Loading...
HomeMy WebLinkAboutC-2658 - Rehabilitate Lincoln School Athletic Facilities4.... CITY OF NEWPORT BEACH January 4, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Valley Crest Landscape, Inc. 1920 S. Yale Street Santa Ana, CA 92704 Subject: Surety: Bonds No.: Contract No.: .Project: (714) 644 -3005 Employers Insurance Mutual Company 2050 -13- 055262 C -2658 Rehabilitate Lincoln Facilities of Wausau, a School Athletic The City Council of Newport Beach on December 11, 1989 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 21, 1989, Reference No. 89- 691593. 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������' City of Ne t Bea 3300 Newport Boulevard Newport Beach, CA 92663 JVUEMPT RECORDING REQUEST PER GOVERNMENT CODE f 103 EXEMPT C11 NOTTCF. OF COMPLETION PUBLIC WORKS $9- 691593 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA P.M DEC 211989 '1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 12, 1989 the Public Works project consisting of Rehabilitate Lincoln School Athletic _ Facilities (C -2658) on which Valley Crest Landscape; Inc., 1920 S. Yale Street, Santa Ana CA 92704 was the contractor, and Employers Insurance of Wausau a Mutual Company, was the surety, was completed. 74 N. Pasadena, CA 91109 CI OF NEWPORT BFACH Pub is Works Director VERIFICATION I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 14, 1989 at Newport Beach, California. 414-4t 244 bli 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 December 11, 1989 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 December 14, 1989 at Newport Beach, California. City Clerk Ti ilf "Cl ' 0 ID • TO: CITY COUNCIL FROM: Public Works Department G December 11, 1989 CITY COUNCIL AGENDA ITEM NO. F -11 IT DEC 1 1 1989 OpRovw) SUBJECT: ACCEPTANCE OF THE REHABILITATION OF THE LINCOLN SCHOOL ATHLETIC FACILITIES - CONTRACT NO. 2658 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 completed to the satisfaction of the Public The bid price was Amount of unit price items constr Amount of additive bid item Amount of change orders Total contract cost of the subject project has been Works Department. $600,603.25 icted 610,334.04 14,410.00 50,949.81 $675,693.85 The increase in the amount of the unit price items constructed was due primarily to an error in the estimated quantity of pavement. The additive bid item provided for an upgraded floor in the gymnasium. Nine Change Orders were issued. The first, in the amount of $4,666.00, provided for refinishing the existing bleachers in the gymnasium. The second, in the amount of $8,675.00, provided for the relocation of the existing water main to accommodate the grading of the playing fields. The third, in the amount of $1,629.00, provided for the construction of a storm drain from the easterly parking lot. The fourth, in the amount of $2,677.00, • provided for the painting of doors in the gym. The fifth, in the amount of $16,860.00, provided for the excavation and recompaction of wet ground in the parking lot. The sixth, in the amount of $1,272.60, provided for the supply and installation of additional floor plate anchors for the gymnastic equipment. The seventh, in the amount of $2,044.00, provided for the installation of an additional brace in the backstops. The eighth, in the amount of $4,630.00, provided for the construction of drainage swales on each side of the main soccer field. The ninth, in the amount of $8,496.21, provided for changing the irrigation to a Toro system, increasing the size of the backflow device and addition of four remote control valves. o.0 f Subject: Acceptance of the Rehabilitation of the Lincoln School Athletic Facilities (C -2658) December 11, 1989 • Page 2 Funds for the project were budgeted in the Park and Recreation Fund, Account No. 10- 7797 -071. The contractor is Valley Crest Landscape, Inc. of Santa Ana. The contract required completion of all work except the plant maintenance within 60 days of award. The architect has indicated that the 60 day period was unrealistically short and should have been at least 90 days. The extra work, rain and wet ground delayed completion by 30 days. The work was completed June 12, 1989. The plant maintenance period was completed on October 2, 1989. a,- �4 • Benjamin B. Nolan Public Works Director PD:so • r 0 LINCOLN SCHOOL ATHLETIC BUDGET:' 10- 7797 -071 Orig,$ 600,603.25 Item Description ---- ------------ - - - - -- 1 Mobilization 2 Clear & Grub 3 Earthwork 4 Drain System 5 PCC Flatwork 6 Mow Strip 7 2X4 Header 8 3 "AC /4 "AB 9 2 "AC Cap 10 AC Curb 11 PCC Bumper Stops 12 Striping 13 Brick Dust 14 Disint. Granite 15 Portable Backstops 16 Irrigation System 17 Soil Amendments 18 Hydroseed Turf 19 Plant Maintenance 20 Demolish Gym Floor 21 Patch Gym Floor 22 . Replace Gym Floor 23 Repair /Paint Tile 24 Patch /Paint Walls 25 Gym Wall Base 26 Thresholds 27 Trim Doors 28 Floor Sleeves 29 Padding 30 Ballfield Lighting 31 Lum Drain 33 Drain Sumps Add. Robbins Sportswood Change Orders 1 - 5� CITY OF NEWPORT BEACH CONTRACT 2658 FACILITIES Payment No. 6 June 30, 1989 Extras $ 35,546 Total $ 636,149.25 ------------------------------------------- - - - - -- Est Amt Units Bid Price Amt. Comp ------------------------------ - - - - -- 1 1 1 1 4680 2472 550 28670 13890 35 114 2670 6810 15144 1 1 474794 474794 1 1 1 1 1 1 1 1 1 5 1 1 1 1 L. S. L. S. L. S. L. S. S. F. L. F. L. F. S. F. S. F. L. F. EA. L. F. S. F. S. F. L. S. L. S. S. F. S. F. L. S. L. S. L. S. L. S. L. S. L. S. L. S. L. S. L. S. EA. L. S, L. S. L. S. L. S. 33309.00 32497.00 51635.00 983.00 2.45 4.05 2.75 1.07 0.48 5.50 26.75 1.06 0.70 0.42 36477.00 87677.00 0.09 0.049 5012.00 13792.00 Deleted 33880.00 17456.00 3728.00 1705.00 906.00 319.00 484.00 1089.00 128425.00 1785.00 1166.00 14410.00 135546.00 Send payment to: Valley Crest Landscape, Inc. 1920 South Yale Street Santa Ana, CA 92704 * n udes $15,000.00 For possible assessment iquid�te amage . Contractor 1 1 1 1 5030 2472 587 41002 15531 242 111 3116 2000 9600 1 1 474794 470000 1 1 1 1 1 1 1 1 0.95 1 1 1 1 Amt. Earned $33,309.00 32,497.00 51,635.00 983.00 12,323.50 10,011.60 1,614.25 43,872.14 7,454.88 1,331.00 2,969.25 3,302.96 1,400.00 4,032.00 36,477.00 87,677.00 42,731.46 23,030.00 0.00 13,792.00 33,880.00 17,456.00 3,728.00 1,705.00 906.00 319.00 0.00 1,089.00 122,003.75 1,785.00 1,166.00 14,410.00 35,546.00 $644,436.79 Amount Earned $644,436.79 Retention* 45,030.16 Previous Pymt 573,138.13 TES t , � Y xi AMOUNT D ru+;r.;_¢l 268.50 :i 1`i,I12 'p 0 0 Release of Stop Notice WOO TO: CITY OF NEWPORT BEACH Construction Lender (or party with whom Stop Notice was filed) P.O. BOX 1678, NEWPORT BEACH, CA. 92568 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 1-19-90 , in the amount of $ 2 .0 7 S . 8 4 against CITY OF NEWPORT BEACH, P.O. BOX 1678 , as owner or public body and NEWPORT BEACH VALLEY CREST LANDSCAPING. 1920 S. YALE, SANTA ANA as prime contractor in connection with the work of improvement known as L I N C O L N A T H I F T T f C I i l B 3101 PACIFIC VIEW. NEWPORT BEACH in the City of NEWPORT BEACH County of ORANGE State of California. 2 -23 -90 Name of Claimant Brrrt Name) (Signature) PRESIDENT (Official Capacity) VERIFICATION I, the undersigned, state: I am the OWNER O F / P R E S I D E N T ( "Agent of "President of ", "A Partner of" "Owner of ", 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 own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on State of CALIFORNIA r,., D'sr. R fair. Dir. Dir BICA FORM 5 (REV. 2/87) 19 q 0 , at ANAHEIM , x�Z7 (Signat&Wof Claimant or Authorized Agent) NOTICE TO 19 Stop Notice 4 CALIFORNIA CIVIL CODE SECTION 3103 CITY OF NEWPORT BE or 4. . (If Private Job — file with responsible officer or person at office or branch of construction lender admit" the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is fo?nakq payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: VALLEY CREST LANDSCAPF 1920 S. YALE, SANTA ANA, CA. 92704 Sub Contractor (If Any) Owner or Public Body: CITY OF NEWPORT BEACH —P.O. BOX 1678, NFWPQRr RFACH Improvement known as LINCOLN ATHLETIC CLUB (Name and address of project or work of improvement) 3101 PACIFIC VIEW, NEWPORT BEACH in the City of NEWPORT BEACH , County of ORANGF , State of California. CARRILLO CEMENT CONTRACTOR, INC.,Claimant,a CORPORATION (Claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is VALLEY CREST LANDSCAPE (Name of Subcontractor /Contractor /Owner-Builder) 1920 S. AYLE, SANTA ANA, CA. 92704 The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was CONCRETE LAB (Describe in detail) Total value of labor, service, equipment, or materials agreed to be furnished ....... $ 21 , 658 . 9 0 Total value of labor, service, equipment, or materials actually furnished is .......... $ 21 .6 5 8 . 9 0 Credit for materials returned, if any ............... ..............................$ -0- Amount paid on account, if any .................. ............................... $ 1 g r 4 g 3 n 1 Amount due after deducting all just credits and offsets ............................ $ 2 , 0 7 5 . 8 9 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 $ 2 , 075 . 8 9 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) IS NOT attached. (Bond required with Stop (is / la not) Notice served on construction lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date JANUARY 19, 1990 CARRI C' EP NTRACTOR INC, Name of Claimant T CO , t Firm Name) N F3 Bjr (Signature) e4 Ci ro ��1 PRESIDENT eollicial Capacity) E -' VERIFICATION I, the undersigned, state: I am the PkES iDENT /OWNFR OF ( "Agent of', "President of" "A Partner of" "Owner of", etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on JANUARY 19 19 qZ,� ANAHFIM State of CAI iFORNIA (Signature of Claimant or Authorized Agent) SICA FORM 4 (REV. 2/87) 4 4k - I - " ��- I art 04 AX4 r;(4wjx L7- OWNER OR PUBLIC. AGENCY'S COPY * Far On By Ssh%atrathrs: AtsterlaWe ERIWMi ad OUW-*ft400r&dwt „ PUBLIC or lRIY11TE CMRDxL'Bfli !Ie tf Notice is . / Stop Rd tip`; ANtpt: No.., 2 9.618 Z - ; L9NwwA,rcWrP -rf9n, , »n.a?.arm..,a * .Torr. LENDER'Vr t"thd`telde CONS*718 -9; /cr % eb APR 2 LIP ea.. NIRIIO om 1 /. /� fie P i Strbet �A a: z jV a. City Oil arm as l x Nm W. If amm N ada pwb is Iwt.fmaa, O ArL'YNEii wsl' M aaftlibbd w iraha . std Ban abovw If nano d IsrAw is rl Lnwn, Tau nor, saksxbb -tM wads '•WNfiMlCfltla LEl10FA m first kr..> m pb ' Excerpt Fran Sec. 3097, Calif. Ciwi code, hh '.. fi) The prevision N a" sseew dma Oa { TO: tl OWM fOr Rep" OWW a PBnle AOEIICT ed app. b NF Pak pat 0*1& h aN- 4 - Mop on w4d) 1011 Pwk Ill pa to tie aver pswdNS of Shin wA 1210 d Mre Gaer.�mot Cede. Cis AL man I TV, 1w "NMI 8941M ;.E Street Fina. sex 1766 wdtawy iEiR7afT 81ACKe, CA. w a city r y { -gj 9 �.. Nab: if edMe N above Mrb is ad fswe, 100 911E AOOFM nu2M > � '. D r. a .... w �...:. �.,. n.._. .........�e.a..m....�..r , TO: ORIGINAL ("General") CONTRACTOR (Or Reputed Contrattw) Of ❑ � rB f lanager Name utiya 6vlgsx_ 1 =tiff rVya'�i<orne r Tl street f. XJ►L'� d Gi:nSery DiF. city XW4 AOA# CA. d p{atnir&}'.A r** g A ❑ olic °a L. e ChN (� Nob: N ottrew d sfpN Jab a not.Ynawn. '100 f11E l0a�f wT M dad'" hams akdh. It awes d trifled raONM b W Lnov s, Nm aq eflMbrb xr wmdet se (This Farad k NOT A Mechanic's Lien— Akrely A Legal RequiruNent To Protect Lion Ryhh The aaN N tks LEGL EWM (i.e. Peso, saebiiafip, twpwgbna, rMrwhatsq wN Wa1RI1C1ED 1tr tea © PLIMMM N teeth Labor, servic". aqul~ w mabdd it ( I a�a� ORIGINAL CONfN4CTOR mom" echo; OR: LA*9 CAM• Y_ My C�T i728 S. TMA SAW ' Atom eased suits an iaf irm out daimsd nursed bow his.fasi0ed Qtr *IN famish) War. srnw; eqviprnpt of wwdai for wlrnfs, rrsrass or tow works af isprrawat ks Mort named awe d following pnersl dewrpecs:. s 4 ©':FROM CLAIMANT: N, 11 ux ` Street 3m ! r re a 1t1 r1 OWNER OR PUBLIC AGENCY'S COPY RE C60TRUMN PROJECT: A EEItBE. CA. lM I lmm off t Was" RAFa FROM CALIFOFUHA CWL CODE, ON Reel AS AMENDED: f9re hmwy2"q notice Wkft work)- meerre w a ftm P. a dWmat Oven Is gheis prior to the recaAnO of a dc's fen end Prior b Mw al a a stop wow, and is re. to be Ohm adore eb AstowVlG drowns ems: =0 one ender dked mrdect whh xw owner or one per• d echml bbor brwapee. a enax{mNSbuN hmd tleBalbeO w t 3111, merry person rvlm fimiehm abor, aervks, equpmm, dW fa wNCh a Asn ofmrwwm eat lie dWmed undabb 0a, Midi a room to m#MwM can otlmrwim be ghm under xis ust at a neomesy araegWa b xis Va"11 a ay d*n sad a e rWlm b wNHUtl, earn b be given to xte aawr god owner, to xis od" oa0acldr. or wpuled contractor. tw mnlnKtlan larder. M any, a b abrepxdaaoormartrdm f egg, #wdAN paGM 4 My.nafloe w preacRmd. 3tcdpt M me rob, or one Patdming equal labor for e drea7cord�i;f t_he s i _b, e_ Nrrim, @**m@ t, or mMM for Milich a Ion oxiervibe dWOgd ends NaMOa a, (Or.mtydr a notice b wINWd rah Naats -940 udr,..*Iw nmK m a' Psi li b f fieg �(� al pny:'elmlm a Wk and d" m Id, noes* * $An b xdoonetruobn hrda. 0 iq. a'td rod oatNtWwn lade, x am, a wdtlw pNNiuy naka L>GOeA9 TO NINN610D.9LANCt OW aneim"m of on her. awdm. equipment. a mdmwb 0" a to beAsalobecl,rtl I toe Is aaorhYtilI 1 11 Ndawd oat m eaesNe d low tom ewrea n adsien b ird ed - of such prison uddwp such Mbar, Services fvewm, or mow wL . dd tin Aar^ .tm oareded par andleae of weir hbsr. mi gdprit, a mddaw. - ajtgn¢ eve pbeRm waldwa to deo®mllort. wrerp Ihseoiecr w boldimar. tin:. NOTICE TO PROPERTY OWN= Iht MO not pdd N AIR for the Jol oM-* mot, or ntAASIEk Iwnhlla f or tc he futnhhEd, a IF Maitrasuch roofectlw by a aA��aa b e r bsr)ellb Cllr ap_apeea b 'Mich NW Lnd orAadL 'M1S ItsaJ Date ►1tii: 19, W9 b cvT m -d ehe idiameta d the t" idm.aL eve Law. tactics. Nei~ at mawrish hvemw ar'ee *6 amide -- dt N ftaN "t ter spokok hm�w.a' ;._ V. a`=e. -. :SL- a aft b )COW ..I i t V-Z f - V:t T"in L 7- a�W�°Rr IT P o� m C �OF NEWPORT B ?ACH O F OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 a cq N r (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: January 25, 1989 SUBJECT: Contract No. 2658 Description of Contract Rehabilitate Lincoln School Athletic Facilities Effective date of Contract January 25, 1989 Authorized by Minute Action, approved on January 9, 1989 Contract with Valley Crest Landscape, Inc. Address 1920 S. Yale Street Santa Ana, CA 92704 Amount of Contract $600,603.25 "W� ee le�re Wanda E. Raggio City Clerk WER:pm Attachment \ 3300 Newport Boulevard, Newport Beach • TO: CITY COUNCIL January 9, 1989 L; " '" :;jliil':IL CITY COUNCIL AG NDA CITY `l: 0 T BEACI ITEM NO. F -3 JAN 9 1989 APPROVED FROM: Public Works Department Parks, Beaches & Recreation Department SUBJECT: REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES (CONTRACT 2658) RECOMMENDATIONS: 1. Award Contract 2658 to Valley Crest Landscape, Inc., of Santa Ana, in the amount of $600,603.25. 2. Authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on December 28, 1988 the City Clerk opened and read five bids for the subject contract: • Bidder Total Bid 1. Valley Crest Landscape, Inc. $ 600,603.25 Santa Ana 2. Terra -Cal Construction 611,094.03 Buena Park 3. Park West Landscape 678,303.00 Rancho Santa Margarita 4. Gateway Construction 741,557.00 Long Beach 5. Ryco Construction Co. 723,327.00 Gardena The low bid is 12% under the engineer's final estimate of $682,000. Valley Crest Landscape has successfully completed a number of projects for the City. The most recent are the West Newport Park and the Bonita Creek Park. • The 1987 -88 budget contains an athletic facilities at Lincoln City Park and Recrea Competitive Grant 1986 Bond Act Total appropriation of $756,000 to rehabilitate School. The source of funds is as follows: Lion Fund $ 295,000 280,000 181,000 $ 756,000 • • Subject: Rehabilitate Lincoln School Athletic Facilities (Contract 2658) January 9, 1989 Page 2 The proposed project consists of demolition, clearing and grubbing; earthwork; construction of: site utilities, drainage improvements, a new parking lot, baseball backstops and fencing, infields at baseball diamonds, a jogging path, new sports field lighting system using existing poles, new security lighting, an automatic irrigation system, turf; and installing a new wooden floor and painting the interior of the gymnasium. The location is shown on the attached sketch. A full set of drawings will be on display in the City Council's conference room. The project budget is as follows: Design: Recreational Systems Inc. $ 39,920.00 Civil Engineering 4,200.00 Subtotal Design $ 44,120.00 New roof on gymnasium (completed) 9,430.00 Construction contract Mobilization 35,300.00 Gym renovation 76,100.00 Demolition & earthwork 86,000.00 Drainage facilities 12,000.00 Irrigation system 87,700.00 Paving and surfacing 50,000.00 Electrical 128,400.00 Fencing 40,000.00 Planting 70,000.00 Miscellaneous 15,103.25 Subtotal construction contract 600,603.25 Miscellaneous & contingent costs (5 %) 30,000.00 Total Project Cost $684,153.25 The plans were prepared by Recreation Systems Incorporated of Anaheim. The civil engineer was Norris -Repke of Tustin. The estimated date of completion is April 30, 1989. Benjamin B. Nolan Ronald A. Whitley Public Works Director Parks, Beaches & Recre tion Director KP:dw Attachment Ci�yGexK 's 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 11:00 A.M.on the 28 day of December , 1988, at which ts such bids shwa T be opened and read for REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES it e o ro�ect INN V 2658 Contract No. $682,000 Engineer's Estimate m • c �P n s. Approved by the City Council this 14 day of November , 1988, an a 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 Kenn Parry at 644 -3311. Project Manager _ . - ! ���. Y -�':. mm wx.. ,. r i • TABLE OF CONTEN� No. of Pages NOTICE INVITING BIDS BIDDING REQUIREMENTS Proposal 6 Instructions to Bidders 1 Designation of Subcontractors 1 Bidders Bond 1 Non - Collusion Affidavit 1 Technical Ability and Experience References 1 CONTRACT FORMS Notice 1 Payment Bond 2 Faithful Performance Bond 2 Certificate of Insurance and Endorsements 3 Contract 2 CONDITIONS OF THE CONTRACT Index 1 Special Provisions 8 SPECIAL CONDITIONS 2 SPECIFICATIONS 1.01 Summary of Work 1 1.07 Cutting and Patching 2 1.10 Alternates 1 1.20 Project Meetings 1 1.31 Construction Schedules 1 1.34 Shop Drawings, Project Data and Samples 2 1.37 Schedule of Values 1 1.41 Testing 1 1.42 Inspection of Work 1 1.50 Temporary Facilities and Control 1 1.60 Products and Materials 2 1.70 Project Closeout 1 1.72 Project Record Documents 2 2.00 Mobilization 1 2.10 Clearing and Demolition 2 2.20 Earthwork and Grading 3 2.23 Soil Treatment 1 2.40 Shoring and Trench Safety 1 2.50 Site Drainage 1 2.60 A.C. Paving 1 2.71 Fencing 1 2.73 Decomposed Granite & Infield Surface 2 2.75 Irrigation System 7 2.80 Landscape Planting 5 2.90 Surveying 1 - 1 - Table of Contents r -° TABLE OF CONTENTS (Continued) 3.31 Concrete 3 8.71 Finish Hardware 2 9.55 Wood Flooring 4 9.90 Painting 3 11.48 Athletic Equipment 1 11.51 Portable Baseball Backstop 1 16.01 Electrical 8 - 2 - Table of Contents -* • CITY OF NEWPORT B Pl j ) PUBLIC WORKS DEPART NT PROPOSAL REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 To the Honorable City Council City of Newport Beach 1800 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans (Drawing No. P- 5132 -5, consisting of 15 sheets prepared by Recreation Systems, Inc.) and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2658 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 QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization, for lump sum price of: Thirty -Five Thousand Three Hundred and Nine Dollars and No------------------------ -Cents $ 35,309.00 2. Lump Sum Clear and grub for the lump sum price of: Thirty -Two Thousand Four Hundred Ninety Seven Dollars and No------------------------ -Cents $ 32,497.00 3. Lump Sum Earthwork, approximately 5,830 cubic yards, for the lump sum price of: Fifty -One Thousand Six Hundred Thirty Five Dollars and No------------------------- -Cents $51,635.00 t 4. Lump Sum •Modify and clean existinorainage I, -4-,- , . system for the lump sum price of: Nine - Hundred Eighty Three Dollars and No------------------------- -Cents $ 983.00 5. 4,680 Construct 3 -1/2" thick P.C.C. square flatwork for the unit price of: feet Two------------ ----- - - - - -- -Dollars and Forty- Five----------- - - - - -- -Cents $ 11,466.00 6. 2472 Construct concrete mow strip for linear the unit price of: feet Four---------------- - - - - -- Dollars and Five---------------- - - - - -- Cents $ 10,011.60 7. 550 Furnish and install 2X4 redwood linear or pressure treated D.F. header feet board for the unit price of: Two ----------------------- Zollars and Seventy- Five--------- - - - - -- -Cents $ 1,512.50 8. 28,670 Construct 3" A.C. over 4" square A.B. for the unit price of: feet One----------------- - - - - -- -Dollars and Seven---------------- - - - - -- -Cents $ 30,676.90 9. 13,890 Construct 2" A.C. over existing A.C. at the basketball area for the unit price of: No- ------- ---------------- -Dollars and Forty- Eight---------- - - - - -- -Cents $ 6,667.20 10. 35 Construct A.C. curb to match existing linear for the unit price of: feet Five -- ---- --- ---- -- - - - - - -- -Dollars and 192.50 Fifty---------------- - - -- -- -Cents $ t 11. 114 each •Furnish and install 61 C. bumper stops for the unit price of: Twenty- Six----------- - - - - -- Dollars and Seventy- Five---------- - - - - -- -Cents $3,049.50 12. 2,670 Paint stripes and islands in linear parking lot for the unit price of: feet One ------------------ - - - - -- Dollars and Six------------------- - - - - -- Cents $2,830.20 13. 6,810 Furnish and install 3" brick dust, square for the unit price of: feet No------------------------- -Dollars and Seventy--------------- - - - - -- -Cents $4,767.00 14. 15,144 Furnish and install 3" D.G. for square the unit price of: feet No ------------------------- dlollars and Forty- Two------------- - - - - -- -Cents $6,360.48 15. Lump Sum Furnish and install two baseball backstops and install three basketball backstops for the lump sum price of: Thirty Six Thousand Four - Hundred Seventy Seven Dollars and No------------------------- - -Cents $36,477.00 16. Lump Sum Furnish and install automatic irrigation system for the lump sum price of: Eighty Seven Thousand Six Hundred Seventy Seven Dollars and No-------------------------- -Cents $87,677.00 17. 474,794 Furnish and install soil amendments square and fertilizer for the unit price of: feet No------------------- - - - - -- Dollars and Nine------------------ - - - - -- -Cents $42,731.46 18. 474,794 Furnish and install hydroseed turf square for the unit price of: feet No------------------------- -Dollars and Forty- Nine------------ - - - - -- -Cents $23,264.90 19. Lump Sum•Maintain turf for plantleablishment �. and maintenance period for the lump pr sum price of: Five - Thousand and Twelve Dollars and No------------------------- -Cents $ 5,012.00 20. Lump Sum Demolish and remove the existing "iron bound" maple wood gymnasium floor and homosote base, existing thresholds and wall base through- out the gymnasium for the lump sum price of: Thirteen Thousand Seven Hundred Ninety Two Dollars and No------------------------ -Cents $13,792.00 21. Lump Sum Patch and repair any structural defects in the gymnasium sublfoor slab. Grind down high spots and fill low spots in slab to a level surface for the lump sum price of: Eight Hundred and Twelve Dollars and No------ ------ -------- ---- -Cents $812.00 22. Lump Sum Furnish and install new Robbins Permacushion Sleeper Floor System hardwood gymnasium flooring for the lump sum price of: Thirty Three Thousand Eiaht Hundred Eighty Dollars and No-------------------------- -Cents $33.880.00 23. Lump Sum Replace damaged acoustical tile, non - perforated fiberboard and perforated hardboard and paint all tile listed above in the gymnasium for the lump sum price of: Seventeen Thousand Four Hundred Fifty Six Dollars and No------------------------- - -Cents $17,456.00 24. Lump Sum Patch and paint the existing wood walls in the gymnasium building for the lump sum price of: Three Thousand Seven Hundred Twenty -Eight Dollars and No------- ---- -------------- - -Cents $3,728.00 + 25. Lump Sum Burnish and install new & 4" ventilating wall base throughout` the gymnasium for the lump sum of: One Thousand Seven Hundred and Five Dollars and No------------ ------------- -Cents $ 1,705.00 26. Lump Sum Furnish and install new aluminum thresholds at the gymnasium wood flooring for the lump sum price of: Nine Hundred and Six Dollars and No--------- --- ------ - - - - - -- -Cents $ 906.00 27. Lump Sum Trim bottom of pair of doors for clearance above gymnasium floor and repaint for the lump sum price of: Three Hundred Nineteen Dollars and No------------------------- -Cents $ 319.00 28. 5 Each Furnish and install recessed floor sleeves with cover plates in the gymnasium floor for the unit price of: Four Hundred Eighty -Four Dollars and No------------------------- -Cents $2,420.00 29. Lump Sum Furnish and install wall padding behind basketball backboards for the lump sum price of: One Thousand Eighty Nine Dollars and No------------ -------------- 'Cents $1,089.00 30. Lump Sum Furnish and install ballfields, lighting and electrical systems complete in place, including demolition, new concrete footings and pole relocation, etc. for the lump sum price of: One Hundred Twenty -Eight Thousand Four Hundred Twenty -Five Dollars and No--------------------- - - - - -- Cents $128,425.00 31. Lump Sum •Install lun drain, 420 Lf One Thousand Seven Hundred Eighty -Five Dollars and No------- --------- -------- - -Cents 32. Lump Sum Install drain sump (two required) One Thousand One Hundred Sixty Six Dollars and No --------------------------- Eents TOTAL PRICE WRITTEN IN WORDS (ITEMS 1 THROUGH 32 inclusive) Six Hundred Thousand Six Hundred & ThreeDollars and Twenty- Five----------------------- - - - - -- -Cents ADDITIVE BID ITEM NO. 33 $ 600,603.25 ,Q,5, $1,785.00 $1,166.00 33. Lump Sum Eliminate Bid Items Nos. 21 & 22. Furnish and install Robbins Sportswood Plus Resilient Plywood and Blanketseal Floor System in gymnasium, for the lump sum price of: Fourteen Thousand Four Hundred & Ten Dollars and No----------------------------------- -Cents $_14,410.00 December 28, 1988 Valley Crest Landscape, Inc. Date Bidder (714) 546 -7975 Bidder's Telephone No. 133947 C -27/A Contractor's License Number and Classification s /Thomas C. Donnelly /Vice President Authorized Signature /Title 1920 S. Yale Street, Santa Ana CA 92704 Bidder's Address CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 ADDENDUM NO. 1 December 9, 1988 BIDDERS shall propose to complete Contract No. 2658 in accordance with the contract documents as modified by this addendum. I. BIDDER'S BONDS All bids shall be accompanied by either a certified or cashier's check, or a bidder's bond executed by a corporate surety insurer that holds a current valid certificate of authority to transact surety insurance in the State of California issued by the Insurance Commissioner of the State of California. II. CONTRACT BONDS Payment bonds and performance bonds for Contract 2658 shall be executed by a corporate surety insurer that holds a current valid certificate of authority to transact surety insurance in the State of California issued by the Insurance Commissioner of the State of California. In addition, the corporate surety insurer that executes the Payment Bond and Performance Bond shall be a corporate surety insurer whose name is listed on the July 1, 1988 U.S. Department of the Treasury List of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies. This list is Treasury Department Circular 570, commonly referred to as the "Treasury List ". A bid on Contract 2658 shall not be considered as responsive to the call for bids unless one of the forms of bidder's security listed in Paragraph I above is enclosed with the bid. The City of Newport Beach will not execute a contract with a bidder who does not furnish contract bonds meeting the requirements listed in Paragraph II above. Addendum No. 1 • Contract No. 2659 ,)eceiaber 9, 1988 Please sign and date this Addendum and attach it to your bid proposal. No bid will be considered unless this Addendum is attached to your proposal. Kenneth L. Perry Project Engineer I have carefully examined Addendum No.l Valley Crest Landscape, Inc. Bidder's Name s /Thomas C. Donnelly Authorized signature Vice President Title December 27, 1988 Date `A . 