the light fixtures, ceiling, painting, lamps, and prior to occupancy of the facility by the Owner. 3.06 BALLASTS A. Ballasts remote from the lighting fixture, mounted as shown on the drawings and designed for remote operation. Additional wiring and conduit shall be provided whether shown on the drawing or not, between lighting fixture and remote ballasts with required quantity of "THHN" wire to operate said fixture(s). B. Provide proper conduit system whether or not type and quantity of for proper operation shown on drawings. conductors with of dimming system, END OF SECTION LIGHTING FIXTURES 16500 -10 0 .. Rv..va '.a..miii+�`•i a.vim air 's.. .�-.� . >w - -�.. v� 14�'^.�'. i��+�li«2%e�i��i1s�G'L:.�SC+mL .. .�. _._ � 6. ..fi .: �.. �� ' I i 1 j I i 1 j I ' I _ •� _ v; .. YS.�.:,'.. '. f. ��._.:�'. 'f��^ -�r.F _ _ _ ..- J Y.....i -::Yi .wxSo'•v___ _... � i t._ ... _ J 0 Release of Stop Notice TO: CITY OF NEWPORT BEACH Constnrction Lender (car party with u'harn Stop Notire was filed) 3300 NEWPORT BEACH BLVD., NEWPORT REACH, CA 92663 (Address) You are ilrneLy uutified (hat the undrr.;igncd dainiant rclea;scs that ccrta:n Stop Notice dated AUGUST 5, 1988 against CITY OF NEWPORT BEACH VALLEYCREST LANDSCAPE in the amount of .$ 1,684.50 C - ZS-n-5- RECEIVED 0 15 B86 ado('n 0 of kFWp8R1 BEAGt owner or public body and as prime contractor in connection with the work of improvement known as LAVIDA & UNIVERSITY, NEWPORT BEACH in the City of NEWPORT BEACH State of California. Date NOVEMBER 3, 1988 THIS RELEASE OF STOP NOTI% me of Claimant IS VALID ONLY WHEN THE CHECK FOR $842.25 IS CLEARED By BY THE BANK UPCN WHICH IT IS DRAWN. County of ORANGE VERIFICATION I, the undersigned, state: I am the YTr.P. PRESIDENT ("Agent of". "1'r'esidvnt of ", "A PnrGV:r of', caner o ', etc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my ov; n 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 NOVEMBER 3 19_88 , at 81CA FORM 5 (REV. 2/87) D.J. or A)thoriced Agent) C'MO %L / SSITTa p 6 #'afar p Councilmen Wilanagor �0'A,'- mey p C"dg. Dir. C] C :,.1c Dir. 6RDir. p Planning Dir. p police Chief 9W. Dir Dther f 4(,20444,4,4 valitey &NOSCA.E / ENGINEERING /CONTRACTORS crest landscape, inc. a subsidiary of environmental industries inc on equal op rtuni employer by choice 1920 So. Yale Street, Santa Ana, 92704 (714546 -/975 To: City of Newport Beach Date: November 7, 1988 P.O. Box 1768 Newport Beach, CA 92665 -8915 Attention: Pat Dunigan Job Name: BONITA CREEK PARK VCL Job Number: 13 -704 Gentlemen: We are sending you X herewith under separate cover as follows: No. of Copies Date Description 1 each 11/03/88 Release of Stop Notice - Stolo Cabinets 1 each 11/03/88 VCL Check paid to Stolo Cabinets Remarks: Please call should you have any questions. Very truly yours, VALLEY CREST LANDSCAPE, INC. By: -� aAyk'i o yoz Matil e L. Lavenant, Office Manager VCL FORM # 133.1 .:,(.10) valley: GENERAL ACCOUNTING OFFICES weon A9 24121 Venture Blvd �1 122 I I -!I - Calabasaa CA 91302 -! ' crest SC N o II _ IBIB)9s2890D III I;, , .11002 landscape I inc.l ,ill III iI` 11 1' : ! I 1 I i L'I a subsidiary or. environmental Industries inc II {'{ ll an equal {oppdrtumty' employer by choice i IiI II I:I LANDSCAPE /ENGINEERING /CONTRACTORS II'i! PAYI I:` i $842 21 11 111`• �ppW fl ;I 1 5 1 tl #Aril alte# * ## ar�tpt+r NET I'I 11 To THE . STOLO CAB INETS ; INC ­2 I 11�IE 1! _Ili $842.25 illfl� - �II Iii. ''I v ORDER- OF!I 101113 E. WHITTI,ER D�II4: {�� I'• WHITTIER, CA 90606' = 1 I II lil ' I _III I' I II III 1j1 ;,I ; ; I FIRST: INTERSTATE it i 111, I -I ' BANK OF CALIFORNIA : _ I1t/1 NOT VALID FTER 60 DAYS GLENDALE, CA' 1 I' ' I4 it 3 L,I P 0 1 i0II 0 2.13 4 ■ ' r• II 121200014: 8 �1 12 3 1a31 H' 1' 1 Ili II , I II ;I I �jl jIj III II jl' 'p.II' III. I II 'I N 11 I - •- -83060 VENDOR NO: - ' - -�' . -- -I :. I I -' q!• PLEASE DETACH THIS PORTION BEFORE DEPOSITING P: bODER -fII JOB NAME III II- =NO= IIirGROSS "CHECK I)RETEd,T,ION Ilk- VIII —IINEr HECK III =.II1 =I I PROGRESS dAYMENT NO. =- I "1 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK PO. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 4, 1988 (714) 644 -3005 Valley Crest Landscape, Inc. 1920 South Yale St. Santa Ana, CA 92704 Subject: Surety: Employers Insurance of Wausau a Mutual Company Bonds No.: 2050 -20- 054853 Contract No.: C -2505 Project: Bonita Creek Park Construction The City Council of Newport Beach on October 10, 1988 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 in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on October 19, 1988, Reference No. 88- 534773. Sincerely, Wanda E. Raggio �. City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk J�?A -r4j -rt City of Newport Beach 3300 Newport Boulevard 'Newport Beach, CA 92663 OMPT RECORDING REQUEST PER GOVERNMENT CODE 6103 EXEMPT 1 cs 88- 534773 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA NO CONSIDERATION NOTICF. OF COMPLETION :00 OCT 19 1988 PM PUBLIC WORKS CZ�' Q,C/!5t4*VZ RECORDER 10 All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on October 10, 1988 the Public Works project consisting of Bonita Creek Park Constructiorr (C -2505) _ on which Valley Crest Landscape Inc., 1920 South Yale St., Santa Ana, CA 92704 was the contractor, and Employers Insurance of Wausau a Mutual Company, 3130 Wilshire was the surety, was completed. Blvd., Los Angeles, CA 90010 CIT F NEWPORT BFACH blic NVorks Director VERIFICATION I, the undersigned, say: #`Cllr I am the Public Works Director of the City of Newport Beach; e fo>�r� Notice of Completion is true of my own knowledge. _! I declare under penalty of perjury that the foregoing is true and t. fis � Executed on October 12, 1988 at Newport Beach, California. �2 � i P4,� F16blie 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 October 10, 1988 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 October 12, 1988 at Newport Beach, California. r /'10 Il VVIO CIT OF NEWPORT IkACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 14, 1988 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Notice of Completion for C -2505 and C -2684. Sincerely, Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach i tober 10, 1988 Oy 1PIE CITY COUItCILCITY COUNCIL AGENDA CITY OF NEWPORT BEACiREM NO. F -20 TO: CITY COUNCIL OCT 10 1988 FROM: Public Works Department — A p ftVE - -_ SUBJECT: ACCEPTANCE OF CONSTRUCTION OF THE IMPROVEMENTS AT BONITA CREEK PARK CONTRACT NO. 2505 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $1,743,962.20 Amount of unit price items constructed 1,773,998.59 Amount of change orders 9,698.40 Total contract cost 1,783,696.99 The increase in the amount of the unit price items constructed was due primarily to the bike trail curb and paving being omitted from the original estimate. Four Change Orders were issued. The first, in the amount of $3,590.88, provided for wire mesh in the building floor slab, additional shelving, extension of the tile wainscoating and additional door hinges. The second, in the amount of $397.69, provided for relocation of the heating ducts. The third, in the amount of $3,179.98, provided for a change in alignment of the storm drain, an additional light fixture and a revision to the overhead door. The fourth, in the amount of $2,529.85, provided for a change in the park sign and construction of a sub -drain in the parking lot area. Funds for the project were budgeted in the Park and Recreation Fund, Account No. 10- 7797 -066. The contractor is Inc. of Santa Ana. The contract date of completion was November 25, 1987. At the architect's recommendation, a time extension of 90 days was granted since it was felt that the original completion date was unrealistic. A subsequent 30 day extension was granted due to a delay in the contractor's being issued an excavation permit from the County for the imported top soil. Completion of construction was further delayed by weather and extra work until April 15. Germination of the turf was slowed by cool weather in the spring; however, the park was opened for use by the summer softball leagues on June 3, 1988. 