1 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 ADDENDUM NO. 2 BIDDERS shall propose to complete Contract No. 2658 in accordance with the contract documents as modified by this Addendum No. 2. PLANS I. WATER METERS The Lincoln School site is served by an existing water meter located in Pacific View Drive. The existing water meter will continue to be used. The Bermad 04 -900D Water Meter /Control Valve shown on Sheet SP -1 of the plans must be furnished and installed by the contractor as part of the lump sum price paid for furnishing and installing automatic irrigation system (Item No. 16 of the Proposal). II. TEAM BENCHES 12 team benches shown on the plans shall be heavy duty team benches No. PN104, each 7'- 6" in length, with pedestal legs in lieu of standard surface brackets. Benches are available from General Seating Company, San Bernardino, (714) 884 -9447. III. ROBBINS FLOOR Robbins Flooring is available from Sports Technology Group, Placentia, (714) 524 -8411. IV. LIGHTING STANDARDS THAT ARE TO BE RELOCATED Foundations of lighting standards that are to be removed shall be cut off 18 inches below finish grade. Portions more than 18 inches below finished grade shall be permitted to remain in place. Please sign and date this Addendum and attach it to your Bid Proposal. No bid will b considered unl ss this Addendum is attached to the Proposal. Kenneth Project Engineer I have carefully examined Addendum No.2 Valley Crest Landscape udder's Name s /Thomas C. Donnelly Authorized Signature December 27, 1988 )ate R • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 ADDENDUM NO. 3 BIDDERS shall propose to complete Contract No. 2658 in accordance with the contract documents as modified by this Addendum. PLANS Sheets E -1 & E -2 1. Existing light poles Al, A2 & A3 are to remain in place. 2. Pole B2 shall be relocated as shown on the drawing. 3. Re -use existing pole nut cover plates. Provide new pole nut cover plates where existing are missing. 4. Construct outdoor enclosure shown in Detail 3/E -2 of 10 gage steel. 5. Footing of poles to be relocated shall be cut off at 18 inches below finished grade. The remainder of the footings shall be permitted to remain in place. 6. Anchor bolt material for lighting poles shall be ASTM A36. 7. Provide grouted mow strip around the base of all security light fixtures shown in Detail 4/E -2. 8. All fixtures and poles to be salvaged by the City shall be cleaned of all concrete foundation material, and the fixtures and poles shall be stacked neatly on the site for the City to pick up. Please sign and date this Addendum and attach it to your Bid Proposal. No bid will be considered unless this Addendum No. 3, plus Addendum No. 1 and Addendum No. 2 are attached to your Proposal. Anith L. Perry Project Engineer I have carefully examined Addendum No. 3 Z Valley Crest Landscape, Inc. Bidder's Name s /Thomas C. Donnelly Authorized Signature December 27, 1988 )ate • • • 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 ontr's Lic No. & C a -1 osification December 28. 1988 Va Ile Crest landscape, BT s Th mas Authorized Signature Title • • Page 3 DESIGNATION OF SUBCONTRACTORS) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Subcontract Work Subcontractor Address 1. Electrical Assured Orange 2. Fencing Crown Long Beach 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Valley Crest Landscape Bidder s /Thomas C. Donnelly /Vice President Authorized Signature/Title • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Valley Crest Landscape, Inc. , as bidder, and Employers Insurance of Wausau , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) of the total bid price Dollars ($ (10u) ). 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 Rehabilitate Lincoln School Athletic Facilities C -9658 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 28th day of December , 1988 . (Attach acknowledgement of Attorney -in -Fact) s /John E. Batina Notary Public Commission Expires: 1/28/89 Valley Crest L nd Bi er s Thomas C. Donn 1 Authorized Signature Title Employers Insurance of Wausau Surety By Charles W. Title Attorney -in -Fact C� NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscrib�tc and sworn t% before me this 2 t day of ecem er , 190. My commission expires: Valley Crest Landscape, Inc. Bidder s /Thomas C. Donnelly, Vice President Authorized Signature /Title s /John E. Batina Notary Public Page 5 • • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. County of Orange (714) 834 -3410 City of Huntington Beach (714) 960 -8899 City of San Bernardino (714) 384 -5112 Valley Crest Landsca e, Inc. Bid er s Thomas C. Donnell Vice President uthorized Signature /Title • Page 7 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: Property-Casualty. Coverages shall be prove a or all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That BOND 1013- 055262 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 9, 1989 has awarded to Valley Crest Landscape , Inc. hereinafter designated as the "Principal ", a contract for Rehabilitate Lincoln School Athletic Facilities (C -2658) Page 8 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. as 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 SIX HUNDRED THOUSAND SIX HUNDRED THREE AND NO /100 ---------------------- ftlla rs ($ 600,603.00 )� 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. IN WITNESS WHEREOF, this insment has been du% ujgcuted by the Principal9and Surety above named, on the day of , 19 4 VALLEY CREST LANDSCAPE, INC. Donnelly, Vice EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPA Y Sealj Name of Surety 74 N. Pasadena, California 91109 Address of Surety gnaturte inj Titje of ui i�orized gem resia os a o, A orney —in— act Corroon 8 Bllackrlt} d{��T SLRI A WP 100, Pasadena, CA 91101 (818) 796 -3888 Telephone No. of Agent I I N U E Q C N A E ii E e° n o U � N ` N 0 M STATE OF CALIFORNIA }ss. COUNTY OF_.__. Orange January 12 1989 On— — ..— .— .._. —. �. ° —,,._, ,.__, before me, the undersigned, a Notary Public in and for Thomas C said State, personally appeared_ _,.— _ �.... Donnelly �.,_ —. . — . .. —. —. —.. -- —and —..— — personally known to me OF96X"51PX99 VWX W4343{dhk&56S61fD6D9X:XiX87Dti0 to be the persons who executed the within instrument - -_— U1C2 President and_.. —_._.— ._,.._Secretary, on behalf of__ Valley Crest- -.—Land scape . Inc._. - - -- - - - -- -, ties corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its rrr>/'' /• , � ax lQHCI E R I:i;,, by -laws or a resolution of its board of directors. I r `� r� NGTARY VUBf IC ^nIiPoRNIA WITNESS my hand and official seal. r w. ORANGE COUNTY �`. --/ iry Comm. ExPirs tan. 28, I9fi5 Signature_ __ II��,CtG —. __..— (This area for official notarial seal) Notarial Acknowledgement -- Attorney in Fact STATE OF CALIFORNIA ) ss. COUNTY OF LOS ANGELES ) 12th January 89 On this day of , 19 , before me, M. J. STANLEY, a Notary Public in and for said Los Angeles County, State aforesaid, residing therein, duly commissioned and sworn, personally appeared TRESIA COSTELLO, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the attorney in fact of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company and acknowledged to me that she subscribed the name of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company thereto as surety, and her own as attorney in fact. r IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the said county of Los Angeles the day and year in this certificate first above written. qn, vnn•. n,,.•. nm; nninnnn; n; nnnnninnmm�mm�mmmn ;mm,mnmimm�nnnnl OFFICIAL SEAL M. J. ST-C LF NOTARY PUBLIC - CALIFORNIA a LOS ANGELES COUNTY 61'y CoJrm ".S,o7 Expires 14ay 14. 1989= /-�- i_.— .....:......... i.,;...,. ne,,,,.,•, o....•.,,.•,•,,.,.,,••, ,,.,,.�•,,,,,ommn�011��� ° °H���i /ice ( E wry ublic •„ 80050-13-055262 050 -13- 055262 Page 10 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 9, 1989 has awarded to Valley Crest Landscape, Inc. hereinafter designated as the "Principal ", a contract for Rehabilitate Lincoln School Athletic Facilities (C -2658) 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 SIX HUNDRED THOUSAND SIX HUNDRED THREE AND NO/ 100--------------- - - - - -- {Dollars ($ 600,603.00 J. 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 r a 3 • Page 11 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 12th day of January 1989 VALLEY CREST LANDSCAPE, INC. (Seal) ' Authorized Signature and TTt e Thomas C. Donnelly, Vice Preside Authorized Signature and itle EMPLOYERS INSURANCE OF WAUSAU A MUTUAL COMPANY (Seal) Name of Surety 74 N. Pasadena, California 91109 Address of Surety Signature'and Title of Authorized Agent Tresia Costello, Attorney —in —fact Corroon & Black Address of Agent 70 S. Lake Ave #1100, Pasadena, California 91101 (818) 796 -3888 Telephone No. of Agent r i ) STATE OF CALIFORNIA Iss. COUNTY OF_- ,--.—. v .F before me, the undersigned, a Notary Public in and for m said State, personally appeared_..- _ –DQUlj and —,personally known tome Q T to be the persons who executed the within instrument as» --. le Cr iZ E _ U —ice President and- -> >.— ._..�. Secretary, on behalf of_ -� Val est ��y `Landscape, Inc. o @ the corporation therein named, and acknowledged to me that o m such corporation executed the within instrument pursuant to its iJ \ .t "Q E __C ., 1' NITARY PUBLIC ALHIRNIA ) by -laws or resolution of its board of directors. i ORANGE COI, ;TY iv _ r„y Comm. ial FxDi5'3 M WITNESS my hand and offic seal. res Jan. 28. 29 � - io N Signature— (� .lrlss= �.__� _ (This area for official notarial seal) Notarial Acknowledgment -- Attorney in Fact STATE OF CALIFORNIA ) ss. COUNTY OF LOS ANGELES ) On this 12th day of January , 19 89 before me, M. J. STANLEY, a Notary Public in and for said Los Angeles County, State aforesaid, residing therein, duly commissioned and sworn, personally appeared TRESIA COSTELLO, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the attorney in fact of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company and acknowledged to me that she subscribed the name of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company thereto as surety, and her own as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the said county of Los Angeles the day and year in this certificate first above ,. written. ninunnniv mnr mmin nnnnonr nn onrvnrmmmmnmmnrmmnmmuninnnnnni_ OFFICIAL SEAL M.J. STANLEY NOTARY PUBLIC - CALIFORNIA <- L.OS ANGELES COUNTY 61y Comm ssicn Expires IAay 14, 1989= _ \ `.'j•.^/ ,�.��nranorrurnnurnnnoT Notary FdMic a Z cc y. Z C w C Z W a C G H Z r W O O f— Z W 2 W Q U) E- LL W Z cr O Q LL O W O CL J a a 0 O Z to I— • 'Ro. 220 -002- 0 015 3 0 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 BONUS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN OBLIGATIONS IN THE NATURE THEREOF INCLUDING CONSENTS OF SURETY AND WAIVERS TO THE CONDITIONS OF CONTRACTS. NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10,000,000 and at bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attornev-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the IRth day of May, 1973, which resolution is still in effect: -RESOLVED, that the President and any Vice President — elective or appointive —of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attnrnev named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Cnmpanv bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or any of them hereby is. authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company." "FURTH ER RESOLVED, that the signatures ofsuch officers and the sealof EMPLOYERS INSURANCE: OFWAUSAU A Mutual Company may be affixed to any such power of attnrnev or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearingsuch facsimilesignatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect I(. any bond, undertaking or contract of suretvship to which it is attached:' IN WITNESS W HEREOF, EMPLOYERS INSURANCE; OF WAUSAU A Mutual Company has caused these presents to be signed by the senior vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of OrT(1RFR .19 -$.7. EMPLOYERS INSURANCE OF USAU A Mutual Company SEAL;? By 1 R. C Rctterath Senior Vice President Attest: -- r � R. J. B steman Assistant Secretary STATE OF WISCONSIN ) ) ss- 000NTY OF MARATHON I On this 1ST dat of _ OCTOBER , 193 before me personally came R. C. Rctterath . to me known, who being by me duly sworn, did depose and a% that he le a senior%ce president of the F M PLOYS RS INSU RANCE OF WAUSAU A Mutual Company, thecorporation described in and which executed the ahuce InntrumenC that he knows the seal ,)J aid corporation: that the seal affixed to said instrument is such corporate .cad and that it was so affixed M order o1'the Board of Directors of said corporation and that he signed his name thereto by like order. IN W'l I NES o W H E R FOF. I have hereunto set rnv hand and affixed me official seal the day and vear herein first 'above written. Patricia A. Kleman Notary Public NOTARY PUBLIC _ STATE OF WISCONSIN STATE OF WISCONSIN t MY COMMISSION EXPIRES JUNE 3, 1990 - ' -.,L•I CI'T'Y OF WAUSAU tax. F`F {Yy, -,. COUNTY OF MARATHON f CERTIFICATE 1, the undersigned, assistant secretary of EMPLOYERS INSURANCE: OF WAUSAU A Mutual Company, a Wisconsin corporation. do hereby eertif7 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 revnked; and furthermore that the resolution of the Hoard of Directors set forth in the power of attorney isstill in force. Signed and sealed in the City of Wausau, Marathon County. State of Wisconsin. this __ 1 2 t It day of I an_u_a.r y__ . —... -. �. 19 8 9 ,, 4 - !J U City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED ORTIFICATE OF INSURANCE • 'Page 12 INSURANCE Company A INDUSTRIAL INDEMNITY Letter company B Letter SELF INSURED "' C r_ ny D r_ ny E r his is;to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OMPANY ETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LNITS OF LIABILITY IN THOUS NDS 000 Each g. ro uc : Completed Occurrence Operations p GENERAL LIABILITY x Comprehensive Form x Premises - Operations NG9030258 4/1/89 Bodily Injury Property Damage $ $ $ $ x Explosion & Collapse Hazard X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance x Broad Form Property Damage Damage Combined $ 1,000 $ 2,000 x Independent Contractors X Personal Injury Marine Personal Injury $ 1,000 Aviation AUTOMOTIVE LIABILITY A x❑ Comprehensive Form NA9o3o259 4/1 /e9 Bodily Injury Each Person $ Owned $ Bodily injury Each Occurrence Ox Hired ProertZ Damage ❑x Non -owned Bodily njury and Property Damage Combined $ 1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory B and EMPLOYER'S LIABILITY ac Accident) )TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. �NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department, PRESIDENZ Agency: Corroon & Black V AUtnorlZOr Kepresentative e: January 1Z, 19B9 Telephone: (818) 796 -3666 scription 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: Rehabilitate Lincoln School Athletic Facilities (C -2658) VCL JOB #13 -900 Santa Ana (Project Title and Contract Number) 3101 Pacific View Drive, Newport Beach, California This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. • CITY OF NEWPORT BEACH • AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability ( X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined ch occurrence $ each occurrence $ 1,000,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beath by registered mail, Attention: Public Works Department. 5. Designated Contract: This endorsement is effective 1/92/89 Policy No. NA9030259 Named Insured VALLEY CREST LANDSCAPE, INC. Name of Insurance Company INDUSTRIAL INDEMNITY e ana Contract No.). at 12:01 A.M. and forms a part of Endorsement No. 17-900 C/O Corroon & Black By & 44zala-�_ Authfrized Repr ntative Douglas H. Judson, President • CITY OF NEWPORT BEACH • COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( � Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 1,000,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Rehabilitate Lincoln School Athletic Facilities (C -2658) Project Title and Contract No. This endorsement is effective 1/12/89 at 12:01 A.M. and forms a part of Policy No. NG9030258 Named Insured VALLEY CREST LANDSCAPE, INC. Endorsement No. 13 -900 C //O CCoroon & Black Name of Insurance Company INDUSTRIAL INDEMNITY ByAppftQ A Auth§tized Represeotative Douglas H. Judson, President CONTRACT • Page 15 E/ THIS AGREEMENT, entered into this✓ �L day of r 19 E, by and between the CITY OF NEWPORT BEACH, hereinafter "C' ," and Valley Crest Landscape, Inc. hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Rehabilitate Lincoln School Athletic Facilities C_�F a 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: Rehabilitate Lincoln School Athletic Facilities C -2658 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 pa•l to Contractor the sum of Six Hundred Thousand Six Hundred Three and 25/100------- - - - - -- ($600,603.25 ). 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) • Page 16 (f) Plans and Special Provisions for iitie or Protect 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 proximately 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. CITY OF NEWPORT BEACH ATTEST: CITY APPROVED AS TO FORM: V iEY CREST #;ANO APE, INC. t orney Np f,Contr c o (Principe Authorized Signature and Title Thomas C. Donnelly, Vice Presider Authorized Signature and Title CA Contractors License #133947 C -27 & A FED ID #95- 1590418 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT... REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 SPECIAL PROVISIONS INDEX SECTION PAGE I GENERAL CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . 1 11. ADMINISTRATION OF THE CONTRACT . . . . . . . . . . . . . . . . . . 1 III. LOCATION AND SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . 1 IV. LOW BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 V. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 4 VI. TIME OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 4 VII. PERIOD OF FAITHFUL PERFORMANCE BOND . . . . . . . . . . . . . . . . 4 VIII. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . . . . .5 A. General Liability.... . . . . . . . . . . . . . . . . . . . . .5 B. Automobile Liability . . . . . . . . . . . . . . . . . . . . .5 IX. GUARANTEES . . . . . . . . . . . . . . . . . . . . . . . . . . . .5 X. SAFETY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .6 XI. TEMPORARY FACILITIES . . . . . . . . . . . . . . . . . . . . . . .6 XII. CLEANUP AND DISPOSAL . . . . . . . . . . . . . . . . . . . . . . .6 A. During the Work . . . . . . . . . . . . . . . . . . . . . . . .6 B. Final Cleanup . . . . . . . . . . . . . . . . . . . . . . . . .7 C. Disposal . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 XIII. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 A. General . . . . . . . . . . . . . . . . . . . . . . 7 B. Monthly Progress Payments . . . . . . . . . . . . . . . . . . .7 . XIV. MATERIALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . g XV. FIELD ENGINEERING. . . . . . . . . . . . . . . . . . . . . . . . 8 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . . g B. Survey Control Data . . . . . . . . . . . . . . . . . . . . . . B XXI. INSPECTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 SPECIAL PROVISIONS I. GENERAL CONDITIONS The parties to this contract are the City of Newport Beach and the contractor. The Standard Specifications of the City of Newport Beach and the Standard Special Provisions and Standard Drawings for Public Works Construction, 1988 Edition, shall govern contractual relationships between the parties to this contract. The Standard Specifications of the City of Newport Beach are Standard Specifications for Public Works Construction, 1988 Edition, published by Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034. II. ADMINISTRATION OF THE CONTRACT The Public Works Director of the City of Newport Beach shall administer this contract for the City. Any change order issued to the Contractor must be in writing and signed by the Public Works Director. III. LOCATION AND SCOPE OF WORK A. The work to be accomplished under this contract consists of clearing and grubbing; demolition; earthwork; construction of drainage improvements, a parking lot, AC overlay at hardcourt, ballfield fencing, basketball posts and backboards, infield and jogging path, ballfield lighting, automatic irrigation system; hardscape site improvements; furnishing and installing soils amendments, hydroseed turf; maintaining plantings until established; installing gymnasium floor; and refurbishing the interior of the gymnasium. B. The work includes furnishing all labor, materials, vehicles, tools, machines, equipment, transportation and incidentals necessary to complete construction of the project. C. Items* work to be done b&e Contractor include: 1. Clearing, grubbing and demolition. 2. Earthwork a. Rough grading. b. Fine grading. 3. Construction of: a. Hardscape site improvements. b. Parking lot, including pavement, A.C. curb, striping. c. Ballfield lighting system. d. Automatic irrigation system. e. Ballfield backstops and infield. f. Jogging path installation. g. Installing drainage facilities. 4. Building Improvements: a. Hardwood floor demolition and replacement complete. b. Replace damaged acoustical tile. c. Patch and paint existing wood walls. d. Provide all miscellaneous building specified. 5. Landscaping a. Preserving plantings designated to be preserved. b. Furnishing and installing soils amendments and fertilizer. c. Maintaining plantings through plant establishment period. 6. Miscellaneous a. Furnishing all labor, materials, equipment, tools, and transportation necessary to complete the project. b. Providing construction staking. c. Providing all other facilities and services necessary for proper execution and completion of work. 7. Securing and paying for permits, fees and licenses. 8. Giving required notices. 9. Complying with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities which bear on performance of work. Z 10. Orcing strict disciplir0nd good order among employees. D. The contract requires completion of all work in accordance with these Special Provisions, the plans, the City's Standard Specifications and Drawings for Public Works Construction, the City's Standard Specifications, the architectural specifications, and reference specifications. 1. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for $5 per set. Asphalt concrete pavement curbs, gutters, driveway approaches, portland cement concrete slabs on grade, site utilities and drainage improvements will be constructed per the City's Standard Specifications and Drawings for Public Works Construction. 3. The plans consist of Drawing No. 5132, consisting of 15 sheets, prepared by Recreation Systems, Inc.: T -1; SE -1 - SE -3; D -1 - D -5; A -1, A -2; E -1 - E -3. E. 1. Included in the scope of the contract is payment of all fees and the securing of all permits normally charged by governing public agencies; payment of all connection charges normally charged by serving utilities; and furnishing all material, labor, and transportation necessary to complete the construction. Included in the fees that the Contractor must pay are: a. Riser and /or connection charges by the Southern California Edison Company. 2. The following fees normally charged by the City of Newport Beach will be waived: a. Building excise tax fees. b. Building and plan check fees normally charged for the amount of the General Fund, including plumbing, electrical and mechanical permits. c. Sewer connection. 3. All other fees normally charged by the City must be paid by the Contractor. Included among fees that must be paid are: a. Business license fees. 3 4. 0 water capital impro*t charges or school board floor area fees that are not waived will be paid by the City. IV. LOW BID A. The complete project consists of constructing all work listed in Items 1 -32, inclusive of the Proposal. Each bidder must include a price for each of the items on the Proposal, including the additive bid item No. 33. B. For the purpose of determining the lowest responsive bid, the total price bid for Items 1 -32 inclusive shall be used. V. AWARD OF THE CONTRACT The City specifically reserves the right to delete any or all of Bid Items Nos. 20, 22, 23 and 28 from the award of the contract. If the City elects to exercise its option to delete any bid items from the award of the contract, or to include the additive bid item in the award of the contract, it will so signify in the resolution awarding the contract. VI. TIME OF CONTRACT The date of the contract is the date the contract is awarded by the City Council. All work under the contract, except for the plant maintenance period, shall be completed within 60 consecutive calendar days after award of the contract by the City Council. The plant maintenance period shall commence on the date all landscape planting is completed and established to the satisfaction of the City, and shall continue for a minimum of 90 calendar days after the date the landscape planting is accepted as established. Liquidated damages will be computed from the date all work under the contract, except for the plant maintenance period, is completed. The contract will not be accepted by the City Council until after the end of the plant maintenance period. VII. PERIOD OF FAITHFUL PERFORMANCE BOND The faithful performance bond for the contract shall remain in effect for one (1) year after acceptance of the contract by the City Council. 0 VIII. LIABILITY &RANCE • Upon execution of the contract, the Contractor shall provide certificate of liability insurance showing he has liability insurance coverage. At the same time, the Contractor shall provide insurance endorsements on forms provided as part of the contract documents. The liability insurance coverage shall include each of the following types of insurance: A. General Liability 1. Comprehensive Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products /Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8., Independent Contractors 9. Personal Injury B. Automobile Liability 1. Comprehensive Form 2. Owned 3. Hired 4. Non -owned The limits of coverage for all required insurance are specified in Section 7.3 of the Standard Specifications. IX. GUARANTEES Besides guarantees required elsewhere, the Contractor shall guarantee all work for a period of one (1) year after the date of acceptance of the contract by the City Council. Guarantees shall be in the following form on the contractor's own letterhead: GUARANTEE FOR We hereby guarantee that the materials, equipment and work that we have furnished for the rehabilitation of the Lincoln School athletic facilities are in accordance with the plans, specifications and other contract drawings. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or materials within a period of one year from the date of acceptance of Contract No. 2658 by the City Council of the City of Newport Beach; ordinary wear and tear and unusual abuse or neglect excepted. s In the eo of our failure described conditions within being notified in writing Beach, we collectively or the City of Newport Beach repaired and made good at honor and pay the costs demand. X. SAFETY to compi0ith the above thirty (30) days after by the City of Newport separately do authorize to have said defects our expense, and we will and charges thereof upon Signed Subcontractor Countersigned Contractor In accordance with generally accepted construction practices, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to safety to the public and workers. The Contractor shall have at the work site copies or suitable extracts of Construction Safety Orders and General Industrial Safety. XI. TEMPORARY FACILITIES A. The cost of developing, furnishing, applying all water shall be considered as included in the various items of work, and no additional compensation will be allowed therefor. B. 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. C. The Contractor's employees shall park where directed by the City. XII. CLEANUP AND DISPOSAL A. During the Work At all times during the project the site shall be kept clean. All dirt, waste and rubbish shall be removed frequently and not allowed to accumulate. �i% B. Fina eanu • In addition to keeping the building and site clean during construction, the Contractor must thoroughly clean the inside of the building, including fixtures, equipment, hardware, walls, ceilings, and doors. This shall include thorough cleaning of window and opening ledges and sills, horizontal projections, exterior steps and platforms, and other surfaces. Dust, dirt, stains, hand marks, paint spots, plaster droppings, or other foreign material shall be completely removed from the surfaces. C. Disposal Under no circumstances shall rubbish or waste material of any description be disposed of on the site. All debris, rubbish, and water or surplus material shall be disposed of off the site. XIII. PAYMENT A. General 1. The work to be done under this contract includes furnishing all labor, equipment, transportation, materials, and services necessary to complete the construction as shown on the plans and described in the Specifications. 2. The lump sum prices bid for the various items of work shall be considered as full compensation for all labor, equipment, materials, services, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 3. Payment for all items of work not separately provided for in the Proposal shall be included in the prices bid for other items of work listed in the Proposal. B. Monthly Progress Payments The City will make monthly progress payments for work completed per Section 9 of the Standard Specifications. For purposes of making progress payments, the City's estimates of the amount of work completed will be used. XIV. MATERIALS • • A. Materials for the building shall be as specified in the architectural specifications. B. Materials and methods of construction of site work, including asphalt concrete pavement, portland cement concrete curbs, gutters, sidewalks, driveway approaches, slabs, drainage improvements, and site utilities relocation shall be as specified in Standard Specifications for Public works Construction. XV. FIELD ENGINEERING A. General The Contractor shall lay out the work from the drawings, the bench marks and the column lines established by City, and shall establish all additional bench marks, monuments, lines and levels necessary for the construction covered by this contract. To lay out the work and to verify lines and elevations as the work progresses, the Contractor shall employ an experienced and competent Civil Engineer or Land Surveyor registered in the State of California. B. Survey Control Data 1. At locations shown on the drawings, coordinated control points and bench marks have been established by the City at no cost to the contractor. The Contractor shall protect and preserve the bench markers and reference points. All costs in connection with resetting and /or re- establishing bench marks shall be borne by the Contractor. See Section 2.90, Surveying, for detailed specifications. XVI. INSPECTION All work will be inspected. All items covered or all stages of work that are not remain observable must be inspected and approved before being covered up. The Contractor shall provide timely notice to the city when such inspection is needed. 0 SF'CTION 4 - CONTROL OF MATER • ' Add: *4-,1.7 DEFECTIVE MATERIALS AND EQUIPMENT GUARANTEES: Add the following subsection to Part 1, Section 4: Guarantees shall be in the form of the following on the Contractor's own letterhead: GUARANTEE FOR We hereby guarantee that the materials and equipment which we have furnished for Lincoln Athletic Center, Newport Beach, California, have been in accordance with the drawings and specifications and that the work, materials, and equipment as installed will fulfill the requirements of the guarantee included in the specifications. We agree to repair or replace any or all of our work, together with any other adjacent work which may be displaced by so doing, that may prove to be defective in its workmanship or materials within a period of year(s) from date of acceptance of the above named parks by the City of Newport Beach, California, ordinary wear and tear and unusual abuse or neglect excepted. In the event of our failure to comply with the above mentioned conditions within thirty (30) days after being notified in writing by the City of Newport Beach, California, we collectively or separately do hereby authorize the City of Newport Beach, California to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefor upon demand. SIGNED (SUBCONTRACTOR) COUNTERSIGNED (CONTRACTOR) SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORT( Add 6 -7.4 PLANT MAINTENANCE PERIOD: A plant maintenance period of a minimum of 60 consecutive calendar days is required in the Specifications. This period is exclusive of the 60 consecutive calendar day construction period. The plant maintenance period shall commence on the date all landscape planting construction is completed to the satisfaction of the Agency Representative and shall continue until satisfactory establishment has been obtained. This period or any portion of it may be concurrent with the construction period. - 2 - Special Conditions SECTION 1.01 - SUMMARY OF WO16 Work covened'bv Contract Documents: • The work covers park improvements to Lincoln Athletic Center, Newport Beach, California. Work includes surveying, clearing, grading, paving, site utilities, electrical service and security lighting, game court, concrete headers, walks, slabs and curbs, asphalt base and paving, landscape planting, automatic irrigation system, 30 -day plant establishment and 60 -day project maintenance period, and such other items or details not mentioned above that are required by the contract drawings in accordance with Specifications. Construction Schedule: Section 1.31 Schedule of Values: Section 1.37 Temporary Facilities and Controls: Section 1.50 Products and Materials: Section 1.60 Contractor's Duties: Arrange and pay for all off -site inspection of the work required by ordinance or governing authorities. The Contractor shall also arrange and pay for other inspections, including tests in connection therewith, as may be assigned to it in other sections of the specifications. Comply with codes, ordinances, rules, regulations orders, and other legal requirements of public authorities which bear on performance of work. Contracts: Construct entire work under single lump sum price contract. Alloted Working Space: A reasonable space will be assigned. All materials and equipment shall be kept within this space with no liability to the Agency. Acceptance of Site: The Contractor shall accept the site and the character of the work as they exist on the first day of work under this contract. Survey and Layout Contractor shall verify all dimensions on the drawings and shall report to the Agency Representative any discrepancies before proceeding with related work. Contractor shall perform all survey and layout work. Maintenance of Existing Plantings: The Contractor shall protect and maintain all existing trees and plantings to remain from the first day of work under this contract to acceptance. Not in Contract: Items shown on the contract drawings, but marked N.I.C., are not included in this contract. Limits of Work: Limits of work shall be the legal property boundaries unless modified by Contract limit lines indicated on the plans or as noted otherwise. 1.01 - Summary of Work SECTION 1.07 - CUTTING AND A PARfi 1 '- G$NERAL Related Work Specified Elsewhere: Summary of Work: Section 1.01 Earthwork and Grading: Section 2.20 Site Drainage: Section 2.50 Site Utilities: Section 2.55 Asphalt Concrete Paving: Section 2.60 Concrete: Division 3 Electrical: Division 16 Description: • Execute cutting (including excavating), fitting or patching of work required to: Make several parts fit properly; Uncover work to provide for ill -timed work; Remove and replace defective work; Remove and replace work not conforming to the Contract Documents; Remove samples of installed work as required for testing; Install specified work in existing construction; Properly join work by others. In addition to contract requirements, upon written instructions of the Engineer: Uncover work to provide for Engineer's observation of covered work; Remove samples of installed materials for testing; Remove work to provide for alteration of existing work. Do not endanger any work by cutting or altering work or any part of it. Submittals• Prior to cutting which affects structural safety of work or work of another Contractor, submit written notice to the Engineer requesting consent to proceed with cutting, including: Identification of the work, Description of affected work; Necessity for cutting; Effect on other work, on structural integrity of the project; Description of proposed work. Designate: Scope of cutting and patching; Contractor and trades to execute work; Products proposed to be used, Extent of refinishing; Alternatives to cutting and patching; Designation of party responsible for cost of cutting and patching. Prior to cutting and patching done on instruction of Engineer, submit cost estimate. Should conditions of work or schedule indicate change of materials or methods, submit written recommendations to Engineer, including: Conditions indicating change; Recommendations for alternative materials or methods; Submittals as required for substitutions. Submit written notice to Engineer, designating time work will be uncovered, to provide for observation. Payment for Costa: Costs caused by ill -timed or defective work, or work not conforming to Contract Documents, including costs for additional services of the Landscape Architect shall be borne by Contractor. Work done on instructions of the Engineer, other than defective or non - conforming work shall be borne by Agency. - 1 - 1.07 - Cutting and Patching PART 2 - PRODUCTS • • Materials for replacement of work removed shall comply with specifications for type of work to be done. PART 3 - EXECUTION Inspection' Inspect existing conditions of work, including elements subject to movement or damage during cutting and patching or excavating and back - filling. After uncovering work, inspect conditions affecting installation of new products. Preparation: Before cutting provide shoring, and support as required to maintain structural integrity of project; provide protection for other portions of project; and provide protection from the elements. Performance: Execute fitting and adjustment of products to provide finished installation complying with specified tolerances and finishes. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs and new work. Execute excavating and backfilling as specified in Section 2.20 - Earthwork and Grading. Restore work which has been cut or removed; install new products to provide completed work conforming to Contract Documents. Refinish entire surfaces as necessary to provide an even finish: Continuous surfaces - to nearest intersections. Assembly - entire refinishing. - 2 - 1.07 - Cutting and Patching t_?_ SECTION 1.10 - ALTERNATES • • PART 1 - GENERAL The contractor shall review and become familiar with pertinent specifications affected by .listed Alternates. This section describes the changes to be made under each Alternate. Additional specification sections contain the pertinent requirements for materials affecting the described Alternates. Coordinate pertinent related work and modify surrounding work as required to complete the project under each Alternate designated in the Agreement. Description of Alternates: ADDITIVE ALTERNATE NO. 1. In lieu of leveling the gymnasium concrete subfloor and installing the Robbins Permacushion Sleeper Floor System, install the Robbins Sportwood Plus Resilient Plywood and Blanketseal Floor System throughout the gymnasium. Add the sum of ( ) Note: The Agency's decision to accept or decline Additive Alternate No. 1 will not be made until the existing gymnasium floor has been demolished and removed, and the cost of leveling the existing concrete subfloor slab has been determined. - 1 - '�S 1.10 - Alternates 1.20 - Project Meetings • SECTION 1.20 - PROJECT MEET* PART 1 - GENERAL Related Requirements Specified Elsewhere: Summary of Work: Section 1.01 Construction Schedules: Section 1.31 Shop Drawings, Project Data, and Samples: Section 1.34 Project Record Documents: Section 1.72 Pre-Construction Meeting: Schedule within 15 days after date of award by Agency. Minimum Attendance: Prime Contractor Major Subcontractors Landscape Architect Utility Representatives City Building and Safety Department City Engineer Progress Meetings:: Schedule regular meetings at work site. Hold called meetings as progress of work dictates. The Contractor and any or all of its subcontractors shall attend these meetings as directed by the Agency Representative. 1.20 - Project Meetings SECTION 1.31 - CONSTRUCTION OULES • , PART 1 - GENERAL Related Requirements Specified Elsewhere: Summary of Work: Section 1.01 Products: Individual Sections - Divisions 2 -16. Provide projected construction schedule for entire work. Revise periodically. Form of Schedule: Horizontal bar chart with separate horizontal bar column for each trade or operation. Identify each column by distinct delineation. Identify the first work day of each week. Allow space for updating. Identify each part separately unless all work is concurrent. Content of Schedule: Provide complete sequence of construction by activity. Shop drawings, project data and samples; Submittal date and date review copies required. Decision dates; Product substitutions; Selection of finishes. Product procurement and delivery dates; Dates for beginning and completion of each element of construction, including equipment installation dates; Testing of equipment on systems. Show projected percentage of completion for each item of work as of first day of each month. Provide sub - schedules to define critical portions of entire schedule. Updating: Show all changes occurring since previous submittal of schedule. Indicate progress of each activity; show completion dates. Include major changes in scope, modified activities, revised projections, and other identifiable changes. Provide description of current and anticipated delay factors and their impact. Submittals: Submit initial schedule within 15 days after date of Notice to Proceed. Agency Representative will review schedule and return review copy within 10 days after receipt. If required, resubmit within 7 days after return of review copy. Submit periodically updated schedules accurately depicting progress to first day of each month. Submit 4 copies to Agency Representative. Distribution: Distribute copies of reviewed schedules to job site file, subcontractors, and other concerned parties, with instructions to coordinate. -1- 1.31 - Construction Schedules J-5— SECTION 1.34 - SHOP DRAWINGS OCT DATA AND SAMPLES • PART 1 GEN612AL Submit: Submit to the Landscape Architect, shop drawings, project data and samples required by specification sections. Related Requirements Specified Elsewhere: General Conditions Construction Schedules: Section 1.31 Summary of Work: Section 1.01 Project Closeout: Section 1.70 Products and Materials: Section 1.60 Construction Schedule: Designate dates for submission and dates reviewed shop drawings, project data and samples will be needed for each product. PART 2 - SHOP DRAWINGS Original drawings, prepared by Contractor, subcontractor, supplier or distributor which illustrate some portion of the work, showing fabrication, layout, setting or erection details. Furnished at Contractor's expense by Contractor. Prepared by qualified detailer. Identify details by reference to sheet and detail numbers on Contract Drawings. Minimum sheet size: 8 1/2" by 11 ". Reproduction for Submittals: Reproducible transparency with three opaque diazo prints. PART 3 - PROJECT DATA Manufacturer's Standard Schematic Drawings: Modify to delete information which does not apply. Supplement standard information where applicable to work. Manufacturer's Catalog Sheets Brochures Diagrams Schedules Performance Charts Illustrations and other Standard Descriptive Data: Clearly mark each copy to identify pertinent information. Show dimensions and clearances required. Show performance characteristics and capacities. Show wiring diagrams and controls. PART 4 - SAMPLES Physical examples to illustrate materials, equipment or workmanship, and to establish standards by which completed work is judged. Office Samples: Of size and quantity to clearly illustrate: Functional characteristics of product or material, with integrally related parts and attachment devices. Full range of color samples. After review, samples may be used in construction project. Field Samples and Mock -Ups: Erect at project site at location acceptable to Engineer. Construct complete, including work of all trades required in finished work. PART 5 - CONTRACTOR'S RESPONSIBILITIES Review shop drawings, project data and samples prior to submission. Verify field measurements, field construction criteria, catalog numbers and similar data. Coordinate each submittal with requirements of work and of Contract Documents. - 1 - 1.34 - Shop Drawings, Project Data and Samples 1(L) Responsibility for Errors anftsions in Submittals: • Not relieved by Landscape Architect's review of submittals. Responsibility for Deviations in Submittals from Contract Documents: Not relieved by Landscape Architect's review unless Landscape Architect gives written acceptance of specific deviations. Notify Agency in writing at time of submission of deviations in submittals from requirements of Contract Documents. Begin no work requiring submittals until return of submittals with Landscape Architect's stamp and signature indicating review. Distribute copies after Landscape Architect's review. PART 6 - SUBMISSION REQUIREMENTS Schedule all submittals not later than 42 days after Award of Contract. The Agency will not be responsible for delays to the Contractor for any submittal not received within the specific time. Contractor's distribution shall be as required, plus three copies for Agency's retention, or number of samples specified in pertinent section. Transmittal letter shall be in duplicate, containing date, project title and number, Contractor's name and address, the number of each shop drawing, project data and sample submitted, notification of deviations from Contract Documents, and other pertinent data. Submittal shall include: Date and revision date; Project title, number, park name or names. Names of Agency, Contractor, Subcontractor, Supplier, Manufacturer, separate detailer, where pertinent; Identification of material; Relation to adjacent structure or materials; Field dimensions, clearly identified; Specification section number; Applicable standard, such as ASTM # or Federal Specification; Space for Landscape Architect's stamp; Identification of deviations from Contract Documents; Contractor's stamp, initialed or signed, certifying review of submittal, verification of field measurements and compliance with Contract Documents. PART 7 - RESUBMISSION Shop Drawings: Revise initial drawings as required and resubmit as specified for initial submittal. Indicate on drawings any changes which have been made other than those requested by Landscape Architect. Proiect Data and Samples: Submit new datum and samples as required for initial submittal. PART 8 - DISTRIBUTION AFTER REVIEW Distribute stamped copies of shop drawings and project data to: Contractor's file Job site file Record Documents file Subcontractor Supplier Fabricator. Samples: Distribute as directed. - 2 - 1.34 - Shop Drawings, Project Data and Samples 0 SECTION 1.37 - SCHEDULE OF • PART I -'GENERAL Related Requirements Specified Elsewhere: Project meetings: Section 1.20 Construction schedule: Section 1.31 Submit to Agency: Schedule of Values, at least 20 days prior to first progress payment estimate. Upon Agency Representative's request, support values given with substantiating data. Quantities of designated materials. Schedule of Values: Used only as a basis for Progress Payment. PART 2 - FORM OF SUBMITTAL Typewritten on B 1/2" x 11" white bond paper. Use Table of Contents of this Specification for format for listing costs of work for Sections under Divisions 2 through 16. Identify each line item with number and title. PART 3 - PREPARING SCHEDULE OF VALUES Itemize separate line item cost for work required by each section of this specification. Break to indicate total installed cost, with overhead and profit. Round off figures to nearest dollar. Make sum of total costs of all items listed in schedule equal to total Contract sum. PART 4 - REVIEW AND RESUBMITTAL After review by Agency Representative, revise and resubmit schedule as required. Resubmit revised schedules in same manner. - 1 - 1.37 - Schedule of Values `q SECTION 1.41 - TESTING i i PART 1 -'GENERAL Related Requirements Specified Elsewhere: Inspections and testing required by laws, ordinances, rules, regulations or orders of public authorities: General Conditions. Certification of products: Respective specification sections. Cutting and Patching: Section 1.07 Project Closeout: Section 1.70 Soil Testing: Section 2.20 Landscape Planting: Section 2.80 Tests and Standards: Pertinent sections. Independent Testinc Laboratory: Agency will employ and pay for services of an Independent Testing Laboratory to perform soil, concrete, and related testing services. Contractor will employ and pay for services of an Independent Testing Laboratory, approved by the Agency, to perform agronomic soil test and other testing services required by the specifications. Employment of Testing Laboratory will in no way relieve Contractor of its obligation to perform work in accord with contract. PART 2 - LABORATORY DUTIES; LIMITATIONS OF WARRANTY Cooperate with Agency and Contractor; provide qualified personnel promptly on notice. Perform specified inspections, sampling and testing of materials and methods of construction. Comply with specified standards. Ascertain compliance with requirements of Contract Documents. Notify Engineer and Contractor promptly of irregular ties or deficiencies of work observed during performance of services. Submit promptly 5 copies of reports of inspections and tests to Agency for further distribution. Perform additional services as required by Agency. No authority to release, revoke, alter or enlarge on requirements of Contract Documents; approve os- accept any portion of the work; perform any duties of the Contractor. PART 3 - CONTRACTOR'S RESPONSIBILITIES Cooperate with Laboratory personnel, provide access to work, arrange access to manufacturer's operations. Provide Laboratory preliminary representative samples of materials to be tested, in required quantities. Furnish copies of mill test reports. Casual labor and facilities for access to work to be tested; to obtain and handle samples at the site; to facilitate inspection and tests; for Laboratory's exclusive use for storage and curing of test samples. Notify Laboratory sufficiently in advance of opertions to allow for its assignment of personnel and scheduling of tests. Arrange with Laboratory and pay for additional inspections, sampling and testing required for the Contractor's convenience and when initial tests indicate work does not comply with Contract Documents. Coordinate requests for services through City employed Testing Laboratory through Agency Representative. - 1 - 1.41 - Testing 1� SECTION 1.42 - INSPECTION OF • PAR1' 1 GENERAL Inspection• The Agency will inspect and approve all installations and operations. All submittals to, and communication between, the Agency and the Contractor related to the work of this Contract shall be directed to the Landscape Architect. Notice: The Contractor shall give the Landscape Architect or Agency Representative a twenty -four (24) hour notice prior to work inspections requested or required by other Divisions. The work shall be ready for inspection at the scheduled times arranged by the Contractor. If, in the Landscape Architect's or Agency Representative's sole judgment, the work is not ready and the inspection must be rescheduled, the Contractor shall be notified, shall reschedule the inspection, and shall provide twenty -four (24) hours notice of the rescheduled inspection, and pay the Landscape Architect at his standard hourly rates for his associated time. In order to allow for inspection, and in addition to any inspection required by the City Building and /or Safety Department or any inspection required elsewhere in these specifications, the Contractor shall notify the responsible agency sufficiently in advance of the permanent concealment of any materials or work. The following list is typical of such required inspection: 1. Foundation material, footing and slab beds; 2. Reinforcing for concrete; 3. Contact surface of concrete forms; 4. Concrete surfaces; such as bearing seats, construction joints; 5. Piping and conduit; 6. Manual and automatic valves; 7. Finish grade prior to seeding or planting; B. All soil mixes prior to installation; 9. All chemicals and amendments prior to installation or application; 10. All plant holes prior to planting. If any work is concealed or performed without the prior notice specified above, then the work shall be subject to such tests or exposure as may be necessary to prove to the Engineer or responsible agency that the materials used and the work done are in conformity with the plans and specifications. All labor and equipment necessary for exposing and testing shall be furnished by the Contractor at his expense. The Contractor shall replace, at his own expense, any materials or work damaged by exposure or testing. Any inspection or approval by any representative or agent of the Agency will not relieve the Contractor of the responsibility of incorporating in the work only those materials which conform to the specifications, and any non - conforming materials shall be removed from the project site whenever identified. Final Inspection: Upon the completion of the work, the Contractor shall notify the Engineer seven (7) days in advance of when he desires a final inspection of the work. Engineer will make such inspection as soon thereafter as possible. Defective Work: No work which is defective In its construction or deficient in any of the requirements of the specifications shall be considered as accepted. The Contractor shall correct any imperfect work whenever discovered, before the final acceptance of the work. Inspection Overtime: The Contractor shall compensate the Agency, either upon receipt from the final amount due the Contractor, for all hours worked by Agency employees on Saturdays, Sundays, or legal holidays at employees basic rate of pay, plus current rate for overhead. - 1 - 1.42 - Inspection of Work of a bill therefor or by deduction the Inspector