470� J V r min B. Nolan Public Works Director PD: so NOTICE TO atop- Mee- • CITY OF NEWPORT BEACH I Name of Public Bad;, or Lender) 3300 NEWPORT REACH BLVD.NEWPORT BEACH,CA.92663 j 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 xc; responsible officer or person at office or branch of construction lender administering the construction funds.) VALLEY CREST LANDSCAPE Prime Contractor: Sub Contractor (If Any) Owner or Public Body: CITY OF NEWPORT BEACH Improvement known as LAVIDA & UNIVERSITY ,NEWPORT BEACH (Name and oddress of pr- y'ect or work of ini in the City of NEWPORT BEACH State of California. STOLO CABINETS County of ORANGE claimant, CORPORATION a (Corporation/ Partnershipl Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or com�ALyLbEYYWCRESTaimant was employed or to whom claimant furnished labor, service, equipment or materials is _ 1920 S.(r':i,rc..)JSubc'ontractorl Contractor/ Owner- Builder) YALE ST. SANTA ANA,CA.92704 The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was FURNISH & INSTALL CABINETS ieescribe in detail) 16, 845.00 Total value of labor, service, equipment or materials agreed to be furnished .............$ Total value of labor, service, equipment or materials actually furnished is ...............$ 16,845.00 Credit for materials returned, if any ................ ..............................$ 0 Amount paid on account, if an $15"160.50 Amount due after deducting alljust credits and offsets . ..............................$ 1,684.50 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 $ 1, 684. SOas 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 private jobs— not on publicjobs.) (is/ is not ) Date 3-5 -88 ~ E ` TiC3D 3t o .V � C p 0.r cc .� . of 2" O M M3 n). ,a O r3C.gcoaatcst:. -�a- m000O 00 0 0O� NameofClaimant STOLO CAB'F E l6u re By !� \ i (Official Capacity) VERIFICATION I, the undersigned, state: 1 am the VICE, PRESIDENT ( ''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. 1 certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 8 -5 -88 California. WCA FORM (REV. 3 -83) 5M 19 , at WHITTIER, CA (Signan' o CaimanrorA orizeddgmr) 0 0 December 14, 1987 BY THE CITY COUNCI ITV COUNCIL AGENDA • CITY OF NEWPORT BEA �EM NO. F -13 DEC 14198T TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: BONITA CREEK PARK CONSTRUCTION (C -2505) GRANT OF EASEMENT TO SOUTHERN CALIFORNIA EDISON COMPANY RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Grant of Easement for a portion of the subject site for the purposes of serving power to the park. DISCUSSION: As a part of the Bonita Creek Park Construction (Contract No. 2505), electrical conduit, wiring, fuses and transformers are required to be installed • to provide electrical service to the site. At the time of Award of Contract, the electrical installations were accounted for in the construction plans. However, because the Park site is owned by the City, it was not anticipated that easements would be required for on -site electrical installations. Because of Southern California Edison Company policy and the Public Utilities Commission Regulations, the portion of electri- cal facilities up to the transformer and its appurtenances must be situated upon, or within, recorded easements. The size of the required easement is 12 feet by 14 feet. The electri- cal conduit and wiring have already been installed as a part of the Park construction contract. The transformer will be installed by the Edison Company once the easement has been recorded. Power to the site could be turned on in about 45 days. A sketch showing the �ak4 •Benjamin B. Nolan Public Works Director JS:jd Att. easement is attached for reference. RECORDING REOUESTEDIP southern Calitornia Edison Company WHEN RECORDED MAIL TO SOUthern Calilornia Edison Company • REAL PROPERTIES DEPARTMENT P. 0. 80X 2217 FULLERTON, CALIFORNIA 92633 RW202 REV 5/84 4137d GRANT OF EASEMENT NEWPORT BEACH (Corporation) i SPACE ABOVE THIS LINE FOR RECORDER'S USE ORANGE COUNTY 6433 -2000 u -21D1 A .. v om:tl.. Y API 442 - 061 -12 0 o °I �•YdNaeh 1 11/24/81 CITY OF NEWPORT BEACH, a Municipal corporation (hereinafter referred to as "Grantor "), hereby grants to SOUTHERN CALIFORNIA EDISON COMPANY, a corporation, its successors and assigns (hereinafter referred to as "Grantee'% an easement and right of way to construct, use, maintain, operate, alter, add to, repair, replace, reconstruct, inspect and remove at any time and from time to time underground electrical supply systems and communication systems (hereinafter referred to as " systems"), consisting of wires, underground conduits, cables, vaults, manholes, handholes, and including above - ground enclosures, markers and concrete pads and other appurtenant fixtures and equipment necessary or useful for distributing electrical energy and for transmitting intelligence by electrical means, in, on, over, under, across and along that certain real property in the County of ORANGE, State of California, described as follows: A strip of land 12 feet wide lying within Lot 1 of Tract No. 12309 as shown on a map recorded in Book 550, Pages 1 through R inclusive of miscellaneous maps in the Office of the County Recorder of said County; the centerline of said strip being described as follows: COMMENCING at the intersection of the centerline of University Drive with the centerline of La Vida as said intersection is shown on said Tract Map; thence south 25 °49'30" east 106 feet; thence north 64 °10'30" east 41 feet to the TRUE POINT OF BEGINNING; thence south 25 °49'30" east a distance of 14 feet. The The Crantor agrees for itself, its successors and assigns not to erect, place or maintain, nor to permit the erection, placement or maintenance of any building, planter boxes, earth fill or other structures except walls and fences on the above described real property. The Grantee, and its contractors, agents and employees, shall have the right to trim or cut tree roots as may endanger or interfere with said systems and shall have free access to said systems and every part thereof, at all times, for the purpose of exercising the rights herein granted; provided, however, that in making any excavation on said property of the Grantor(s), the Grantee shall make the same in such a manner as will cause the least injury to the surface of the ground around such excavation, and shall replace the earth so removed by it and restore the surface of the ground to as near the same condition as it was prior to such excavation as is practicable. EXECUTED this day of 19_ CITY OF NEWPORT BEACH, a Municipal Corporation By President Secretary STATE OF CALIFORNIA ) 55. COUNTY OF ) • On before me, a Notary Public in and for said State, personally appeared and known to me (or proved to me on the basis of satisfactory evidence) to be the and , respectively, of the city of NEWPORT BEACH, the municipal corporation that executed the within instrument and acknowledged to mle that they executed the same on behalf of the municipal corporation. WITNESS my hand and official seal. H"( "VI A; Z,) C21�1 AWV65 TO C17 0,- N,°_ iVI"OR7' DZ -H 013 0 —8So kB k 71 C>l It) :so- 'e� �yso 0 Arl Vn 0 0 01. r'l 0 oo m log 0 1�- Ix ....... S* 6v�' ..; �..✓ \ CN� aU INN Cl � tiA tiA dpll 16 VINE A2,4,VC/-/ WATER DI-13 MIC 7- . �A%l! SEWER EA5EA4ENT PER 9270 lz$ 955 O.R. SAID EASEMENT TO eE EAe;,aMEMT' C?0171CLAIMED UPON COMPLETION OF IM,090ve5)vEA17-5 FOR 7-141-G VC7. CITY OF t4ewpw-r "ACA4 To 5WTHagg C#jL. E015,14 CO. RECORDING REQUESTED )9Y City of l+yrc WHEN RECORDED MALL TO City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1758 Newport Beach, CA 92658 -8915 RW202 REV 5/84 4131d GRANT OF EASEMENT NEWPORT � o 6c ElEA CQ 61 hil GOVERNMENT CODE 5103 87- 709371 �D 07 EXEMPT C15 ERECORDED AL RECORDS CALIFORNIA E 24'17 LOUNIY �i RCUUN Eni ABOVE THIS LINE FOR RECORDER'S USE - ",vemr ree" "epees �"ewnry r�r nv nr Approved • " "re RIM Pr"Derliet APN _12 _ D.P.,Menl 1/24/27 CITY OF NEWPORT BEACH, a Municipal corporation (hereinafter referred to as "Grantor "), hereby grants to SOUTHERN CALIFORNIA EDISON COMPANY, a corporation, its successors and assigns (hereinafter referred to as "Grantee "), an easement and right of way to construct, use, maintain, operate, alter, add to, repair, replace, reconstruct, inspect and remove at any time and from time to time underground electrical