or other authorized one and one -half (1 1/2) times the 7 +SECTION 1.50 - TEMPORARY FADS AND CONTROLS PAF T 1. - PENERAL The Contractor shall be responsible for all specific safety requirements promulgated by any governmental authority, including the requirements of the Occupational Safety and Health Act of 1970 (OSHA). PART 2 - TEMPORARY UTILITIES Licht, Power and Water: Furnish temporary water, light and power, complete with connecting piping, wiring, lamps, meters and similar equipment as required for the work. Install, maintain, and remove temporary lines upon completion of the work. All expenses in connection with temporary services and facilities shall be paid by the Contractor. After the Notice of Completion has been filed, the Agency will be responsible for payment of water and electric bills rendered for utility service through the respective permanent meters. Any and all refunds of monies resulting from the extension of any utility service shall accrue to the Agency, irrespective of the time that refunds are made or of the manner in which payment was made for the extension. PART 3 - ACCESS AND FACILITIES Access: Provide and maintain an adequate access to the site of the project. Also provide temporary roads if any are required for prosecution of the work. Storage Sheds: Provide and maintain on the premises, where directed, watertight storage sheds for all materials which might be damaged by weather, including storage facilities for concrete test samples or other material samples required for the work. PART 4 - TEMPORARY SIGNBOARDS Identification Sign: RED Provide and maintain an identification sign in a prominent location approved by the Agency Representative. Signs shall be constructed of 3/4" exterior marine plywood, 4' x 8', with 1" x 4" D.E. stiffeners around all edges. Sign shall be mounted 3 feet above grade on 4" x 4" posts and adequately braced to withstand wind pressures. Sign shall be constructed by a professional sign painter. Sign colors shall be red, white, and blue. Paints shall be exterior grade to maintain high quality appearance throughout construction period. Contractor shall be responsible for layout of sign subject to approval of the Agency Representative. Sign shall contain the following: (PROJECT NAME, CLIENT) BLUE UNDER CONSTRUCTION. SCHEDULED OPENING DATE BLUE RECREATION SYSTEMS, INC., LANDSCAPE ARCHITECT , GENERAL CONTRACTORS WHITE BACKGROUND. Sign shall be ready and installed immediately before the groundbreaking ceremony. No other signs will be allowed except those required for public safety and prohibiting trespass PART 5 - FIRE PROTECTION Provide general temporary fire protection for the work under this contract. PART 6 - TRASH REMOVAL AND CLEANING Provide trash receptacles for collecting debris. Remove debris from job site at regular intervals. - 1 - 1.50 - Temporary Facilities and Control Z� f SEC'ION 1.60 - PRODUCTS AND 0IALS PART 1 - 'GENERAL Work Included: Transportation and storage. Products list. "Or equal" and reference to trade names. Contractor's options. Substitutions. Related Requirements Specified Elsewhere: Schedule of Values: Section 1.70. Shop Drawings, Project Data and Samples: Section 1.34. Testing: Section 1.41. Inspection: Section 1.42. PART 2 - HANDLING Transportation and Storage: • Products or materials to be incorporated in the work shall be transported, handled, and stored in such a manner as to assure the preservation of their quality and fitness for the work and to facilitate inspection. PART 3 - PRODUCTS LIST Within 35 days after date of Contract, submit to Engineer five (5) copies of complete list of all products which are proposed for installation. Tabulate list by each specification section. For products specified under reference standards, include with listing of each product: Name and address of manufacturer; Trade name; Model or catalog designation; Manufacturer's data: Performance and test data Reference standards PART 4 - "OR EQUAL" AND REFERENCE TO TRADE NAMES Whenever in the specifications any material or process is indicated or specified by patent or proprietary name or by name of manufacturer, such specifications shall be deemed to be used for the purpose of facilitating description of the material or process desired and shall be deemed to be followed by the words "or equivalent ". However, if the material, process, or article offered by the Contractor is not, in the opinion of the Engineer, equal to that specified, then the Contractor must furnish the material, process or article specified, or one which in the opinion of the Agency Representative is the equal thereof in all essential characteristics. If the Agency Representative shall decide to accept for use in the project a material which is not the equal of that specified, authority for the substitution shall be made in the manner described for "Extra Work and Changes ", with appropriate monetary allowance for the differnce in value. PART 5 - CONTRACTOR'S OPTIONS For products specified only by reference standards, select any product meeting standards, by any manufacturer. For products specified by naming several products or manufacturers, select any product and manufacturer named. For products specified by naming one or more products, but Indicating the option of selecting equivalent products by stating "or equal" after specified product, Contractor must submit request, as required for substitution, for any product not specifically named. - 1 - 1.60 - Products and Materials ZZ PART.6 - SUBSTITUTIONS • General The Contractor may offer any material or process which he believes to be equal in all essential characteristics to that so indicated or specified; and it shall be incumbent upon the Contractor to furnish sufficient evidence to the Agency Representative to support his claim of equality. Said offer and supporting evidence must be submitted to the Agency Representative within 35 days after the Award of Contract or Contractor will be deemed to have waived his right to offer substitute materials and processes. Submittal: Submit five (5) copies of request for substitution. Include in request: Complete data substantiating compliance of proposed substitution with Contract Documents. For products: Product identification, including manufacturer's name and address. Manufacturer's literature: Product description Performance and test data Reference standards Samples. Name and address of similar projects on which product was used, and date of installation. For construction methods: Detailed description of proposed method. Drawings illustrating methods. Itemized comparison of proposed substitution with product or method specified. Data relating to changes in construction schedule. Relation to separate contracts. Accurate cost data on proposed substitution in comparison with product or method specified. Contractor Warrants: It has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. It will provide the same guarantee for substitution as for product or method specified. It will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. It waives all claims for additional costs related to substitution which consequently becomes apparent. Cost data is complete and includes all related costs under its contract, but excludes: Costs under separate contracts. Landscape Architect's re- design. Limitations: Substitutions will not be considered if: They are indicated or implied on shop drawings or project data submittals without formal request submitted within 35 days of award; Acceptance will require substantial revision of Contract Documents. Delays in delivery of specified materials will not be considered justification for substitutions. - 2 - Z3; 1.60 - Products and Materials • SECTI,ON 1.70 - PROJECT CLOSE110 • PART I'- NOTICE At least seven (7) working days notice shall be required for final inspection; such notices shall be given to the Engineer. PART 2 - REMOVAL OF PLANT AND CLEAN -UP Upon completion of the work, the Contractor shall remove all its plant, tools, materials, and other articles from the property of the Agency. Should it fail to take prompt action to this end, the Agency, at its option and without waiver of such other rights as it may have, may on seven (7) days' notice treat them as abandoned property. The Contractor shall also sweep all floors broom clean, clean all exterior work and windows and remove all rubbish from the property of the Agency. PART 3 - DAMAGE Damage to existing utilities, trees, pavements or other property caused by the Contractor shall be restored to original condition at the Contractor's expense, prior to final inspection. PART 4 - GUARANTEES All guarantees required by the following Divisions of these Specifications shall be presented in writing _. to the Agency prior to final acceptance of the work and shall be in addition to the requirements set forth in the General Conditions of these Specifications. PART 5 - RECORD DOCUMENTS Submit to the Agency prior to final acceptance all record documents required by the other Divisions of these Contract Documents. - 1 - 1.70 - Project Closeout 2_LA SECTION 1.72 - PROJECT RECOR&MENTS PART f - �SEN�RAL Related Requirements Specified Elsewhere: Project Meetings: Section 1.20. Construction Schedules: Section 1.31. Shop Drawings, Project Data, and Samples: Section 1.34. Products and Materials: Section 1.60. Project Closeout: Section 1.70. PART 2 - MAINTENANCE OF DOCUMENTS Maintain at job site, one copy of: Contract Drawings; Specifications; Addenda; Reviewed Shop Drawings; Change Orders; Other Modifications to Contract; Field Test Records; Construction Schedules; "As- Built" Drawings. Storage: Maintain documents in clean, dry, legible condition. Use and Availability: Not for construction purposes. Available at all times for inspection by Engineer. PART 3 - RECORDING General: • Provide red ballpoint pen for all marking. Label each document "PROJECT RECORD" in large, printed letters. Keep record documents current. Do not permanently conceal any work until required information has been recorded. These drawings shall be up -to -date and so certified by the Project Inspector at each progress payment request submittal. Marking: Contract Drawings. Legibly mark to record actual construction: Depths of various elements of foundation in relation to finish floor elevation; Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements; Location of internal utilities and appurtenances concealed in construction referenced to visible and accessible features of structure; Field changes of dimension and detail; Changes made by Change Order or Field Order; Details not on original contract drawings. Specifications and Addenda. Legibly mark up each.section to record: Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed; Changes made by Change Order or Field Order; Other matters not originally specified. Shop Drawings. Maintain as record documents; legibly annotate drawings to record changes made after review. "As- Built" Drawings. Agency will furnish the Contractor with one set of ozalid transparencies and one set of blue line prints showing all work required for the use of the Contractor as "as- built" drawings. The Contractor shall clearly mark on each set as specified above. - 1 - 1.72 - Project Record Documents ZVS ' PAP,T 4Y - SUBMITTAL • • At completion of project, deliver record documents to Engineer. Accompany submittal with transmittal letter, in duplicate, containing: Date; Project title and number; Contractor's name and address; Title and number of each record document; Certification that each document as submitted is complete and accurate; Signature of Contractor or its authorized representative. NOTE: Prior to final payment, Contractor shall submit all Record Documents for review, correct all deficiencies, obtain required approvals, and deliver all approved Record Documents to the Engineer. - 2 - 1.72 - Project Record Documents Z� •' SECTION 2.00 - MOBILIZATION • • Description: Mobilization shall consist of prepartory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of all offices, buildings and other facilities necesary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on the project site. Payment: The Contract lump sum price for mobilization shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all th work involved in mobilization as specified. Any adjustment provisions as stated in these specifications shall not apply to the Contract lump sum item for mobilization. - 1 - 2.00 - Mobilization Z7 'SECTION 2.10 - CLEARING AND 0TION • PART 1 - GENERAL The provisions of the Standard Specifications, Section 300, apply except as modified herein. Scope: Protection of all light poles, fire hydrants, and other utilities to remain. Protection of all trees. Clearing and grubbing of the site of work. Removal and disposal of all deleterious materials. Furnishing, developing, applying and providing watering equipment as required for the project. Removal and disposal of any additional items not specifically mentioned herein which may be found within the work limits. Electrical removals. Removal of drainage devices. Removal of AC paving. Removal of existing hardwood floor and homosote base. Related Work Specified Elsewhere: Earthwork and grading: Section 2.20. Landscape work: Section 2.80. Electrical work: Section 16. Irrigation systems: Section 2.75. Responsibility and Coordination: Contractor shall secure and maintain all required permits and licenses, and pay all fees necessary to legally complete the work of this section. Contractor shall notify utility companies for all utilities to be cut off, modified or relocated, and shall maintain and protect all active utilities. Protection and Safety: Contractor shall provide signs in necessary places to exclude persons, except those connected with the work, from entering the working area. Contractor is responsible for preventing unauthorized persons from entering work area. Protect the project site and adjacent properties from dirty water, mud and water accumulated due to Contractor's operations, rainfall runoff or water that enters the project site from any other source. Salvage Materials: All salvage material remaining on the site after official notification of vacation by the Agency shall be property of the Contractor, except as noted on the plans and herein. PART 2 - EXECUTION General Removal Work: Removal work shall be carefully performed to avoid damage to existing facilities as indicated on the plans to remain. Site Clearance and Disposal: Clear the site to be improved of weed growth, rubbish, debris, pavement, concrete, inactive or abandoned facilities (verified by the Agency), etc., that are to be removed for construction of improvements to the limits and depths shown on the plans. Turf areas shall be mowed to 1/2" height and roto- tilled prior to grading. Abandoned underground facilities (verified by the Agency), roots three inches in diameter, rocks and broken masonry larger than four inches in any dimension shall be removed to a minimum depth of 12" below finish grade. Miscellaneous inactive or abandoned underground facilities located 12 inches or more below finish grade may be removed with Agency approval. Miscellaneous active lines within 12 inches of finish grade that are uncovered during the grading operations shall be protected. All deleterious materials within the limits of the work shall be disposed of off the site by the Contractor, who shall make all necessary arrangements and pay all related costs. 1 �� 2.10 - Clearing and Demolition Drainage devices shal emoved where indicated and existi shall be plugged with concrete ' and abandoned where bander epth is more than 12 ". A.C. pa all be removed from the site or ground up and used for the new paving. Building Removals: Contractor shall remove existing hardwood ironbound type floor with homosote base. Contractor shall remove any cracked, broken or warped existing acoustic ceiling tile, non - perforated fiberboard, or perforated tempered hardboard. Utilities: Inactive or abandoned utilities shall be disconnected, removed, and plugged or capped subject to the local governing ordinances. Should the Contractor encounter any existing underground utilities not shown on the drawings, he shall at once notify the Agency Representative who will determine further procedure. Debris Burning: Burning of debris will not be permitted except by written permission of the Air Pollution Control Authorities and governing fire authorities. - 2 - 2.10 - Clearing and Demolition Zl SECTION 2.20 - EARTHWORK AJONG • PART l'- GENERAL The provisions of Standard Specifications, Sections 300 and 301, apply except as modified herein. Scope of Work: Rough grading as shown on the plans, including overexcavation, imported fill, placement and compaction. Finish grading of the site. Excavation and backfill for all footings, structures, etc. and compaction. Stockpiling and placing topsoil. Soil compaction as required. Soil testing as required. Protective measures. Dust and noise abatement. Engineered fill under structures. Obtaining construction water. Adjustment of Manhole Frame and cover sets to grade. Blasting. Related Work Specified Elsewhere: Removal and Demolition Work: Section 2.10. Excavation and backfill for any drainage or electrical work. Testing• The Soils Engineer selected by the Agency shall be present at the site during the earthwork activities relating to stripping, excavation, backfill and compaction, and filling of the site. The Soils Engineer shall submit a compaction report to the Agency certifying the Contractor's compliance with the plans, specifications, soils reports, and grading ordinance in placing all fills and backfills. The Soils Engineer shall conduct all specified tests to insure compliance. Soils Engineer shall also test, identify and make recommendations on other site and imported fill materials as specified in this section. Number and location of soils tests to be at the discretion of the Soils Engineer to assure uniformity and compliance with the grading ordinance, but at least one test per two vertical feet of fill, but not less than one test per 500 cubic yards (per 100 cubic yards for building pads), all as approved by the Agency. The cost of services of the Soils Engineer, specified field density and maximum density tests, compaction reports and certificates of compliance, shall be borne by the Agency. All costs of additional testing required to assure compliance shall be borne by the Contractor. Water: Contractor shall make arrangements with the City of Newport Beach, Public Works Department (714) 644 -3311, to obtain construction water. PART 2 - MATERIALS Aggregate Base- Crushed aggregate base shall consist entirely of crushed rock and rock dust conforming to the requirements of Section 200 -2.2 for 3/4 inch crushed aggregate, of the Standard Specifications. Percentage of wear and grading shall conform to Sections 200 -2.2.1 and 200 -2.2.2 of the Standard Specifications. Maximum size aggregate shall be 3/4 inch. Existing A.C. may be ground into maximum 3/4 inch size and utilized as base. PART 3 - EXECUTION Topsoil: The best on site topsoil "Class C" throughout the project area shall be removed to a depth of six inches from all construction areas. The stripped material shall be stockpiled in such locations as directed by the Agency Representative and protected from erosion. Topsoil shall be the best on site soil with all rocks one inch (111) and larger removed. Topsoil shall be a minimum of one foot (1') depth in sportsfield turf areas and six inch (6 ") depth in all other turf areas. - 1 - -1 2.20 - Earthwork and Grading The Contractor may furnis Las A topsoil from off site at no nal cost to the Agency. Any ' excess soil created by importing topsoil shall be disposed osite by the Contractor at no additional cost to the Agency. Rough Gradina- The site shall be graded to the limit lines and elevations shown on the drawings with such allowances as may be required for the construction of walks, and other intended site improvements. Tolerance for rough grading is 1 /10th of a foot, plus or minus, at building pads and paved areas. At all other areas, functional use and appearance shall be the governing factors. Balanced Operation: It is the intent of the drawings that earthwork and grading be a balanced cut and fill operation with site material. If, during operations, an excess or deficiency of earth becomes apparent, the grading shall be completed with the site material conforming as nearly as possible to the finish grades shown and insuring positive drainage without additional cost to the City. Finish Grading: Finish grades shall slope to drain without water pockets or irregularities and shall conform to the intent of all plans and sections - after thorough settlement and compaction of the soil. Finish grades shall meet all existing or established controls of sidewalks, curbs and walls and shall be of uniform slope and grade between points of fixed elevations or elevation controls and from such points to established grades. Tolerance for finish grading is 1 /10 foot, plus or minus. Unsuitable Soils: Unsuitable soils excavated from areas to be landscaped may be buried in areas under paving upon approval of the Soil Engineer. Any excess shall be removed from the site at the Contractor's expense. Top Soil Placement: Areas to receive topsoil shall be ripped eighteen inches (1811) deep on three foot (31) centers and surface rock two inches (2 ") and larger removed before placing topsoil. Fill: Fill shall be placed in level layers not to exceed eight inches in depth and mechanically compacted using optimum amount of moisture to achieve a 908 minimum degree of compaction. Tonsoil Comaction: Planting soil shall be compacted to 858 to provide a stable, uniform surface in accordance with the specified grades and surface drainage flow lines. Excavation: The Contractor shall make all necessary excavation for footings and slabs and do any additional excavation necessary to provide ample room for installation of concrete forms where required. Footings may be poured against undisturbed soil, except where caving occurs. Bottom of excavations shall be level, free from loose material and brought to the indicated or required levels in undisturbed earth. All excavations shall be kept free from standing water. The Contractor shall do all pumping or draining that may be necessary in carrying on the work. Should excavations for footings, through error, be excavated to a greater depth or size than indicated or required, such additional depth or size shall be filled with concrete, as specified for footings, at the Contractor's expense. Miscellaneous Grading: Contractor shall perform miscellaneous grading associated with the work and in finishing adjacent properties to join the improvements. Backfilling• After the foundations and walls have been placed, forms removed, and concrete or masonry work approved, the excavation shall be backfilled with earth to the required grade. Select site material shall be used for backfill and shall be free from large stones and clods. Material shall be approved by the Soils Engineer. - 2 3( 2.20 - Earthwork and Grading C •Backf ill shall be depos i* layers of 6" thickness. Layers of backfill shall be moistened with water, the amount to be rigidly controlled to insure optimum moisture conditions for the type of fill material used. Excess water causing saturated earth beneath footings will not be permitted. Back£ill shall be compacted by suitable means to 90% density. All trenches for other work shall be backfilled in accordance with this section, and may be tested at the discretion of the Engineer. Protective Measures: All excavations shall be protected and guarded against danger of life, limb and property. Existing improvements and trees within contract limits or areas of activity shall be properly protected. Dust and Noise Abatement: During the entire period of construction, site areas shall be kept sprinkled. Seasonal Limitations No fill material shall be placed, spread or rolled during unfavorable weather conditions. When work is interrupted by heavy rains, fill operation shall not be resumed until the field tests by the Soils Engineer indicate the moisture content and density of the fill are as previously specified. PART 3 - QUALITY CONTROL Survey: Horizontal and vertical control points: Contractor, from reference points shown on the drawings. Layout, lines and levels, staking of work, Contractor. Testino• All soils and aggregate testing shall be accomplished by the Soils Engineer. Gradinc Operations: Any adjustments to the grading work required to bring it into conformance with the intent of the plans and specifications shall be performed by Contractor at no additional cost to the Agency. The Contractor shall immediately notify the Agency Representative of any apparent excess or deficiency of material required to achieve the intent of the plans and specifications. The Agency Representative shall review and approve the Contractor's proposed method of borrow or disposal of site material prior to any action by the Contractor. - 3 2.20 - Earthwork and Grading �� SECTION 2.23 - SOIL TREATMENT PART 1 - GENERAL • Scope: All areas to be surfaced with asphaltic concrete, decomposed granite, and brick dust shall be treated. Related Work Specified Elsewhere: Earthwork - Section 2.20. A.C. Paving - Section 2.60. Decomposed Granite - Section 2.73. Infield Surface - Section 2.73. PART 2 - MATERIALS Product and Application Rate: "Casaron W -50" (50% Active Dichlobenil) or equally effective physiologic - phytopathic equivalent chemical. "Casaron W -50" applied as wettable powder at rate of 24 lbs. in no less than 100 gallons of water per acre, nor more than 150 gallons of water per acre. Chemical shall be applied to damp soil surface. PART 3 - EXECUTION General: Notify Agency Representative two days prior to application of chemical. Equipment: All solution mixed applications shall be applied with a paddle agitator spray rig. Treatment: Apply after the subgrade has been completed and just prior to placing the aggregate base course. The time lapse between soil treatment and placing of cover shall be the practicable minimum. After the chemical treatment has been made, the area shall be thoroughly sprinkled so as to distribute the chemical through the first two or three inches of the subgrade. Protection: The Contractor shall provide all necessary protection to prevent injury to animal or adjacent plant life and property occasioned by the application of the soil sterilant. The Contractor will be held responsible for all personal injury or property damage caused by the application of soil sterilants or the storage of the same. - 1 - 2.23 - Soil Treatment '?