supply systems and communication systems (hereinafter referred to as "systems "), consisting of wires, underground conduits, cables, vaults, manholes, handholes, and including above -ground enclosures, markers and concrete pads and other appurtenant fixtures and equipment necessary or useful for distributing electrical energy and for transmitting intelligence by electrical means, in, on, over, under, across and along that certain real property in the County of ORANGE, State of California, described as follows: A strip of land IZ feet wide lying within Lot 1 of Tract No. 12309 as shown on a map recorded in Book 550, Pages 1 through B inclusive of miscellaneous maps in the office of the County Recorder of said County; the centerline of said strip being described as follows; COMMENCING at the intersection of the centerline of University Drive with the centerline of La Vida as said intersection is shown on said Tract Map; thence south 25049'30" east 108 feet; thence north 64010'30" east 41 feet to the TRUE POINT OF BEGINNING; thence south 25049'30" east a distance of 14 feet. The Grantor agrees for itself, its successors and assigns not to erect, place or maintain, nor to permit the erection, placement or maintenance of any building, planter boxes, earth fill or other structures except walls and fences on the above described real property. The Grantee, and its contractors, agents and employees, shall have the right to trim or cut tree roots as may endanger or interfere with said systems and shall have free access to said systems and every part thereof, at all times, for the purpose of exercising the rights herein granted; provided, however, that in making any excavation on said property of the Grantor(s), the Grantee shall make the same in such a manner as will cause the least injury to the surface of the ground around such excavation, and shall replace the earth sc removed by f a r store the surface of the ground to as,near the same condition as it was prior to sucl "�.I.m.�, JAN =a�� of EXECUTED this /9'&Aav of i I , 19V STATE OF CALIFORNIA ) 9 ) ss. �FFpSAtA � COUNTY OF ) On&&ajd Iti McP before me, a Notary Public in and or said State, personally appeared and (z JQ �f , known to me (or proved to e on the bassatisfactory evidence) to be t and , respectively, of the city of NEWPORT BEACH, the muni 1pal. corporation that executed he within instrument and acknowledged to me that they executed the same on behalf of the municipal corporation. WITNESS my hand and official seal. E�, �DOROTHY L. PALEN f� NOTAkY P,;X FOR.. �, PItIMCIPAI, oFFlce IN ORA+rGE cL`UNT`/ w/ Cp:nmis L/p. Apr. 5. 1989 ,. sc trn "ev No 1 87-709371. -Icjcic��-Is V/OH.7� /0 41,VlVeA751r)✓ .OR /VT 45)(CSA>7 •;- r'rReer Z/4/ C✓7 0.f W iVI'0172' H D 00 Vi SIX la, le. v is F=.40'4-1e-04' N gal V cl) 4 U- o"O Sg- -0 0 CD ,,x.30 of�e 0 ', V, ; eo..0(7 M , LOS :)OF- 01 L \ �N� pv, it 16'1,qV1Me K'AMCI-1 W472W,01-1377?lCr OEVVCR EASEMENT PER 9270 - 955 O.R. 3AIDEASEMENT TO OE Q411rCLAIMEP V,00)V COMPI-6' TION EA,5F-AAEMT' OF 11V7FqOVEAfENT-G FOR TN/;3 191C7 CITY or- 14E.Wpo27 I > B!�Ac*f To CAL. Cu. TO: CITY0OF NEWPORT B ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 FINANCE DIRECTOR FROM: CITY CLERK DATE: May 18, 1987 SUBJECT: Contract No. C -2505 Description of Contract Bonita Creek Park Construction Effective date of Contract May.15, 1987 Authorized by Minute Action, approved on April 27, 1987 Contract with Valley Crest Landscape Inc. Address 1920 South Yale St. Santa Ana, CA 92704 Amount of Contract $1,743,926.20 "X�6e 4fe Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach ' Y • is J TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BONITA CREEK PARK CONSTRUCTION (C -2505) RECOMMENDATIONS: April 27, 1987 CITY COUNCIL AGENDA ITEM N0. F -3(c) CITY V APR 27 1987 APPROVED 1. Accept bids for the subject project and award Contract No. 2505 for construction to Valley Crest Landscape, Inc., of Santa Ana, California. 2. Authorize the Mayor and the City Clerk to execute the contract in the amount of $1,743,926.20. 