� -Z 'SECTION 2.40 - SHORING AND 0H SAFETY PART -, ti GENERAL 1n u The provisions of Standard Specifications, Section 306 apply, except as modified herein. The Contractor's attention is directed to the provisions of Section 6424 of the Labor Code concerning trench excavation safety plans. PART 2 - SAFETY PLANS Requirements: Excavation for any trench five feet or more in depth shall not begin until the Contractor has received approval from the Division of Industrial Safety and Agency Representative of the Contractor's detailed plan for worker protection from the hazards of caving ground during the excavation of such trench. Submittal: Such plans shall be submitted at least five (5) days before the Contractor intends to begin excavation for the trench and shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. Standards No such plan shall allow the use of shoring, sloping, or a protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an engineer who is registered as a Civil or Structural Engineer in the State of Californ ia. - I - 2.40 - Shoring and Trench Safety's ' • SECTION 2.50 - SITE DRAINAGE• • PART 1 - GENERAL Related Documents: The provisions of the Standard Specifications, Section 306, apply except as modified herein. "Standard Specifications for Public Works Construction ", APWA, 1985 edition, and all supplements. Scope: Furnish and install drain line system as shown on the drawings, including material, labor, equipment and services required for construction of a complete system including, but not limited to, the following: Protective measures. Drain lines. Inlet and outlet storm water curb openings. PART 2 - MATERIALS AND INSTALLATION The curb openings and local depressions shall be constructed in accordance with details as shown on the plans, and connections to storm sewers shall be in accordance to the local responsible agency standards. All concrete shall conform to Section 201 and all concrete construction shall conform to Section 303 of the Standard Specifications. Catch Basins. All catch basin covers in lawn and paved areas shall be steel, lockable and designed for bicycle traffic. All trench backfill and bedding fill material due to over- excavation shall be compacted to a relative density of 90% as determined by the test described in Section 211 -2 of the Standard Specifications. Plastic Storm Drain Pine: Plastic storm Drain piping shall be solid wall pipe conforming to Section 207 -15 of the Standard Specifications, minimum SDR 35. Lun -drain as distributed by Drainage Products, Inc., telephone (714) 582 -3676. 2.50 - Site Drainage t•SECTION 2.60 - A.C. PAVING • • PART 1 - GENERAL Related Documents: Standard Specifications for Public Works Construction, 1985. Work Included: Protective measures. Asphaltic concrete surfacing. All parking stall painting, located as per drawings Related Work Specified Elsewhere: Aggregate base: Section 2.20. Concrete: Section 3.31. Removal and demolition work: Section 2.10. Earthwork and grading: Section 2.20. Soil sterilization: Section 2.23. Drainage: Section 2.50. PART 2 - MATERIALS Asphalt Concrete Pavement: Asphalt concrete materials shall be Class C2 AR 4000, in conformance with Section 203 -6 of the Standard Specifications. The finish course of A.C. pavement shall be Class "C2 "; however, underlying courses may be Class "B" or Class "Cl". Asphalt concrete pavement shall be constructed in accordance with Section 302 -5 of the Standard Specifications to the limits and grades shown on the construction plans and as specified by the Soils Report. The maximum thickness of any A.C. paving course shall not exceed 2 1/211. Liquid Asphalt: A tack coat shall be applied to all asphalt concrete and P.C.C. concrete surfaces to be joined by new A.C. pavement. Liquid asphalt used for tack coat shall be Grade SS -lh Emulsified Asphalt in conformance with Subsection 203 -3 of the Standard Specifications. The rate of application of the tack coat shall be as designated in Subsection 302 -5.3 of the Standard Specifications. Traffic Paint: Paint shall be specifically manufactured for traffic line markings and shall conform to Section 210 -1.6.3 of the Standard Specifications. PART 3 - EXECUTION General: Thickness of aggregate base course and for asphaltic concrete surfacing after compaction shall be as noted on the drawings. Painting: All traffic painting on paved surfaces, including stall markings, striping, etc., shall be painted where noted on the plans. Machine apply in strict accordance with manufacturer's directions. A minimum of two coats shall be applied to achieve the desired opacity. Engineer shall be sole judge of opacity, and his judgment shall be final. Tests; All required tests shall conform to the requirements of the Standard Specifications. Project Meeting: Prior to commencement of any pavement operations, the Contractor and paving subcontractors shall attend a pre - pavement meeting as directed by the Agency Representative. 1 - 2.60 - A.C. Paving •SECTION 2.71 - FENCING • PART 1 - GENERAL 1� u The provisions of the Standard Specifications, Sections 206 -6 and 304 -3 apply except as modified herein. Work Included• Furnish and install fencing as shown on the drawings. PART 2 - MATERIALS Fabric shall be 2 -inch by 6 -inch, 6 -gauge having an O.D. of .1943 .005" tolerance, galvanized welded wire corral panel, distributed by Master - Halcoinc, 700 E. Lambert Road, LaHabra, California 90633, telephone (714) 350 -4740. Posts, rails and all other piping shall be Class 1 only. Posts, rails, bracings and footings shall be sized as noted on drawings. Ties, galvanized steel wire - 6 gauge. All fittings shall be heavy duty. PART 3 - EXECUTION All fabric shall be installed on the "playing" side of fencing. Attach the fabric on the athletic side of the framework by means of matching ties, tension bars, tension bands and HOG rings. All ties for panels shall 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 occurring at posts wherever possible. Do not overlap panels vertically. They shall be continuous. Connect panels together by means of HOG rings installed at 10" O.C. maximum. 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. 37 - 1 - 2.71 - Fencing • ,SECTION 2.73 DECOMPOSED GRAN INFIELD SURFACE • PART 1 - GENERAL Work Included in this Section: Site layout for ballfield Site preparation for ballfield. Refer to plans. Fine finish grading. Furnishing and installing decomposed granite. Furnishing and installing infield surface. Work not Included: Site demolition. Rough and finish grading. Irrigation. Fencing. Concrete. Play Equipment. Related Work Specified Elsewhere: Soil sterilization, Section 2.23. Approvals: All rough and finish grading shall be inspected and approved before start of any work of this section. All sprinkler work affecting the work of this section shall be inspected and approved before installation of topping. PART 2 - MATERIALS Decomposed Granite: Decomposed granite shall meet the requirements of Standard Specifications, Section 400 - 2.3.1, Disintegrated Granite, except that grading shall be as follows: Sieve Size % Passim 3/4" 100 1/2" 95 - 100 No. 4 50 - 100 No. 30 25 - 55 No. 200 5 - 18 Infield Surface: Brick dust topping course shall be 100% imported and pre -mixed blend derived from crushed brick and brick clay having the following physical properties: Minimum 95% passing 9.5 millimeter standard sieve. Minimum 65% passing 500 micron standard sieve. Minimum 30% passing 53 micron standard sieve. Maximum 42% passing 53 micron standard sieve. Minimum .03% extractable calcium based on dry weight and utilizing 10% of sodium acetate extracting solution. Equal to "Angel Mix" furnished by Corona Clay, 714/737 -5667. Submittals: Contractor to furnish conformance tests and obtain approval of material prior to delivery. ?i� - 1 - 2.73 - Decomposed Granite, Sand, & Infield Surface • ' Evenly distribute deco granite to bring grades to r.d level after incorporation and compaction. Grade to uniform slope. Thoroughly moisten without flooding and compact to minimum 90 %. Infield Surface: Subcut infield area to three inches below finish grade. Remove all rock 1/2" and larger a minimum of 3" below subgrade by dragging the area. Maintain uniform subgrade slope to drain. Thoroughly moisten the soil without flooding and roll with a minimum 3 ton roller. Prior to placement of three inch (3 ") deep brick dust, the graded area shall be treated with a non - translocating, pre - emergent herbicide (see Soil Treatment - Section 2.23). Evenly distribute sufficient brick dust to bring grades to required level after incorporation and compaction. Grade to uniform slope. Thoroughly moisten without flooding and roll with minimum 3 ton road roller. Match finish elevations to existing infield edge. Maintenance Remove all vegetation in infield areas and in decomposed granite areas as it appears. Contractor may use a contact weed killer that does not stain or leave a residue to control vegetation. .2nd - 2 - 2.73 - Decomposed Granite & Sallfield ♦ 'SECT ION 2.75 - IRRIGATION So • PART .1 -. GENERAL The provisions of the Standard Specifications, Section 212 apply, except as modified herein. Work Included in this Section: Landscape Irrigation System. Record drawings. Irrigation work shall be coordinated with all other trades. Work Not Included in this Section: Grading Landscaping Electrical Related Work Specified Elsewhere: Cutting and Patching, Section 1.07 Water Meters: Water meters are existing. See Plans for size and location. Pay for all fees required to make connection to meter. Point of Connection: Make connection of irrigation system main line at 4" Gate Valve in approximate location shown. See Plans for details. Electrical Meters: New electrical meters required by this contract shall be provided under the Electrical Section. Drawings: The drawings are diagrammatic only. It is the intent of the plans and specifications that the irrigation system shall efficiently and uniformly irrigate all areas according to horticultural and soil requirements, and that it shall be complete in every respect and shall be ready for operation to the satisfaction of the Agency. Contractor shall notify the Agency Representative before starting any work if dimensions differ from the contract drawings. Record Drawings. Furnish record drawings to the Agency Representative, showing dimensioned location of all buried pipe and valves, control pilot wires to valves and controllers. Take dimensions prior to backfilling of trenches. All record drawings shall be done in red ink on mylar sepias. Materials List and Manufacturer's Catalogs. Within days after award of contract, submit four (4) copies of a complete materials list, including manufacturer's name and number covering all material required under this Division, together with four (4) copies of descriptive literature. Maintenance Charts. On the inside surface of the cover of each automatic controller, the Contractor shall prepare and mount a chart showing the valves and sprinkler heads serviced by that particular controller. All valves shall be numbered to match the operation schedule and the drawings. Only those areas controlled by that controller shall be shown. This chart shall be a plot plan, entire or partial, showing building, walks, roads and walls. A photostatic print of this plan, reduced as necessary, and legible in all details, shall be made to a size that will fit into the controller cover. This print shall be approved by the Agency Representative and shall be hermetically sealed in plastic. This shall then be secured to the inside of the cover. Show controller designation on each chart. Miscellaneous Items to be Furnished by Contractor: Provide the following tools as a part of this contract: Six (6) wrenches for disassembling each type sprinkler head used; Two (2) operating keys suitable to operate each type of valve used; Six (6) quick coupler valve keys to fit type of couplers used (complete with hose bibb); Six (6) quick coupler lock type cover keys; One (1) set of automatic controller cabinet keys for each controller used; Three (3) sets of maintenance and parts manuals for controller, remote control valves, shut -off valves, quick coupler valves, rotary heads, and all other mechanical devices with moving parts used in this contract. Present in hardback three -ring binders. - 1 - "0 2.75 - Irrigation System �'iiarantee: • • A letter, of guarantee from each manufacturer shall be submitted to the Owner guaranteeing his materials for a period of one year against material defects and workmanship. In cases where longer guarantees are required by these specifications, such guarantees shall be submitted. PART 2 - MATERIALS Specifying by Name: Whenever any material is specified by name and number thereof, such specifications shall be deemed to be used for the purpose of facilitating a description of the materials and established quality, and shall be deemed and construed to be followed by the words "or approved equal ". No substitution will be permitted which has not been submitted for approval to the Agency within 35 days after the contract has been awarded. Three (3) copies of descriptive literature, including pressure loss curves, nozzle performance characteristics, etc., shall be furnished for any materials submitted as "equal" substitutes. No item will be considered as "equal" if it is constructed of different materials or alloy or is of a different principle of operation. Piping, tubing, conduit, valve, or any device through which the flow of water must pass shall not cause a greater resistance, turbulence, or pressure loss due to friction than that material as engineered and designed into this system. Pressure loss curves shall be certified by an impartial commercial testing laboratory with all costs for tests and reports being paid for by the Contractor wishing to make the substitution. Contractor shall submit letter (with material list) stating his reasons for any substitution and showing amount of credit offered if substitution should be acceptable. General: All materials shall be new and of size and type as called out on the drawings. All materials of like kind shall be of one manufacture. Shut -off Valves: 1/2" through 2" shall be 200 lb. WOG bronze gate valves, non- rising stem, hand wheel, teflon impregnated packing gland, solid wedge disc. 2 1/2" and over (below grade installations) to be 200 lb. WOG butterfly valves with resilient lined seats of wafer -span type, replaceable body 0 -ring flange seals, bodies of high - strength cast iron with aluminum bronze disc, 316 stainless steel shafts, Buna -N seats and seals. Buried valves equipped with AWWA 2" operating nuts to be operated with T -handle extension wrench. Valve Boxes for Main Shut -Off Valves: Size and type as called out on the drawings. Backflow Preventer: Backflow preventer shall be of size and type as called out on the drawings, complete with gate valves and test cocks provided by the manufacturer of the device. Red Brass Pipe: Shall be Federal Specification No. WW -P -351 medium weight, IPS, with threads to conform to ASA Specification 82. Fittings shall be medium pattern; banded, threaded with standard taper pipe threads. Fittings - Steel: 150 lb. galvanized malleable iron, banded. Unions - Steel: Galvanized steel with brass to iron seat, minimum 300 lb. WOG, ground joint. Risers - Ferrous Metal: Shall be galvanized steel pipe (to strainer assembly). Material for sprinkler head risers shall be as called out on the drawings. Pipe Wrap: Galvanized steel pipe to strainer assemblies shall be field wrapped as detailed or to 6 inches above finished grade. Use ten mil PVC tape, two layers (half - lapped) to equal forty mil thick total wrapping. Clean surfaces and prime with solution required by manufacturer of tape. Field wrap all joints with same materials leaving identification marks visible, re -apply wrap over holidays as recommended by tape manufacturer. All wrapping to be tested in the presence of the Agency Representative using approved type holiday detector. u� _ 2 _ 2.75 - Irrigation System } • • PVC Pipe (General): Nil 'pike to be permanently and continuously marked with manufacturer's name, pipe size (IPS) and schedule (D- 1785 -68 for schedule pipe), manufacturer's lot number and NSF approval. Pipe with dents, ripples, wrinkles, die or heat marks is not acceptable. Pipe shall be delivered to the site in 20 foot lengths. Threaded PVC Nipples: Schedule 80, Type 1, 3 inch minimum length, except where detailed otherwise on drawings. PVC domestic main to drinking fountains shall be PVC Schedule 80 solvent welded plastic pipe; gray in color, meeting ASTM D -1785. PVC Mainline: Shall be 1120/1220 normal impact, 1/2" through 3" use Schedule 40, solvent weld type meeting ASTM D -1785, 4" and over, use Class 200, ring-type, integrally thickened bell ends, rubber ring seals or gasketed coupling joints meeting ASTM D -2241. PVC Laterals (Non- Pressure Piping): Normal impact, Schedule 40, solvent weld type meeting ASTM D -1785. Fittings - PVC: For make -up shall be of same chemical compound as pipe on which it is installed. Use Schedule 40 medium -wall fittings for any "all socket" connections. Use Schedule 40 heavy -wall fittings for all fittings with one or more threaded outlets. Fittings for ring -type connections shall be compatible with the pipe on which they are used. Sealing rings shall be procured from the manufacturer of the pipe and meet configuration of grooves and diameters provided. Pipe Compound: Threaded connections, including PVC to steel make-up, shall be best grade teflon tape. Primer: For PVC solvent weld connections shall be as recommended by the manufacturer of the PVC pipe. Primer shall be chemically compatible with the pipe, fittings and solvent. No primer need be used if "Christy's Red Hot Blue Glue" is used as solvent material. Solvent: For PVC solvent weld connections shall be as recommended by the manufacturer of the PVC pipe. Solvent shall be chemically compatible with the pipe, fittings and primer. Sprinkler Risers: The riser shall be PVC Schedule 80 to fit sprinkler opening in swing joint assembly and proper length as detailed on the drawings. Quick Coupler Valves: 150 lb. cast bronze body, self - closing metal cover with green rubber protective caps, locking type. Threaded track, one inch size. Couplers: Same manufacturer as quick coupling valve; cast bronze, machined shank, coupler to include operating handle. Top of coupler equipped with 3/4" hose swivel. Sprinkler Heads: Make, size, type and performances as called out on the drawings. Automatic Controller: 120 volt, single phase, 60 cycle electric clock control unit in weatherproof, vandal- resistant metal cabinet, hinged locking door. Shall incorporate the following features: 8 day variable cycle, 0 to 99 minutes timing integrally variable; automatic, semiautomatic, and manual operation; manual immediate- station-advance; station -in- operation indicator; 24 -hour start clock; on -off and repeat device. No delay between stations. To operate 24 volt valves. All control devices to be captive type. Contains pump- starting - stopping circuit. Master switch cuts all power circuits except starting clock. Controller shall be as called out on the drawings. - 3 - �Z 2.75 - Irrigation System Automatic Controller Enclosu>� Shall be make, size, and type as called out on the drawings. Provide one "security" padlock and two keys 'for each enclosure. Automatic controller enclosure shall be as manufactured by "Pacific Technical Services, " Model PCA -21, 714/837 -4460. Remote Control Valves: All bronze globe type, contamination proof, slow closing, 150 lb.; electrically operated, 24 volt, epoxy encapsulated waterproof solenoid to be an integral part of the unit; throttling device with cross arm on top; manual operating device to cause valve to open and close without use of electricity. Manual operator shall be provided by the factory and not fabricated by the Contractor. Valves shall be of same manufacture as automatic controller. Valves shall have one year manufacturer's warranty. Valve Boxes for Remote Control Valves: Size and type as called out on the drawings. Electrical Requirements to Automatic Controllers - (120 v): To be complete in every respect to City Electrical Code, ready for use and in accordance with manufacturer's requirements. Provide separate power shut -off switch at panel for each controller. All wiring in galvanized conduit and fittings from source provided under the electrical section. No running threads accepted; use nipples. Conduit system shall be 660 volt insulation, NEC standard annealed copper wire and shall be minimum AWG #12 TW or RW. Protect each controller by a code approved ground connection. Supply to be 120 volts, 60 cycle, single phase, one amp. Use only galvanized steel fasteners in securing controllers in position. Install new controller as detailed on drawings. Electrical Requirements for Automatic Controllers (24 volts): To remote control valves shall be U.F. type, U.L. approved, AWG number 14 solid strand copper wire with minimum 4/64" PVC coating, 600 volt, 75 C. "Common" wire to be white coated. Each "pilot" wire to be a different color. Wire Connectors for Direct Burial Conductors (24 volt): 600 volt 60 C, AWG -UF type, waterproof, epoxy or PVC compound filled containers. Di- Electric Isolation: Provide between all connections joining ferrous and non-ferrous metals, or old (existing) ferrous and new ferrous metals. Submit for approval type intended for use. Concrete: 2,000 lb. strength at 28 days. Fine aggregate may be granular sand. All rock and gravel for use in concrete shall be mechanically washed and free from injurious amounts of deleterious substances. PART 3 - INSTALLATION General: All work shall be performed by competent, experienced workmen and in a manner to coincide with methods as set forth by the manufacturers of the equipment to be used and as acceptable to the Agency Representative. No consideration will be given to any design changes unless called for by the Agency Representative. Contractor shall be responsible for damages caused during his operations to any existing underground utility lines including existing irrigation control wires, storm sewers, sanitary sewer systems, gas lines, potable water lines, irrigation lines, telephone cables, gasoline or oil lines, electrical cables, or any other systems (buried or overhead). If such damage should occur, Contractor shall immediately notify Landscape Architect, Agency, and department affected by such damages and shall pay all ensuing costs. Comply with all governing construction and plumbing ordinances for all work under this contract. All work shall be assembled to conform to details and notes on the drawings, whether or not mentioned in the specifications. Verification of Dimensions: Verify all horizontal and vertical site dimensions prior to staking of heads. Do not exceed spacings shown on drawings for any given area. If such modified spacings demand additional or less materials than shown on the drawings, notify Architect before commencing work. - 4 - !{'> 2.75 - Irrigation System "Manufacturer's Requirements- • Manufacturer's requirements for installation of products shall apply: When no other direction is given; When it is a more stringent requirement than the Standard Specifications and these Special Provisions. Work Soace: The Contractor shall erect fences or guards as are required for the protection of the public and protection of construction materials, and maintain same in good repair until the completion of the work under the contract. Drawings of Record: Obtain blueline ozalid prints from the Agency Representative and maintain daily records showing every change from the contract drawings of all locations of main lines, buried valves, conductors, quick coupler valves, and plugged or capped outlets. Locate each item from two points of architectural permanence, i.e., curbs, walls, light standards, etc. Do not dimension from sprinkler heads or other parts of the irrigation system. Keep record drawings on site for daily observation by the Agency Representative. All dimensions to be taken prior to backfill. On date of final observation, deliver corrected drawings to the Agency Representative. Final drawings shall be prepared by the Contractor on sepia prints obtained from the Agency Representative, showing all field notes in India ink finalized by a competent draftsperson. Delivery of prints does not relieve the Contractor of responsibility for providing any information that may be omitted from the prints. Trenching: Do all excavation for installation of all work included in contract. Mechanical trenching machines shall be type to cut trenches with straight, parallel sides. Trenches to be only wide enough as may be required to lay the pipe and control wires. "Pulling" of main line pipe and /or control wires will not be permitted. Contractor shall use all possible care to protect existing trees and plants during trenching. Roots 2" or larger shall be tunneled under and wrapped with wet burlap to prevent scarring with two coats of approved sealer manufactured for this purpose. Cover all trenches in root areas (only while open) with wet burlap, and backfill within 24 hours after opening the trench. Obtain Agency Representative's approval before cutting any root over one inch diameter. All trenching in such areas shall be done by hand. Backf ill: After the work has been installed to depths as detailed on the drawings, flushed, tested, and proven tight in the presence of the Agency Representative, backfill with fine materials. Allow no rocks or other objects larger than one inch diameter to fall in the first 6" of cover. Backfill carefully and tamp properly to avoid any voids. Flooding of trenches shall be done only with the approval of the Agency Representative; however, all sandy soils shall be flooded during the backfill- compaction operation. After compacting backfill over all pipe lines to equal density of adjoining undisturbed soils, Contractor shall remove all remaining debris caused by his operation from the site and dispose of same in legal manner. All trenches shall be left flush to the adjoining undisturbed grades. Any work covered prior to field observations by the Agency Representative shall be uncovered at the expense of the Contractor to allow for such observations. Laving of Lines: Lines shall be staked and installed in the locations shown on the drawings. Discrepancies between drawings and site shall be brought to the attention of the Agency Representative prior to trenching. Do not exceed maximum spacings shown on drawings, nor exceed the GPM on the pipe sizes shown. Assemble all pipes free from dirt and scale; ream and deburr. Piping and electrical sleeves under concrete shall be set in place prior to paving work. If pipe must be laid after paving is in place, it shall be done by jacking, boring, or hydraulic driving. If cutting or breaking of any paving is necessary, it shall be done and replaced with like material at the expense of the Contractor. Obtain approval of Agency Representative prior to any cutting or breaking. Hydraulic driving will not be permitted under asphalt paving. All sleeves set in place under paving shall extend 18" minimum beyond such paving and be capped handtight. No fittings, including couplings, will be permitted under surfaces to be paved except where the length of the line under the paving exceeds 20 feet or where lines are encased in sleeves. 