3. Authorize a budget amendment in the amount of $300,000 to complete the project. DISCUSSION: Bids for this contract were opened at 10:00 a.m. on April 16, 1987: Bidder Amount 1. Valley Crest Landscape, Inc. $1,743,926.20 2. Hondo Company, Inc. $1,772,864.00 3. Moulder Bros. Construction $1,900,000.00 4. Gateway Construction $1,936,369.55 5. Silveri & LeBouef $2,126,802.00 The low bid was 3.1% less than the Engineer's estimate of $1,800,000. Staff feels that the bids are reasonable considering the current bid climate, prevailing costs and the proposed scope of work. The low bidder, Valley Crest Landscaping, has satisfactorily performed other work for the City in the past. The contract will provide for the construction of an 11 -acre park site in the Newport North development, complete with playing fields, parking facili- ties and a concession /recreation building and play areas. Additionally, the • contract will provide a combination bicycle and pedestrian trail along the boundary of Bonita Creek and the park. The proposed trail will connect with the new MacArthur Boulevard bicycle trail. The Engineer's estimate of project costs was $1,800,000. Funding for the project is available from the current annual budget in the park fund under Account No. 10- 7797 -067 in the amount of $1,500,000. As indicated in the Council memo dated March 23, 1987 (copy attached), when the plans were approved, a budget amendment will be needed to provide the necessary additional monies. 01) April 27, 1987 Subject: Bonita Creek Park Construction (C -2505) Page 2 • A budget amendment has been prepared for council consideration to appropriate additional funds in the amount of $300,000 from the 1987 -88 fiscal year budget. The budget amendment will cover the contract amount plus funds for testing and contingency in the amount of $56,073.80 (3% of the contract amount). The source of funds will be the following: is • Source Reserve for Park Fee General Fund Surplus Total Amendment Amount of Expenditure $166,400 133,600 $300,000 The project is located outside the Coastal Zone boundary and therefore no Coastal Commission hearings or permits were required. Environmental documen- tation has been certified in combination with the E.I.R. for The Irvine Company development of Newport North. The plans and specifications were prepared by Eichenberger, Fennel and Associates in cooperation with Adams, Streeter Civil Engineers and Fredrick A. Brown Architects. If the award of contract is made at this time, construction should commence by May 15, 1987 with an anticipated completion date near the end of September 1987. Following a 90 -day contract maintenance period of the newly installed landscaping, the park could be opened to the public. The expected opening date is January 1, 1988. Benjamin B. Nolan Public Works Director JS:jd Att. March 23, 1987 CITY COUNCIL AGENDA ITEM NO. F -15 • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BONITA CREEK PARK CONSTRUCTION (C -2505) RECOMMENDATION: 1. Approve the plans and specifications. 2 Authorize the City Clerk to advertise for bids to be opened on 10:00 a.m. on April 16, 1987. DISCUSSION: This contract provides for the construction of an 11 -acre park site in the Newport North Development, complete with playing fields, parking facilities and a concession /recreation building and play areas. Additionally, the contract will provide a combination bicycle and pedestrian trail along the boundary of • Bonita Creek and the park. The proposed trail will connect with the new MacArthur Boulevard bicycle trail. The estimated project cost is $1,800,000. Funding for the project is available from the current annual budget in the park fund under Account Number 10- 7797 -066 in the amount of $1,5UO,000. A budget amendment in the approximate amount of $300,000 will be needed to complete the project funding; and will be presented for Council consideration after the bids have been received and the final cost better defined. The project is located outside the Coastal Zone boundary and therefore no Coastal Commission hearings or permits are required. Environmental documen- tation has been