5 NU 2.75 - Irrigation System ' Assembly of Metal Pine: • • .Do, nmt bend or spring pipe; make all offsets or changes in direction with fittings. Cut threads with sharp, r,lean dies to conform to ASA specifications 82. Make lip joints by applying oil base compound to male threads only. Remove excessive compound after makeup. Assembly of PVC Pipe: Handle with care when loading, unloading, transporting and storing to avoid damage. Store pipe and fittings under cover before using. Transport in vehicle with bed of sufficient length to carry pipe flat and fully supported. Store pipe in same manner. Notify Agency Representative when each pipe and fittings shipment reaches the site, for observation. Rejected materials shall be immediately removed from the site and replaced with new shipment of different batch number. Joining by Ring Seals: Provide for expansion and contraction at each end. Use rubber ring and lubricate with non -toxic lubricant. Centerload, leaving all connections exposed. Do not lay pipe in trench containing water or at less than 32 degrees F. Thrust Blocks: Concrete thrust blocks shall be provided with ring -type PVC pipe at all points where line changes direction, or thrust, as at elbows, tees, reducers, dead -ends, or where the line changes direction greater than 10 degrees. Pour blocks to leave valves and fittings accessible for repair. Thrust blocks to be of size and shape as prescribed in pipe manufacturer's installation manual which shall be a part of this specification, by reference. Joining by Solvent Weld: Use non- synthetic brush to spread primer and solvent using no larger than pint -sized cans. Clean and refill cans each day. Cut pipe square, ream, chamfer outside end at 10 degrees. Clean and dry pipe and fitting socket. PVC solvent weld connections shall be made as recommended by the manufacturer of the PVC pipe. Bottom the pipe in socket and turn 90 degrees. Hold joint together 30 seconds. Wipe off excess solvent. Allow to set 30 minutes before moving. Snake pipe side to side in trench bottom, keeping 4" horizontal clearance between two pipes in same trench. Do not lay pipe in trench containing water or at less than 32 degrees F. Center load .immediately leaving joints exposed. Flushing of Lines; Mains shall be flushed before attaching remote control valves, quick coupler valves and with pipe centerloaded. All water being discharged shall be temporarily piped up and out of the trenches. Trenches to be kept dry for pressure tests to follow. Install all valves after approval of flushing procedure by the Agency Representative. Laterals shall be flushed before sprinkler heads are in place. Cap all risers, apply pressure, remove caps in sequence starting at the control valve. Replace caps before removing caps to follow. Continue to end of each lateral. Flush until all foreign matter and mud is cleared of the system. Contractor to provide all materials required for flushing operations. Pressure Tests: Perform all hydrostatic tests in presence of the Agency Representative after flushing lines. Maintain 125 psi on main lines for six (6) hour with all air expelled from line and with all valves in place. All leaks shall be corrected in mechanical manner without use of epoxy fillers or other filler compounds. Provide all equipment for tests including force pump and pressure gauges. Laving of Control wires (24 volt): Lay wires in common trench with main lines. Splicing allowed only every 500 feet. Provide 2 feet expansion loop at splice. Use concrete electrical junction box with bolt down lid at each splice point. White coated common wire in junction boxes to be tagged with 1/4" wide embossed plastic labeling tape showing controller designation. Use plastic electrical tape and bind all control wires in bundles at 10 foot intervals. Splices, including splices at remote control valves, shall be waterproof. Install PVC sleeve where wire is not installed with main lines. Protection during Hvdromulching: If seeding of any portion of the site is to be done by hydromulching methods, Contractor shall protect all sprinkler heads in the areas to be hydromulched by slipping plastic bags of appropriate size over each head prior to hydromulching operation. All bags shall be removed after cessation of hydromulching and properly disposed of. 4S - 6 - 2.75 - Irrigation System " 'Adjusting System • • Adjust entire system prior to coverage test and again at conclusion of maintenance period. 1. Set all shut -off valves in the system to full open position. 2. Adjust all stationary heads to equal and uniform coverage using adjusting screws in each sprinkler head and by control of the throttle device in each remote control valve. 3. Adjust all rotary head systems using pitot tube with pressure gauge attached. Set most critical head in each system to meet nozzle pressure as called out on the legend by regulating the remote control valve while pitot tube -gauge assembly is inserted in nozzle. Adjust all radii to fit requirements on drawing if heads are equipped with such a device. 4. Adjust arcs of all adjustable arc type heads so as to prevent overspray on areas to be kept dry. This can also mean the replacement of nozzles in stationary heads to nozzles of difference cut, i.e., 180 nozzles to change to 120 nozzles, etc. 5. At proper time of plant growth, or when directed by the Agency Representative, Contractor shall set automatic controller to operate as noted on the drawings and shall at that time readjust all remote control valves in the system to operate heads at optimum performance based on night time pressures and simultaneous demands through the supply lines. This may call for repeat of the pitot tube- pressure gauge tests described above if the Agency Representative calls for such procedure, at no additional cost to the Agency. Site Cleaning: Clean all debris from site, remove all storage rooms and all other constructions and make site ready for planting work to follow. Work or debris not cleared for landscape work may be backcharged to this subcontractor by the landscape subcontractor. Observations: Observations will be performed by the Agency Representative at the following times and at random visits when the observer may be on the site. 1. Prework conference. To be conducted prior to any irrigation work under this contract. 2. Observation of flushing. 3. Observation of pressure test. 4. Observation of coverage performance. 5. Final observations of the completed installation. 6. Contractor shall not cover any work prior to observat °on by the Agency Representative. 7. All observances called for by the Contractor shall be requested in writing, at least 48 hours prior to the anticipated observation. All work shall meet the approval of the Agency Representative or be rectified by the Contractor to condition that does meet this acceptance at no additional cost to the Agency. If the Contractor calls for observations and is not ready for the observations, it shall be backcharged, hourly, including travel time for all members of the team of observers involved. Lowering of Heads, Valve Boxes, Quick Coupler Valves, etc.: All equipment that may be damaged by mowing shall be set flush to finished grade as called out on the drawings, prior to final acceptance of the work. Guarantee The Contractor shall guarantee the entire irrigation system against defects in materials and workmanship for a period of one (1) year from the date of acceptance of the work. The Contractor shall furnish a Faithful Performance Bond in the amount of 10% of the amount bid for the installation of the irrigation system to be in force for the one (1) year guarantee period. - 7 - u (J 2.75 - Irrigation System ' •'SECTION 2.80 - LANDSCAPE P • PART.l GENERAL The provisions of the Standard Specifications, Sections 212 and 308 apply except as modified herein. Work Included in this Section: Finish grading (fine). Weed abatement. Soil preparation. Tree supports. Furnishing plants and planting. Fertilizer, soil amendment. Watering. Project maintenance period. Soils analysis. Work not Included in this Section: Rough grading. Finish grading. Irrigation system. _ Approvals: All sprinkler work shall be inspected and approved before starting any work of this section, except that specimen trees shall be installed prior to beginning sprinkler work. All turf areas shall be planted and all landscape planting shall be installed and approved prior to the commencement of the plant establishment and maintenance period. - PART 2 - MATERIALS Landscape Finish Grading: Site topsoil material shall be used. Turf Seed Mixes: All seed shall be fresh, clean, new crop seed, premixed by mechanical mixer to proportions specified. Minimum purity and germination as follows: Proportion Turf Mix by Weight Purity Germination Ryegrass (50% Pennfine, 50% Derby by count) ................... 30% 95% 90% Red fescue .................... ............................... 30% 98% 80% Bermuda grass* (certified Arizona Common) ..................... 40% 98% 85% *Hulled seed shall be used if planted April through September. Unhulled seed shall be used if planted October through March. Seeding rate: 350 pounds per acre. (8.03 pounds per 1000 square feet). Commercial Fertilizers: Fertilizer 16 -7 -12: Fertilizer shall be a long - lasting, slow - release fertilizer compound having an N -P -K ratio of 16 -7 -12 (+ Iron), and shall be derived from the sources listed in the following analysis and be a blend of resin coated prills (which supply controlled release nitrogen, phosphorus, and potassium) and uncoated, rapidly soluble prills containing nitrogen and phosphorus. Guaranteed Analvsis TotalNitrogen ........................ ............................... ..........................16.0% 8.5% Ammoniacal Nitrogen. Derived from Ammonium Nitrate, Ammonium Phosphates, and Ammonium Sulfate. 7.5% Nitrate Nitrogen. Derived from Ammonium Sulfate. (These forms of Nitrogen are coated to provide 13% controlled - release nitrogen.) Available Phosphoric Acid ....................................... ............................... 7.0% Derived from Ammonium and Calcium Phosphates. SolublePotash ........................ ............................... ..........................12.0% Derived from Potassium Sulfate and Potassium Nitrate. CombinedSulfur ................................................. ............................... 5.0% Derived from Potassium Sulfate and Iron Sulfates. Iron (Fe) expressed as Elemental ................................ ............................... 2.5% Derived from Iron Sulfates. Potential Acidity: 800 lbs. Calcium Carbonate Equivalent per ton. Fertilizer 12- 12 -12: Fertilizer shall be rapidly soluble prills containing equal amounts of nitrogen, phosphorus, and potash plus sulfur and calcium and derived from the following sources: 1 Li % 2.80 - Landscape Planting +, Guaranteed Analysis Total Nitrogen ........... .. .......................... ..........................12.0% i)s Apmoniacal derived from Ammonium Sulfate and Ammonium Phosphate. Available Phosphoric Acid ............. ............................... ..........................12.00 Derived from Ammonium Phosphate. Soluble Potash ........................ ............................... ..........................12.0% Derived from Sulfate of Potash. Sulfur (S) expressed as elemental ..... ............................... ..........................15.0% Derived from Sulfate. Calcium......................................................... ............................... 2.1% Derived from Gypsum. Ammonium Sulfate: Conforming to the requirements of the Agricultural Code of the State of California. Iron Sulfate: Ferric sulfate or ferrous sulfate in pelleted or granular form containing not less than 18.5% iron expressed as metallic iron, and shall be registered as an agricultural mineral with the State Department of Agriculture in compliance with Article 2, "Fertilizing Materials ", Section 1030 of the Agricultural Code. Soil Amendment: Soil amendment shall be an organic wood base product, Type I, as specified in the Standard Specifications, Section 212 - 1.2.4. Hvdromulch Materials: Water. General precautions should be observed when drawing water from sources other than main pressure. The use of filters may be required when directed. Such water must be free of impurities. Seed. Turf seed as previously specified. Wood Fiber Mulch. Fiber shall be produced from cellulose such as wood pulp or similar organic material and shall be of such character that it will disperse into a uniform slurry when mixed with water. The fiber shall be of such character that when used in the applied mixture an absorptive or porous mate, but not a membrane, will result on the surface of the ground. Materials which inhibit germination or growth shall not be present in the mixture. Fertilizer. 16 -7 -12 (+ Iron) coated prill blend. Add to slurry mix at 870 lbs /acre. Binding Agent. Dry powder organic concentrate. Ecology Controls M- Binder or equal. Available from Robinson Fertilizer Company, (714) 538 -3575. PART 3 - EXECUTION Agronomic Soil Test After Amending Soil: After the soil amendment procedure has been completed and prior to commencement of planting the Agency Representative will take one sample per two acres of turf of amended soil. The Agency Representative shall deliver the samples to an approved agronomic soils testing laboratory for analysis and report. Costs of analysis and report shall be borne by the Contractor. If any deficiencies are found, the elements required to be added to the planting areas to comply with these specifications shall be borne by the Contractor. The additional soil testing costs to insure conformance will be borne by the Contractor. After certification by the laboratory that amendment procedures have been complied with, the Contractor may proceed with planting. Permissible limits of analytical deviation are as follows: Items Permissible Limits Percentage organic matter ...........................Plus or minus 20% Mineral nutrients: available nitrate plus ammonic nitrogen ............. Plus or minus 20% available phosphate phosphorus ......................Plus or minus 20% available potassium ...... ...........................Plus or minus 20% Soil Amendments and Fertilizer for Bid Purposes: All lawn areas shall receive soil amendments per soil analysis recommendations. See specs. (Use the T, 2.80 - Landscape Planting •following quantity per 1,000 t. for bidding purposes). 1: '3 cubic yards nitrogen stabilized organic amendments. 2. 15 lbs. commercial fertilizer (12 -12 -12 + iron). 3. 100 lbs. gypsum. 4. 10 lbs. soil sulfur. Finish Grading: Before any planting operations start in any area, all trash and deleterious materials on the surface of the ground shall be removed and disposed of. After completion of fine grading and prior to soil preparation, the Contractor shall adhere to the Agronomic Soils Test and Report recommendations as required, except for the minimums specified herein. Turf areas shall be graded so that after cultivation, amendment and settlement, the soil shall be 1" below the top of curb or paving. All flow lines shall be maintained to allow for free flow of surface water. Displaced material which interferes with drainage shall be removed and placed as directed. Low spots and pockets shall be graded to drain properly. All turf planting areas shall be cultivated until the soil is brought to a loose friable condition to a depth of 611. Remove all rocks and debris. Evenly distribute soil amendments and thoroughly incorporate into upper 6" of soil with mechanical tiller. All planting areas shall be finish graded per Standard Specifications, Section 308 -2.4. Finish grades shall be so graded that required tolerances are met after settlement at the end of the project maintenance period. Weed Abatement: All weed growth in planting areas shall be removed other than Bermuda grass. Turf Installation: Grade smooth all surfaces to be seeded. Soil surface shall be 1" below adjacent walks after settling. Roll lightly and fill in all soil depressions. Under mechanical seeding method, incorporate 20 lbs. 11,000 sq. ft. of 16 -7 -12 (+ Iron) in the upper 2" of soil. Soil shall be level, smooth and moist before seeding. The seed bed shall be inspected by the Agency Representative to determine its suitability prior to seeding. The Contractor shall obtain such approval before seeding grass. No seeding shall be performed until all other construction operations have been completed, except by authorization of the Agency Representative. Seed bed mulch will be required according to the seeding method selected by the Contractor, which shall be approved by the Agency Representative. Hvdromulch: (If selected, 16 -7 -12 (+ Iron) shall be incorporated in the slurry in lieu of soil incorporation in turf areas.) Mixing of Hydromulch Slurry. Mixing shall be performed in a tank with a built -in continuous agitation and recirculation system of sufficient operating capacity to produce a homogeneous slurry of fiber, M- binder, seed, fertilizer and water in the designated unit proportions: Fiber ................ Minimum 1,500 lbs. per acre, 2000 lbs. per acre on 5:1 or greater slopes. Seed .................As specified. M- Binder ............. 100 lbs. per acre. Fertilizer ........... 870 lbs. per acre. Water ................3,000 gals, per acre. On slopes composed of sandy soils and slope areas subject to erosion, apply the material in two applications as follows: First application: 500 lbs. fiber, 50 lbs. M- binder, seed and water as required. Second application: 1500 lbs. fiber, 100 lbs. M- binder, and water as required. With agitation system operating at part speed, water shall be added to the tank, good recirculation shall be established. Materials shall be added in such a manner that they are uniformly blended into the mixture in the following sequence: 3 1417 2.80 - Landscape Planting When tank is 1/3 frith water: • Add binding age 1/2 acre requirement. Add 3 - 50 pound bales of fiber. Add seed - 1/2 acre requirement. Add NPR fertilizer - 1/2 acre requirement. Agitate mixture at full speed when the tank is half - filled with water. Add remainder fiber requirement before tank is 3/4 full. Slurry distribution should begin immediately. Area to be hydromulched shall be moistened to a depth of six inches just prior to application. Application: Hydromulch slurry shall be applied under high pressure evenly and result in a uniform coat on all areas to be treated. Care shall be exercised to assure that plants in place are not subjected to the direct force of an application. Slurry shall be immediately removed from walks, structures, etc., that are inadvertently sprayed. Mulch. Under any method other than hydromulching, 1/4 inch of mulch shall be spread over all seeded areas. Watering: Apply water to all planted areas during operations and thereafter, until acceptance of work. Plants which cannot be watered efficiently with the existing water system shall be watered by means of a hose. Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas wet at all times, well below the root system of grass. All hydromulch and seeds should be kept damp at all times and irrigation should be adjusted accordingly. This normally would involve four to six watering periods daily; each watering period (ON) regulated to just dampen the mulch and seed, without creating runoff. Intervals between irrigations (OFF) should be judged by the length of the time mulch and seeds remain damp. Once mulch and seeds begin to dry out, the watering (ON) should be repeated. Turf Mowing: The turf shall be edged whenever necessary. The turf shall be mowed with a sharp mower before it exceeds 2" in height. The turf will be cut to not less than 1 1/2" and, during the period of maintenance, the turf will not be allowed to exceed 2" in height. Project Maintenance: Project maintenance consists of a minimum 30 day plant establishment period and a subsequent 60 day maintenance period, constituting a total minimum 90 day maintenance period. The plant establishment period commences when all plants and all turf (grass) has been planted. The establishment period will continue until all turf areas have been mowed to the specified height at least once, but not less than 30 days. Water turf until acceptance of work. The areas shall be kept moist, but not glistening wet, until time for the first cutting of turf. After first cutting, water turf to maintain a thriving condition. Any areas where the seeds fail to germinate satisfactorily shall be immediately reseeded. The Contractor shall maintain the turf areas until an even, close stand of turf is obtained. The establishment period shall be extended beyond the 30 day minimum at no cost to the City until all turf areas have been mowed to the specified height and a close stand of turf is attained to the satisfaction of the Agency Representative. Project maintenance work shall commence after the Agency Representative has approved plant establishment and shall continue for 60 additional days. Project maintenance work shall consist of applying water, fertilizing all areas, weeding, caring for plants, sweeping walks, litter pickup, and performing all general project maintenance. The Contractor shall be responsible for detecting nutrient deficiencies and turf diseases and pests as soon as their presence is manifested. He shall take immediate action to identify the problem and shall immediately apply remedies. If the above and following conditions are not complied with, the Contractor shall re -plant the grass and maintain the turf until a healthy, mature turf is re- established, and shall maintain that area for an additional 60 days at no additional cost to the Owner. - 4 - '� 2.80 - Landscape Planting During the project maintenance period, all planted areas shall be kept well watered and kept weed free at all times. Weeds, Dallas and Johnson grass shall be removed and disposed of. Provide special attention for watering slopes planted to lawn on the windward and /or sunny side so that turf will adequately be watered at all times. Workmen shall not be allowed to walk on turf areas unnecessarily before, during or after seeding operations. Turf areas that have been damaged or compacted shall be recultivated and reseeded at the Contractor's expense. The Contractor shall provide supplemental feedings of fertilizer as required by the agronomic soils test to maintain a healthy turf. Minimum requirement: 35 days after initial planting, and just prior to final inspection. In order to carry out the project maintenance work the Contractor shall maintain a sufficient number of men and adequate equipment to perform the work herein specified from the time any planting is done until the end of the project maintenance period or until the final approval. The Contractor may be relieved from maintenance work required in these special provisions when the project maintenance work has been satisfactorily completed. Damage to planting areas shall be repaired immediately. Contractor shall continue to pick up rocks that surface and are 1" or greater in diameter. Inspections• A written notice requesting an inspection should be submitted to the Agency Representative at least ten (10) days prior to the anticipated date. Prior to this inspection, the site must be thoroughly cleaned up and all excess material and debris removed. The following inspections are required: Prior to the start of the 90 calendar day plant establishment and proiect maintenance period. the Contractor will be required to have a complete inspection and approval of all landscape construction items. At 30th calendar day. At 60th calendar day. At completion of the maintenance period. Certification: Written certifications required which are to be submitted to the Agency Representative upon delivery to the job site include: Quantity of commercial fertilizer used. Quantity of soil amendments. Quantity of seed. Quantity or iron sulfate. Quantity of soil sulfur. Quantity of agricultural gypsum. Quantity of hydromulch materials. -5_ _SI 2.80 - Landscape Planting SECTIQN 2.90 - SURVEYING • Sur,W Seivice: The plans indicate bench mark, horizontal and purposes. The Contractor shall engage at registered in the State of California to contract. The Contractor's surveyor shall grid for control of the work. Line and Grade: • vertical controls established by the Agency for design his expense a Licensed Land Surveyor or Civil Engineer perform all surveying required by the work of this verify and re- establish the bench mark and coordinate The Contractor shall have the necessary tools, material and personnel available at the job site for hubbing blue tops at the time that they are set by the surveyors and shall adequately reference all such stakes by setting hubs three (3) inches below subsurface. Preliminary staking shall be required (before or after) mass grading has been accomplished. Preliminary staking shall require locating all hardcourt corners, ballfield corners and center field and any other major feature indicated on plan. The Contractor shall be responsible for verification that all other parts of the design shall work between these control points. Any discrepancies shall be brought to the attention of the Landscape Architect. The Surveyor shall have the option of establishing line and grade either by setting stakes to finished grade, marking the cuts and fills on pavement, or referring to stakes, spikes, drill hole, chisel cuts, etc. on a grade sheet, except that elevations for flow lines on gradients less than 1% will be established by means of gutter cuts or blue tops as required below. Normally, stakes will be set and stationed by the Surveyor for rough grade, curbs, headers, sewers, storm drains, and structures and a corresponding cut or fill to finished grade (or flow line) indicated on a grade sheet. If the Surveyor elects to set stakes to the finished grade, the tops of these stakes will be colored with blue crayon. All stakes and gutter cuts will be set with a surveyor's level or transit. Flow line elevations will be established by the Surveyor at all changes in grade and at 25 -foot intervals when the grade is less than 1% but greater than 0.5% and at 10 -foot intervals for grades of 0.5% or less. For flow lines adjacent to curbs on grades 1% or over, when the curb is new and has a uniform face, flow line elevations will not be set; on old curbs, the grade of which is irregular, gutter cuts or blue tops will be set at all changes in grade and at 25 -foot intervals. Sufficient flow line elevations will be set to facilitate the construction of warped pavement sections or for special drainage conditions. For storm drains, the Engineer will establish elevations at 25 -foot intervals along the main line, at all grade change points indicated on the plans, at inlets and outlets of structure, and at the upper ends of house connections and laterals. Normally, elevations for narrow trenches will be established by means of offset stakes and a grade sheet giving cuts from such stakes will be issued. When determined necessary, blue tops will be set in the trench for line and grade. Distances and measurements, except elevations and structural dimensions, are given and made on horizontal planes. SZ - 1 - 2.90 - Surveying SECTION 3.31 - CONCRETE • • PART I'- GENERAL Work Included in this Section: Exterior walks and slabs, as shown on drawings. Forms. Reinforcing steel and wire mesh for concrete. Cement finish, joints, saw cuts and patching. Footings for fence post and light poles. Setting of items to be inserted into concrete. Curing. Testing. Miscellaneous concrete items. Related Work Specified Elsewhere: Furnishing and determining location of items to be inserted into concrete. Subgrade preparation. Standards Testing, materials and workmanship shall conform to the requirements of the Standard Specifications and the applicable Building Code. The most stringent requirement shall apply. PART 2 - MATERIALS Reinforcing Steel and Wire Mesh: Reinforcing steel shall conform to Section 201 -2.2 of the Standard Specifications and shall be Grade 40. Wire mesh shall conform to Section 201 -2.4, Standard Specifications. Portland Cement Concrete: All materials shall conform to the requirements of Section 201 of the Standard Specifications according to Class Use Table 201 - 1.1.2. Interior Floor Slab shall be Class 560.0 -3250, 5" slump. Crack Joint Control: Shall be "Quick Joint" or approved equal. Submit samples of preformed materials for approval of the Landscape Architect. Curing Compound: Type 1 per Section 201 -4, Standard Specifications. Concrete Formwork: Tie wire: Black annealed, not lighter than No. 12. Forms shall be constructed of approved materials. Lumber for studs, wales, and other structural components shall be No. 2 or better Douglas fir, SISIE, or S4S, not less than 2" in nominal thickness. Plywood shall be Plyform, Grade B -B, either exterior or interior type conforming to Commercial Standard CS45 -48 for Douglas fir plywood, not less than 5/8" in thickness when used without sheathing and of any standard thickness when used as a lining. General. Forms shall be constructed true to line and grade; shall conform to the shape and dimensions of the required concrete and shall be sufficiently tight to prevent the leakage of mortar and sufficiently rigid to prevent displacement or sagging between supports. Forms shall be so constructed that they can be removed without damage to the concrete. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of the curve, flat spots shall not be permitted. Approval of Forms and Reinforcement. Forms and metal reinforcement shall be checked and approved by the Engineering or Building Inspector before concrete is placed. 3.31 - Concrete , • ,PART 3,- E}SECUTION General: n All work shall conform to the requirements of Section 302 -6 and 303 of the Standard Specifications. Install concrete and cement finish work true to lines, dimensions and levels, and finish with smooth unblemished surfaces for interior work, exterior finishes specified on plans. Remove and replace defective concrete or cement work with new materials. permission to patch any defective area shall not be a waiver of the Engineer's right to require complete removal of defective work if patching does not restore quality and appearance of work. No advertising impression, stamp, or mark of any description will be permitted on surface of concrete or cement finish. Any site furnishings, such as benches, fountains, etc., shall be installed prior to placing any surrounding slab. Sleeves may be used upon approval of shop drawings by Agency Representative. Miscellaneous Items of Concrete Work: The Contractor shall thoroughly study the plans to determine the extent of concrete footings, all of which shall be included in the work of this Section. The Contractor shall thoroughly study the Electrical plans to determine the extent of the following and similar items of concrete work which may occur, all of which shall be included in the work of this Section (unless otherwise specified): Foundations or bases for mechanical and electrical equipment. Where structural details for the minor structures listed above are not complete, the walls, floors and covers shall be 6" in thickness and reinforced with 3/8" round bars, 6" on centers both ways in center of the members. The Electrical subcontractors shall provide the Contractor with detailed information concerning the location, size and elevation of any and all of the items of the work listed above. They shall also provide all anchor bolts and other inserts that may be required and shall check the setting thereof prior to the pouring of concrete. Cement Finish- Compact and tamp concrete as specified to bring 3/8" of mortar to surface, wood float to straight edges and screeds, and apply following finishes. Do not use steel or plastic floats of any kind for initial floating operations. Unless otherwise specified, do not apply following finishes until surface water disappears and surface is sufficiently hardened. Remove any bleed water and laitance as it appears. Slabs and Walks: Broom Finish: Apply steel float finish as specified hereinbefore. While surface is still sufficiently soft, apply broom finish using approved wire broom. Apply finish perpendicular to direction of traffic. Location of Expansion and Control Joints: Locate expansion and control joints to least impair the strength and appearance of the structure. In no case place an intersecting construction joint in such a way that two intersecting walks are separated by a construction or control joint at the point of intersection. Transition curves shall be part of a continuous pour of the intersection slab. Expansion joints shall be a maximum of 20 feet apart, with control joints a maximum of 10 feet apart. Exception to this are specialty work joints which will be layed out as shown on the drawings. Contractor shall obtain Agency Representative's approval of layout showing proposed location of joints before pouring concrete. Curing; All concrete slabs on grade shall cure for at least 168 cumulative hours (not necessarily consecutive) during which the concrete has been exposed to air temperatures above 50 F. Avoid rapid drying at the end of the curing period. Curing method may be moist curing, moisture retaining cover, membrane curing, or by combinations thereof. Use water that is free of impurities which could etch or discolor concrete surfaces. -� U - 2 - 3.31 - Concrete f qo not use liquid me curing compounds on surfaces w e to be covered with a coating material applied direct to the concrete or with a covering IM &I bonded to the concrete, such as other concrete, liquid floor hardener, waterproofing, damp- proofing flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the Consultant. Cure formed concrete surfaces by moist curing with the forms in place for the full curing period or until forms are removed. If forms are removed, continue curing by moist curing or moisture retaining cover. PART 4 - QUALITY CONTROL Smoothness Tolerance: Interior and exterior cement finish surfaces shall be of such smoothness and evenness that they shall contact the entire length of a 10' straight edge laid in any direction, with an allowable tolerance of 1/8 inch. Any operations necessary to achieve this result shall be performed by the Contractor at no additional cost to the City. Inspections• Inspections will be provided as necessary. Call for inspection two (2) working days prior to need. The Contractor shall call for inspection during specific phases of construction. They shall include: All form work prior to pouring. All footings prior to pouring. Subgrade prior to pouring. Contractor shall notify the Engineer twenty -four (24) hours prior to pouring any concrete. Any work covered prior to inspection shall be opened to view by the Contractor at his expense. Testing: Tests required. Compression tests of concrete shall be made as required by the Building Code except that compression tests of any grade of concret shall be made whenever the quantity of that grade used in the project exceeds 25 cubic yards. At least two identical cylinders of each grade of concrete shall be taken of each 100 cubic yards of concrete or fraction thereof placed in the work. The cylinders shall be tested in a testing laboratory and test reports submitted to the Engineer. Storage of test cylinders on the site and after delivery to the testing shall be in accordance with A.S.T.M. Designation C31. All concrete not covered by the Building Code will be tested according to Standard Specifications. Should the strength by test fail, the mix shall be adjusted so that the resulting concrete will comply with the minimum requirements, and all additional expense resulting from such adjustment shall be borne by the Contractor. Further, should the strength of any grade by test fall below minimum, concrete from the defective pours which is in place may be tested by the core method, and if such tests show the concrete to be defective, the concrete shall be removed and replaced or adequately strengthened as required under the governing Code; and all expenses involved shall be borne by the Contractor. - 3 - 3.31 - Concrete's SECTION 8.71 - FINISH HARDWA� • PART 1 — GENERAL Scope: Furnish all finish hardware required to complete the work as indicated on the drawings and as herein specified. Provide all trim, attachments and fastenings specified or required for proper and complete installation. Include all hardware that is not specified in other sections, whether or not such hardware is herein specifically scheduled. Related Work Specified Elsewhere: Installation of hardware. Rough hardware. Hardware for toilet partition doors. General Requirements: Packing, marking and delivery. Each unit of hardware shall be individually packaged, complete with proper fastenings and all appurtenances. Each package shall be clearly marked on the outside to show the contents and specific location in the work. Except where otherwise specified, deliver all hardware to the job site. Hardware List: As soon as feasible after award of contract, prepare a hardware list (5 copies) and submit it to the Landscape Architect for approval. The list shall identify each hardware item by manufacturer, manufacturer's catalog number and exact location in the work. List shall be in suitable form to facilitate checking and approval by the Landscape Architect. Approval of the hardware schedule by the Landscape Architect does not relieve the hardware supplier from the responsibility of furnishing the job complete. Samples: When so directed, submit a sample of every item of hardware proposed in the work to the Landscape Architect for approval. Templates: In order to insure proper placement and fit, all hardware in connection with metal doors or metal frames shall be made to template. Templates or physical hardware items shall be furnished to manufacturers concerned sufficiently in advance to avoid delay in the work. Guarantee All hardware shall be guaranteed for a period of two years from date of acceptance of the work. Defects in materials and workmanship occurring during the guarantee period shall be corrected to the complete satisfaction of the City at the Contractor's own expense. Lock Uniformity: Except where otherwise specified, all locksets and latchsets, cylinders and component parts, as specified hereinafter, shall be by one manufacturer. Lock Strikes: All lock strikes shall be boxed and shall have a curved lip of sufficient length to protect the trim and jamb. Door Hardware: Hand of lock shall be as indicated. If door hand is changed during construction, make necessary changes in hardware at no additional expense to the City. Locksets removed and re -used shall be changed to the proper hand to fit new installation. If locksets cannot be reversed to fit, new locksets shall be furnished. Finish: The finish of all hardware, unless otherwise indicated, shall be: Butts ....... ............................613 Locks ....... ............................613 Miscellaneous ........................... US10B Aluminum ..... ...........................312E Duranodic Closers .. ............................... To match Finish Hardware - 1 - 8.71 - Finish Hardware( Template .Hardware: All hardware applied to metal doors or jambs shall be made to template and secured by machine screws. Furnish templates to metal door and frame manufacturer for application at the factory, unless otherwise requested. Fastenings: Finish hardware shall be furnished with all necessary screws, bolts, and /or other fastenings of suitable size and type to anchor the hardware in position for heavy use and long life, and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shields, hex bolts, toggle bolts, or other approved anchors according to the material to which it is applied and as recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and tamp -ins. Codes: All hardware shall comply with applicable fire and building codes. All labeled doors shall be self - closing. PART 2 - PRODUCTS Butts: All exterior outswinging doors shall have non - ferrous butts with non - removable pins when the door is closed. Labeled doors shall have steel butts. Where labeled doors are exterior outswing provide stainless steel butts. Furnish 1 1/2 pair each leaf to 7' -6" high, and add 1/2 pair over 7' -6" high. Locksets• Locks and latches shall have box strikes, curved lips of sufficient length to protect trim, maximum extensions 1/8" beyond trim. Maximum at pairs of doors, 1 /8" beyond face. Strikes for locks in metal frames shall be standard. Locks, cylinders and trim shall be of the same manufacturer. Keying: All locksets shall be masterkeyed as directed by the City. Door Closers: Unless otherwise specified, door closers shall be full rack and pinion, with adjustable regulations for closing speed, latching speed, back check and spring power. Closers shall be mounted for 180 of swing whenever possible. Supply drop plates at narrow top rail doors. Closers at reverse bevel doors shall have parallel arms. All closers are to be located within room to be exited - not corridor side. Door Stops: All material to be of solid brass or bronze. Thresholds; Furnish all metal thresholds as indicated in hardware groups or as detailed on the drawings. Silencers: All doors with metal frames shall have Glynn- Johnson #64 door silencers installed in the stop of frame. Provide three (3) at single doors, four (4) at pairs of doors. Schedule of Finish Hardware: The following is a general guide of hardware to be furnished for this work. The material listed shall conform throughout to the requirements of the foregoing specifications and all governing codes. Thresholds. National guard products, Pemko, Reese or approved equal. Profiles as required on drawings. Hardware Application Schedule: Doors adjoining the wood floor in the gymnasium shall be fitted with thresholds that meet the requirements of the state handicapped access codes, and accommodate the height difference between the new hardwood flooring and the existing concrete slab as shown on the drawings. 5-1 -2- 8.71 - Finish Hardware SECTION 9.55 - WOOD FLOORING• • PART �l GENERAL Related Work Specified Elsewhere: Concrete and concrete finishing, Sec. 3.31. Thresholds, Sec. 8.71. Floor sleeve system, Sec. 11.48. Quality Assurance: Supplier Qualifications: Supplier shall be an established firm, experienced in the field: Robbins, Inc. or an approved equal. Installer Qualifications: Flooring contractor shall be a firm experienced in the flooring field and approved by the manufacturer. Submit a list of at least three completed projects of similar magnitude and complexity. Submit 3 copies of WSFI Recommendations for the correct preparation, finishing and testing of concrete subfloor surfaces to receive wood flooring. Submittals: Manufacturers' Product Data: Submit 3 Robbins Permacushion specifications. Samples: Submit one sample of Robbins Permacushion Sleeper System. Maintenance Literature: Submit 3 copies of "WSFI Care and Preservation of Your Wood Floors." Certification: Suppliers shall submit certificates attesting that the materials furnished will meet specifications for grade, quality, dryness and treatment, if required. Delivery. Storage and Handling: Delivery of Materials: Materials shall not be delivered or installed until all masonry, painting, plastering, tile work, marble and terrazzo work are completed. All overhead mechanical work, lighting, backstops, scoreboards are installed. Room temperature is at least 65 degrees and relative humidity is 50% or lower. Area where materials are to be stored to be maintained at 65 degrees and under 50% relative humidity by the general contractor. Job Conditions - Seguencv:: Do not install floor system until concrete has been cured 60 days and the requirements in paragraph 1.04 A -1 are obtained. Concrete will be free of sealers, hardeners and curing agents. After floors are finished, area to be kept locked by general contractor to allow curing time for the finish. If after required curing time the general contractor or owner requires use of the gymnasium floor, he shall protect the floor by covering with non - fibered kraft paper or red rosin paper with taped joints until acceptance by owner of complete floor. Guarantee Guarantee shall not cover damage cuased in whole or in part by casualty, ordinary wear and tear, abuse, use for which materials is not designed, faulty construction of the building, settlement of the building walls, failure of the other contractors to adhere to specifications, separation of the concrete slab and excessive dryness or excessive moisture from humidity, spillage, migration through the slab or wall, or any other source. The manufacturer shall hereby warrantee the Permacushion Sleeper System material to be free from manufacturing defects for a period of 1 year. This warranty is in lieu of all other warranties, expressed or implied, including but not limited to any warranty of merchantability or fitness for a particular purpose, and of any other obligations on the part of the manufacturer. In the event of breach of any warranty, the liability of the manufacturer shall be limited to repairing or replacing Permacusion Sleeper System material and system components supplied by the manufacturer and proven to be defective in a manufacture, and shall not include any other damages, either direct or consequential. 9.55 - Wood Flooring l BART 'L - PRODUCTS • • Materials: Membrane 6 mil polyethylene. Permacushion Pads 3/8" x 2 -1/4" x 3" resilient PVC material with six fully enclosed air channels per pad. Permacushion Sleeper System Sleepers - 2" x 3" x 4' Fir or Pine, KD, treated with Woodlife having 5 Permacushion pads properly stapled to the bottom side. Nails - 2" barbed cleat or equivalent. Flooring - 25/32" thick x 2 -1/4" width. Second and better, T & G and EM, KD Northern Hard MFMA Maple flooring as manufactured by Robbins and graded in accordance with MFMA Standards. Treating - Robbins flooring shall be treated with Woodlife preservative. Each bundle shall be stamped with the official treating plant number and a certificate attesting to treatment shall be furnished with each shipment. Perimeter Base Robbins 3" x 4" ventilating type brown color. Finishina Materials: Hydroline or Pacific Strong two - component water based polyurethane sealer and finish. Game line paint shall be recommended by the finishing materials manufacturer, compatible with the finish. PART 3 - EXECUTION Inspection• Inspect the gymnasium concrete subfloor slab for structural cracks and imperfections. Fill and seal all cracks with an approved concrete patching material. The contractor shall grind down any high spots in the slab, and fill any depressions with "Ardex" concrete floor leveling material or approved equal. The contractor shall be responsible for any operations necessary to achieve a smoothness and evenness of the concrete subfloor such that a 10 ft. straight edge laid in any direction shall contact the slab along its entire length, with a noncumulative allowable tolerance of 1/8 inch. Installation• Robbins Permacushion Sleeper System: A. Install polyethylene with joints lapped a minimum of 4" and sealed. B. Permacushion sleepers shall be installed end to end across the short dimensions of the room. The sleepers should be spaced 10" on center for the 25/32" thick flooring. Maintain a minimum of 2" expansion void at all walls and other permanent obstructions. Care must be taken to see that all pads bear on the concrete subfloors. C. Machine nail maple finish flooring at right angles to sleeper with end joints properly driven up and proper spacing provided for humidity conditions in the specific regions. Provide 2" expansion void at the perimeter. Sanding• 1. Sand flooring with drum sander, edger, buffer, and hand scraper. Use coarse, medium and fine grade sandpaper. After sanding with drum sander, buff entire floor using 100 grit screenback or equal grit sandpaper, with a heavy duty buffing machine. Vacuum floor before first coat of finish. Floor shall present a smooth surface without drum stop marks, gouges, streaks or shiners. - 2 9.55 - Wood Flooring Finishing - Gymnasiums: • • Apply '2 coats of polyurethane sealer; then screenback or steel wool and vacuum or tack after second coat is dry. Apply game lines accurately after the second sealer coat has been buffed and vacuumed. Lay out courts in accordance with drawings. For game lines, use current rules of association having jursidiction. Lines shall be straight with sharp edges of colors as selected by the landscape architect. Game line paint shall be of a type compatible with the polyurethane sealer and finish materials. After game lines are painted, apply 2 coats of polyurethane top coat finisher. After second coat of finisher is dry, screenback or steel wool and vacuum or tack; then apply 1 final coat of polyurethane top coat finish. The final top coat polyurethane finish shall be double catalized. Perimeter Moulding: 1. Install Robbins vent cove base anchored to walls with base cement or screws and anchors. Use premoulded outside corners and neatly mitered inside corner. Clean up and Protection: Clean up all unused materials and debris and remove same from the premises. Clean surfaces of Permacushion Sleeper System flooring; comply with manufacturer's instructions. Remove and replace units and members which are damaged or cannot be cleaned. The installer shall advise the Contractor of proper procedures required for protection of Permacushion Sleeper System flooring from damage or deterioration until acceptance of the work. Additive Alternate No. 1 The following are specifications for Additive Alternate No. 1 to substitute the Robbins Sportwood Plus System in lieu of the Robbins Permacushion Sleeper System. PART 1 - GENERAL The general requirements of Part 1 for the Robbins Permacushion Sleeper System shall apply to the Robbins Sportwood Plus System. PART 2 - PRODUCTS Robbins Sportwood Plus System or approved equal. Materials: Robbins Resilient Plywood - Blanketseal System 1. 1/2" x 48" x 120' multicellular, closed cell, flexible polyethylene, plastic foam having the skin reasonably smooth and free of dirt. The sheet will be essentially free of voids and hard spots. Properties & cell size 1MM, method ASTM D -2956. 2. Plywood underlayment - 2 layers 1/2" thick x 48" x 96" CD Exterior Grade, FIr or Southern Pine. 3. Nails - 1" coated staples or equivalent. 4. Adhesive: a. Construction adhesives - PL400 or equivalent. b. Sportwood Elastomeric Adhesive. 5. Flooring: 7/16" x 7/8" x 9" second & better square edge, edge grain, kiln dry, northern hard maple as manufactured by Robbins and graded in accordance with MFMA standards. Perimeter Base: Robbins 3" x 4" ventilating type brown color. Finishing Materials: Hydroline or pacific strong two component water based polyurethane sealer and finish. Game line paint shall be recommended by the finishing material manufacturer, compatible with the finish. 3 - 9.55 - Wood Flooring f ' BART 3 - EXECUTION • Insoection• , • Inspect the gymnasium concrete subfloor slab for structural cracks and imperfections. Fill and seal all cracks with an approved concrete patching material. Overall leveling of the concrete slab will not be required. The concrete slab shall be broom clean and in acceptable condition to install hardwood flooring. Installation• Robbins Resilient Plywood / Blanketseal System 1. Install Robbins Resilient Blanketseal System. 2. Install the first layer of wood underlayment parallel to the long dimension of the area. Apply ribbons of PL400 adhesive in a box - X pattern. Over this, secure the second layer of underlayment on a diagonal (approximately 45 degrees) to the first layer with 1" staples or equivalent placed 12" on center in both directions. All plywood joints shall be staggered and spaced 1/4 ". 3. Trowel on Robbins adhesive at approximately 50 square feet per gallon. 4. Robbins Sportwood Plus shall be laid with fine hairline joints and not driven up tightly, except for low humidity regions. Provide a minimum 2" expansion void at all walls and other vertical obstructions. Robbins Sportwood Plus Maple Flooring 1. Trowel on Robbins Sportwood Plus adhesive at approximately 75 square feet per gallon. 2. Install Robbins Sportwood Plus 7/16" maple flooring in Robbins elastomeric adhesive, laying in continuous strip pattern end to end. 3. Robbins Sportwood Plus shall be laid with fine hairline joints and not driven up tightly except for low humidity regions. Provide a 3/8" expansion void at minimum, do not exceed the width of the maple molding. a. Sanding: Sand flooring with drum sander, edger, buffer, and hand scraper. (1) Use Coarse, medium and fine grade sandpaper. (2) After sanding with drum sander, buff entire floor using 100 grit screen back or equal grit sandpaper with a heavy -duty buffing machine. (3) Vacuum or track floor before 1st coat of finish. (4) Floor shall present a smooth surface without drum stop marks, gouges, streaks or shiners. Finishing - Gymnasiums: Apply two coats of polyurethane sealer; then screenback or steel wool and vacuum or tack after second coat is dry. Apply game lines accurately after the second sealer coat has been buffed and vacuumed. Lay out courts in accordance with drawings. For game lines, use current rules of association having jurisdiction. Lines shall be straight with sharp edges of colors as selected by the landscape architect. Game line paint shall be of a type compatible with the polyurethane top coat finish. The final top coat polyurethane finish shall be double catalized. Perimeter Moulding: On free floating Sportwood Plus Systems install Robbins vent cove base anchored to walls with base cement or screws and anchors. Use premolded outside corners and neatly mitered inside corners. Clean up all unused materials and debris and remove from the premises. The installer shall advise the Contractor of proper procedures required for protection of Permacushion Sleeper System flooring from damage or deterioration until acceptance of the work. �'-I - 4 - 9.55 - Wood flooring ~SECTION 9.90 - PAINTING PART'1 = GENERAL Scope: Furnish materials specified, and as items: • C� and perform labor required to execute this work as indicated on the drawings, as necessary to complete the Contract, including, but not limited to, these major Preparation of surfaces to be painted; Painting all exterior metal, including handrails, steel light poles, steel bollards, except as otherwise specified; Painting interior wood, ferrous metals and gypsum wallboard in the areas scheduled to be painted; Painting exposed mechanical and electrical items in areas to be painted; Painting of non - ferrous metals, plated or factory finished items, specifically noted to be painted or when such items occur as accessories or appurtenances to units otherwise required to be painted; Related Work Specified Elsewhere: Prime coat painting of miscellaneous metals; Prime coat painting of metal doors and frames; Painting of non - ferrous metals, unless specifically noted or shown as an integral part of a unit otherwise requiring painting; Surfaces not to be Painted: Aluminum with anodized finish, and stainless steel; Finish hardware, except hardware with USP finish; Electrical fixtures and receptacles, in general (refer to Electrical Section); Toilet compartments, accessories, and urinal screens. All items with complete factory finish, except exterior mechanical equipment as specified hereinbefore; Other surfaces as indicated on the drawings. General: Field Conditions. Verify drawing dimensions with actual field conditions. Inspect related work and. adjacent surfaces. Report to the Engineer all conditions which prevent proper execution of this work. Deliver materials to the job in unopened containers bearing manufacturer's name and product designation corresponding to designation on material list. Colors and Gloss. As selected and approved by the Landscape Architect. Submit samples, in accordance with Division I, using materials approved for the project, of each color and paint finish, selected by the Landscape Architect. Prepare duplicate samples, 8 1/2" x 11" showing successive coatings. For transparent and stained finishes, prepare samples on species and quality of wood used in the work. Environmental Conditions. Apply no paint in rain, fog or mists, when the temperature is below 45 F. Insure proper ventilation during all interior painting. Hardware. Insure that hardware is removed before painting is started and replaced only when paint finishes are thoroughly dry. Fitting, removal and reinstallation of finish hardware is specified in Finish Carpentry and Millwork Section. Coats. The number of coats specified is the minimum number acceptable. If full even coverage is not obtained with the specified number of coats, apply at no extra cost such coats as are