certified in combination with the E.I.R. for The Irvine Company development of Newport North. The plans and specifications were prepared by Eichenberger, Fennel and Associates. Copies of the plans will be available for review in the Council conference room and at the Public Works Department. If acceptable bids are received, construction should commence by May 1, 1981, with an anticipated completion date near the end of August 1987. Ben n Benji amin B. Nolan Public Works Director JS:jd 5 • 0 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: BONITA CREEK PARK CONSTRUCTION (C -2505) RECOMMENDATION: DISCUSSION: March 23, 1987 CITY COUNCIL AGENDA ITEM NO. F -15 1 17 _ TV MUNCH. NP PORT REACH MAR 23 190 _ APPROVED Approve the plans and specifications. Authorize the City Clerk too#Fi#ex - an This contract provides for the construction of an 11 -acre park site in the Newport North Development, complete with playing fields, parking facilities and a concession /recreation building and play areas. Additionally, the contract will provide a combination bicycle and pedestrian trail along the boundary of Bonita Creek and the park. The proposed trail will connect with the new MacArthur Boulevard bicycle trail. The estimated project cost is $1,800,000. Funding for the project is available from the current annual budget in the park fund under Account Number 10 -7797 -066 in the amount of $1,500,000. A budget amendment in the approximate amount of $300,000 will be needed to complete the project funding; and will be presented for Council consideration after the bids have been received and the final cost better defined. The project is located outside the Coastal Zone boundary and therefore no Coastal Commission hearings or permits are required. Environmental documen- tation has been certified in combination with the E.I.R. for The Irvine Company development of Newport North. The plans and specifications were prepared by Eichenberger, Fennel and Associates. Copies of the plans will be available for review in the Council conference room and at the Public Works Department. If acceptable bids are received, construction should commence by May 1, 1987, with an anticipated completion date near the end of August 1987. • a'a �2a ami BenJn B. Nolan Public Works Director JS:jd WM A&M so Pmdctim Pike Ne VWSex%CAV W ("631-mm STATE OF CALIFORNIA The Neivftt En* 0 Ss. County of Orange, PROOF OF PUBLICATION II------------------------------- (2015 .5 C.C.P.) I-am a citizen of the United States II and a resident of the County afore- said; I am over the age of eighteen II NOT= iNVmNc INDS years, and not a party to or inter- sealed bids may be rece redat the he ested in the above - entitled matter. I i 3300 New Ciry CkAc, 3�0 Newport I am the principal clerk of the prin- Boulewra, P.O. cos 1768. Newport Beach, CA 92658 - ter of the Newport Ensign newspaper i 8915 u"UH 10A0 a.m. on the 16th day of April, 1987, of general circulation, printed and g P I I at which . time such bids published weekly in the city of New- i shti be 0A" and 1804 port Beach, County of Orange, and II for ow- which newspaner has been adjudged a ii I I wi" Cantrxt news a er' of general circulation b y mate $1,00.0m the Superior Court of the County of i tr� by the dmY City' Orange, State of California, under If March. .1981;. S+ the-date of Mav 14, 1951, CASE NUM- ii q�E ebidders My BER A -20178 that the notice, of I I i obtain am set of bid doe- which the annexed is a printed copy i � P,� wthe (set in type not smaller than non- ii o P.O. %Y78, Bodawird, P.O. Bca 1768, pareii) has been published in each i i NewW Beaotr, CA 926W regular and entire issue of said I I 891& turme� inormsuon, newspaper and not in any supplement i i cam kff Stanear< Pfojec1. 433 Maned at 643/26 110136 thereof on the following dates to- i . wit: II II II MG.R � B 1987 II II II II I I certify (or declare) under penalty II ;I cf perjury that the foregoing is true and correct. Dated in Newport Beach, II California MFR 2 6 19x7 • II I II II SIGNATURE II II I II II 11 II i��y K J ii !I BECKY L. BOLTON LEGAL ADVERTISING DIRECTOR II