necessary to produce the required finish, as approved by the Engineer. Protection. Protect floors and all adjacent surfaces from paint smears, spatters or droppings. Use drop cloths to protect floors. Cover fixtures and remove hardware not to be painted. Mask off areas where required. - 1 - 9.90 - Painting •PART 2 - MATERIALS Approved Products: • Selected materials from the Architectural Products line of Devoe, Dunn - Edwards, Pratt & Lambert, Sherwin - Williams, Frazee, Sinclair or other recognized manufacturer as approved by the Landscape Architect. Except for specialty items or as otherwise specified, all materials shall be by one manufacturer. Review the paint and finish schedules with the Landscape Architect, and submit complete list of materials proposed for the work, for the Landscape Architect's approval. Employ coats and undercoats for all types of finishes in strict accordance with the recommendations of the manufacturers of the finish paints used. Materials for undercoats and finish coats of paint shall be ready -mixed and shall not be changed, except thinning of undercoats (when required), reinforcing, or coloring, any of which shall be in strict accordance with the recommendations of the manufacturers. Conditions of Surfaces: All surfaces to receive paint shall be clean, dry smooth, and dust free before application of any material. Prepare surfaces as follows: Plywood Paneling. Fill all open joints, cracks, nail holes, gouges and other pits and depressions flush and smooth with putty or wood dough colored to match paneling. Sand smooth and remove dust. Remove all paint splatters and stains from paneling. Sand if necessary to remove stains and remove dust before applying paint or stain. Perforated tempered hardboard, non - perforated fiberboard and acoustic tile. Replace any warped, cracked or broken tiles with new tiles to match existing. Apply additional coats of white primer paint to water damaged areas as necessary to obtain full even coverage with the final finish paint coats. Steel beams and wood purlins. Clean any loose debris of materials from exposed areas to be painted. Apply additional coats of white primer paint to water damaged areas as necessary to obtain full even coverage with the final finish paint coats. Exposed mechanical duct work and supply and return air registers. Remove air registers and clean all dust from them before applying finish paint coats with a sprayer for full and even coverage. Remove dirt and dust from all exposed duct work and piping before applying finish coats for full and even coverage. Hardwood flooring. Remove any dirt and dust from the floor and prepare it per the wood floor manufacturer's recommendations. Paint for the game court lines shall be as recommended by the wood floor finishing materials manufacturer to be compatible with the finish. Galvanized Metal. Prime all surfaces, except where to be embedded in concrete, masonry or roofing; allow to dry before installation. Ferrous metal. Prime all surfaces with ferrous metal primer. PART 3 - APPLICATION Apply material evenly, free from sags, runs, crawls, holidays or defects. Mix to proper consistency, brush out smooth, leaving minimum of brush marks, enamel and varnish uniformly flowed on. Apply paint by brushes, roller or spray. Tint all pigmented undercoats to approximately same shade as final coat. Perceptibly increase the depth of shade in successive coats. Allow each coat to thoroughly dry before succeeding coat application. For oil paints, allow at least 48 hours between coats of exterior work, except where otherwise recommended by the manufacturer. Finish all four edges of doors with the same number and kind of coatings as specified for their main surfaces. Where openings into rooms having different finishes, finish door edges as directed. U3 - 2 - 9.90 - Painting Do not paint factory finishe 0 s unless specifically directed. • Paint visible surfaces of metal ducts and vents. Finish mill or shop primed items with materials compatible with prime coat. Mechanical and electrical work in exposed areas: Include that portion of ductwork or plenum spaces, the interior of which is visible through the grilles. Shop primed metal surface of all mechanical and electrical equipment shall receive two finish coats of paint to match adjoining wall or ceiling surfaces. Prime coat, in addition to above, on all unprimed surfaces. Principal items of this work include interior of hose cabinets, air grilles, ceiling diffusers, electric panels, telephone panels, access panels, conduit outlet and pull boxes, ducts and pipes. All other mechanical equipment exposed to view, such as covered and uncovered piping and ductwork, Pumps, compressors, air conditioning equipment, tanks, etc., shall be painted as specified herein, where not supplied finished under other sections. Miscellaneous Painting. Surfaces to be painted and not specifically described herein, shall be painted with a product specifically manufactured or perpared for the material and surface; prime coat and two finish coats. PART 4 - PAINTING SCHEDULE Finish No. 1: Perforated Tempered Hardboard, Non- Perforated Fiberboard and Acoustic Tile. First Coat: Latex Sealer Second Coat: Vinyl Emulston Flat Finish No. 2: Steel Beams and Wood Purlins. First Coat: Alkyd Undercoat Second Coat: Latex Flat Finish No. 3: Exposed Piping, Duct Work and Air Registers: First Coat: Alkyd Undercoat Second Coat: Latex Flat Finish No. 4: Interior Plaster First Coat: Alkyd Undercoat Second Coat: Latex Flat Finish No. 5: Game Court Lines on Hardwood Flooring First Coat: Background color as shown on the drawings Second Coat: Game court lines of various colors as selected by the Landscape Architect Paint shall be as recommended by the wood floor finishing materials manufacturer to be compatible with the floor finish. Finish No. 6: Hardwood Flooring First Coat: Robbins Miracle Sealer Second Coat: Robbins Miracle Finish Third Coat: Robbins Miaacle Finish See wood flooring Section 9.55 for additional information. Finish No. 7: Plywood Paneling First Coat: Polyurethane Semi -gloss - 3 - 9.90 - Painting wy SECTION 11.48 - ATHLETIC EQU • PART 1 , GENERAL Scope: Provide all labor and materials required to execute work of this Section as indicated on the drawings and this specification, including, but not limited to the following items: A. Floor Sleeve Systems. B. Wall Padding Panels. General Requirements: A. Field Conditions: Verify drawing dimensions with actual field conditions. Inspect related work and adjacent surfaces. Report to the Architect all conditions which prevent proper execution of this work. B. Submit shop drawings in accordance with Division 1. C. Guarantee: In accordance with Section 0.55, submit written guarantee in approved form that all defective materials or workmanship reported within a peirod of one year after final acceptance will be promptly repaired or replaced to the satisfaction of the Owner. PART 2 - PRODUCTS Acceptable Manufacturers: Floor sleeve system and wall padding shall be as manufactured by Porter or equal. Floor Sleeve System: Sleeve shall be cast in non - shrink type grout footing through exisiting finished floors. Top of sleeve to be installed 1/2" below finished floor elevation. Chrome plated cover plate shall be 8" in diameter to allow maximum movement of 3 -5/8" in floating type floors. Cover plate shall consist of cast aluminum recessed mounting flange (8 -1/4" dia.), cork gasket and an 8" diameter chrome plated cover. Cover shall be equipped with a swivel type retainer pin to prevent theft. Special key shall be provided for cover removal. Sleeve shall be 3 -3/4" O.D. heavy wall steel tubing extending 9" into concrete footing. Bottom of sleeve to be capped and fabricated with a 3/8" diameter, U- shaped formed anchor bar to extend l' -9" below finished level. Wall Padding: Panels shall be constructed of 2" thick bonded foam filler of 6 lbs. density cemented to 3/8" thick plywood backing board covered with a 14 ounce non -tear vinyl laminated material which shall have a rip resistant quality utilizing industrial polyester filament yarns. It shall be mildew and not resistant and fortified with an infection combatting fungicide. Covering shall be listed as flame retardant by the California State Fire Marshall according to method 5093 which is a rating comparable to the standards of UL -214. and NFPA -701. The fabric shall be placed over the filler, folded and stapled securely to the back of the plywood. Provide a 1" fabric covered nailing margin at the top and bottom for securing panels to the wall. Cover 1" nailing margin with anodized aluminum trim angle around all edges of padding panels. Color of the panels shall be selected by the Architect from the full manufacturer's color range. Cut -outs in the panels and any custom sizing shall be made in the field. PART 3 - EXECUTION Installation• The scheduling and sequence of work shall be coordinated with the General Contractor so as to assure a continuous flow of the work of other trades. Installation shall be in accordance with manufacturer's recommendations and approved shop drawings. Clean Up• Clean up all excess materials and debris and remove it from the site. Protect all equipment in place until full acceptance by the City. - 1 - 11.48 - Athletic Equipment ' •SECTION 11.51 - PORTABLE B BACKSTOP PAi T'l = GENERAL Scope of Work: Furnish and install the following items: Portable baseball backstop PART 2 - PRODUCTS 10' X 17' front opening non - hooded backstop, portable with wheels equal to Patterson Williams model No. 1206-10, available from Wakefield Co., telephone (714) 857 -1236. PART 3 - INSTALLATION Installation shall be in the location shown on the drawings after approval of precise location by Director. In case of conflict between construction plans and manufacturer's requirements, the more stringent shall apply. (' -I- 11.51 - Portable Baseball Backstop SECT ;ON 16.01 - ELECTRICAL • • PAAT'l _ GENERAL Scope of Work: The following is a brief list of the electrical work to this contract for the installation of equipment as listed below. The work shall be completed as described in the specifications and shown on the drawings and shall result in a complete operating electrical system for the purpose intended. Furnish and install all material, labor and equipment necessary for complete, operating electrical systems, except as noted otherwise. The following list shall not be considered as a complete and detailed list of work and materials to be supplied, but shall be used as a guide: Distribution and control equipment Underground distribution conduit, cable and pull boxes. Pole foundations. Relocate and reuse floodlight poles. Branch circuit panels. Branch circuit wiring and miscellaneous work. Floodlight fixtures and lamps, including louvers /hoods. Night floodlight aiming. Spare parts. Shop drawings, material submittals, and work schedule. Record drawings and guarantees. Excavation for pole foundations. Excavation, backfill and compaction for trenches and pull boxes. Disposal of excess earth. Approved shorting, lights, and barricades. Bore under existing walks, walls and pavement. Sod all trenches and repair all damage to existing facilities caused by this work. Apply for and obtain all necessary permits, building department inspections and service connections. Temporary power and associated fees and charges for permanent power will be paid by the City. Schedule of Work: The Contractor shall schedule his work and shall coordinate with the City and all other contracts in progress on the site at all times. Necessary coordination will be specified during the pre - construction conference. Contractor shall submit a complete work schedule at the preconstruction conference. Inspections: At the time of electrical inspections, the Contractor shall make available a complete set of working drawings showing progress to date and detail variations from the plans. All variations must have prior approval of the Engineer. Materials and Workmanship: Materials and workmanship, unless indicated or specified otherwise, shall be in strict conformity with the standards of the latest editions including revisions of the Electrical Code of the County, National Electric Code (1987) of the National Board of Fire Underwriters, CAL /OSHA, Electrical Safety Orders, and the Standards of the National Electrical Manufacturers Association. Nothing in these plans or specifications shall be construed to permit work below the standards of these ordinances and those of OSHA. After acceptance of the contract, all work found which does not conform or comply with the applicable code shall be brought into conformance at no cost to the Agency. Referenced Specification: Referenced in this specification to the Standard Specifications (STD. SPECS) shall mean the appropriate section of the Standard Specifications for Public Works Construction, APWA AGC, 1988 edition and all supplements thereto, as published by Building News, Inc., Los Angeles, California. Proposed Substitutions and "Or Eoual" Refer to the Special Provisions, Sections 2- 01.25/.26. Equipment and wiring shown on the Plans is for materials as specified. Should equipment of other manufacturers be approved for use, the Contractor shall make all changes in other equipment, conduit, wiring, or location of equipment that may be required due to design or space allotment, as approved by the Engineer, without charge to the Agency. Proposed substitutions must be submitted at least ten (10) working days prior to the date of Bid. Submittals for equivalent after that date will not be considered. - 1 - So 7 16.01 - Electrical (M) It is the Contractor's s.ibility to show that all product sed for substitution are equal tp the specified item b mitting sufficient information to pp a comparative check. The term "Pqual" , -shall mean that the product or material offered shall have equivalent or more value to the Agency based on the value of the item set forth in the specifications or on the plans, and then only after the Contractor's written submittal has been approved in writing. If, after installation, substituted equipment is found to be not equal to that specified, that equipment shall be replaced with approved item(s) at no cost to the Agency. Drawings - Performance: All scale dimensions are approximate. Before proceeding with any work, the Contractor is to check and verify all locations and dimensions of equipment at the site of work. All work specified, but not clearly defined by the drawings, must be installed as directed by the Engineer in a manner satisfactory to him. Work covered by notes on drawings must be furnished and installed, whether or not it is specifically mentioned in these specifications. The contract drawings indicate the extent and general arrangements of the new and existing equipment, conduit, and wiring systems and are essentially diagrammatic. The drawings indicate the required sizes and points of termination of conduits and wires and routes to avoid obstructions and provide clearance; however, it is not the intention of these drawings to show all necessary offsets, etc., and it shall be the responsibility of the Contractor to install all of his work to specific conditions found on the site. All changes from the drawings necessary to make the work conform to existing structures or substructures, or to fit the work of other trades, or to conform to laws and ordinances; and all other reasonable changes and adjustments in locations of equipment, etc., prior to the installation, shall be made at no additional expense to the Agency. Submittals, Shop Drawings and Record Drawings Material list. Five copies of a complete material list with brochures showing all equiment indexed with job title, date, etc. shall be submitted to the Engineer within 35 days after award of Contract. Submitting a catalog number and manufacturer's name, and stating that the material or item to be furnished will meet the specifications will not be acceptable. List the following items by make and number in the submittal: Underground conduit, rigid galvanized steel conduit, cable, wire, pull boxes, main switchboard, poles, fixtures, lamps, control equipment, panels, outlets, boxes, etc. Main Metering and Distribution Switchboard and Control Section. Submit five (5) sets of shop drawings for approval. Floodlight Aiming Charts. The fixture manufacturer shall, within 25 days following the date of a Notice to Proceed, provide for approval six aiming charts. Submittal to the Engineer shall include fixture number, type of fixture, and beam spread of fixture, laboratory test data, fixture beam spread arrangement on poles, and fixture shop drawings. Record Drawings. Record drawings shall be prepared by the Contractor and maintained in the field. All changes in the work shall be recorded daily, accurately, on a set of blueline prints. The location of all underground conduits and stub -outs shall also be shown, fully dimensioned to two points of architectural reference such as buildings, walks, walls, curbs, paving, monuments, etc.; record junction and pull boxes not shown on the drawings. Upon completion of each increment of the work, immediately transfer all such record information to the prints. All changes and dimensions shall be recorded legibly with a red -point pen to the satisfaction of the Engineer. Data shall be recorded daily and shall be subject to inspection at all times. Failure to provide record drawings shall be cause to reschedule inspections and withhold approval of progress payment requests. Upon completion of the work and final inspection, the record information shall be delivered to the engineer. The Engineer's approval of record drawings is a condition of approval of final payment. Covering of Uninspected Work - Notifications for Inspection: Contractor shall notify engineer 48 hours (two working days) prior to required inspections. No work shall be covered prior to inspection. Cleaning Equipment and Materials: The Contractor shall thoroughly clean all fixtures, exposed piping, apparatus and equipment installed under its Contract. Parts which are to be painted shall be thoroughly cleaned of cement, plaster, etc. brushed with steel brush to remove rust, etc., cleaned and painted. - 2 - U1% 16.01 - Electrical (M) All dirt, rubbish, pai ts, or grease on walls, walks, pol• ipment, or fixtures, for which the Contractor is resp le, shall be removed by the �tor and the promises left in first -crass condition in every respect. All rubbish resulting from the work shall be cleaned up and removed from the site by the Contractor; also from time to time during construction, and when so directed by the Engineer. Tests: The Contractor shall make all tests required by the Engineer, the Electrical Inspection Department of the Agency, or other authorities having jurisdiction. The costs of all tests, repairing of all damage resulting from these tests, replacement of equipment and materials including labor and other necessary work, due to nonconformance with the Electrical Ordinances, Safety Orders, these specifications and accompanying drawings, shall be borne by the Contractor. Should the Contractor refuse or neglect to make any tests necessary to satisfy the Engineer that the work has been performed in accordance with the true intent and meaning of the contract documents, the Agency may make such tests and charge the expense to the Contractor, and retain the cost of the testing from the final payment to the Contractor. All wiring and connections shall be tested for continuity, grounds and short circuits before the devices and equipment are connected. Upon completion of the work, the Contractor shall demonstrate to the Engineer the satisfactory operation of the entire electrical system(s). At the time of the final inspection the Contractor shall have a qualified electrician at the job site to make all required tests or demonstrate operation of electrical equipment and lighting system(s). Protection of Existing Site Improvements: Restore disturbed turf areas, irrigation systems, concrete, etc. Repair damaged park equipment and turf caused by the Contractor to new condition, including backfill and sodding of trench surface to the Engineer's satisfaction. Guarantee The Contractor shall guarantee all work under this Contract to be free from defects in material and workmanship for a period of one (1) year from the date of acceptance of the work for filling of the Notice of Completion. The Contractor shall repair or otherwise make good at its own expense all defects developed during the guarantee period. The Agency may notify the contractor by the telephone or in writing, and all guarantee work shall be performed within 48 hours after receiving notice from the Agency. The Contractor's general guarantee shall be on their letterhead, and shall include the foregoing provisions and emergency telephone numbers. Together with the required manufacturer's guarantees, the Contractor's guarantee shall be found and furnished to the Engineer in at least three (3) copies. Lamps shall be guaranteed as follows: Metal Halide 3,000 hours High Pressure Sodium 8,000 hours Ballasts shall be guaranteed for a minimum of one year. Turn-Over Items Panel keys, spare parts, record drawings, maintenance manuals, guarantees; all items shall be delivered to the Engineer prior to authorization of final payment. PART 2 - MATERIALS General: All materials and equipment shall be new and bear the label of or be listed by the Underwriters' Laboratories or the National Fire Protection Association, where applicable. All material shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the latest improved design. All materials of the same type or of one system shall be supplied by the same manufacturer. In no case shall conduits, wires, etc. be smaller in size or less in number than that shown on plans or called for in these specifications, even though codes may accept otherwise. � � - 3 - 16.01 - Electrical (M) r • +^ '• Exposed conduit shall dipped galvanized rigid steel con All ells shall be factory made tigid galvanized steel it. No PVC ells shall be used. Al 45 degrees and larger shall be 5weV bends. All rigid steel conduit exposed to earth and 12" above finished grade shall be wrapped with 20 mil PVC tape, Scotchrap No. 40 (green) or equal. PVC conduit shall be U.L. listed Schedule 40 with properly cemented fittings. All conduit underground shall be PVC Schedule 40. PVC conduit shall contain a green grounding conductor. All stub ups into switchboards shall be green grounding conductor. All stubs ups into switchboards shall be rigid galvanized steel conduit with ground bushings properly grounded. All stub outs shall be equipped with non - cemented approved PVC pipe caps. Bushings, Locknuts and Conduit Fittings: Boxes, bushings, locknuts and similar devices shall be galvanized cast steel or cast iron, malleable iron, or galvanized steel. Aluminum die cast or pot metal fittings or boxes are not approved. Conduit fiber lined bushings are required to be used with locknuts at cabinets, switchboards, housing and pull boxes, etc. All conduit with cable shall be sealed at each end. Grounding bushings shall be provided on underground rigid conduits. Wire and Cable: Branch circuit wire shall be copper type THW -75 degrees or THHN /THWN in conduit and walklight poles, as manufactured by General Electric, Paranite, General, Circle, Cirro or Anaconda, 600v. Ground wire shall be green TW or TRW. Wires shall be color coded for each leg. Neutral shall be white THW or THWN. Identify cable by circuit number in each pull box by W. P. Tag. No. 6 and larger cable shall be type THW -75 degrees stranded copper. Approved manufacturers: General Electric, Paranite, Okonite, Anaconda, General. Cable underground shall be color coded by phase. Stranded wire shall be used in poles from pull box to fixtures. Provide manufactured cable grips in poles to support cables. Pull Boxes: Precast pull boxes by Brooks Concrete Products or Quickest are approved. Covers shall be cast iron, bolted down with tamperproof screws. See drawings for size, or size by code. Time Control Clocks: Time control clocks shall be 120v or 208v with 2 or 3 poles as required on the drawings and in these specifications. The clock shall be digital type with battery back up. Set clock for proper day, month and hour and set trip elements as directed by the City. Clocks shall be intermatic, Rainbird, or equal. Clocks shall be in NEMA 1 or flush housing as required. Switches and Receptacles: Receptacles shall be 20A grounded duplex in switchboard and mounted separate from the panel front. Receptacle shall be equal to A -H Specification Grade 05262 -1 with stainless steel plate. Switches shall be 20A -AC. Specification grade equal to AH- 1991 -1. Provide stainless steel cover in switchboard. Mount switch separate from panel front. Hand- off -auto switches shall be SPDT and be heavy duty oil light with contacts open in center position and one pair closed in left position and other pair closed in right position. Switches shall be equal to square D Class 9001 -Type T and K. Provide legend plate and nameplate. Panel Boards: Branch circuit panelboards shall be of the dead front safety type equipped with thermal magnetic bolt -on Type 40 degrees C circuit breakers. Bus shall be copper. Circuit breakers shall be rated for interrupting capacity as noted on the drawings or as required and shall be the number of poles and current capacity as indicated on the panel schedule. Branch circuit panel boards shall be Square "D" or approved equal with separate isolated ground bus, Type NQO or NEHB. All breakers shall be lockable on OFF position. Trims shall have doors equipped with flush type combination lock and catch, two milled type keys supplied with each panel. All locks shall be keyed alike and each door shall have a plastic covered directory frame with a typed identification card of all circuit and panel numbers for branch circuit panelboards and engraved lamicoid nameplates for power distribution panelboards. Provide nameplates for all panel boards, 1/8" thick, micarta or phenolic plate of approved size, with bevelled edges and engraved white letters on black background. Install nameplate on interior of all flush panels and on the exterior of all surface mounted panels. All wiring shall be neatly arranged and laced together. Wire -ways shall be 4" sides and s -3/4" top and bottom. - 4 - 7o 16.01 - Electrical (M) 4 0 ° All circuit breakers conform to Federal Specification 375, Class 2b or 2c for 120/249 volt and shall be provid ith a device for locking circuit brn "OFF" position. Weatherproof Main Metering and Distribution Switchboard and Control Section 277/480v 3 -Phase 4 -Wire (MSB The bus shall be as shown on drawings, silver plated 98% conductive copper with current density not less than 1000 amps per square inch, or aluminum tine plated equivalent. The switchboard shall be as manufactured by Square D, I.E.M. or equal. The housings shall be weatherproof and constructed of welded galvanized 10 gauge steel. Provide 480v running time meters for 99,999 hours, properly fuse protected, as noted on drawings. Circuit breakers shall be Square D, or approved equal. Provide a complete floor standing section by same manufacturer, to house additional contractors and panel. See 1 line diagram. All circuit breakers shall have mechanically secured lock -off devices. Clipped or cemented on devices will not be acceptable. The switchboard shall be composed of sections as noted on drawings, pull section, meter, distributions section, control and transformer sections. Doors shall be padlockable and as noted on drawings. Doors shall have heavy duty bar, approved 3 point lock. It shall not be possible to pry open door or damage locking handle. A cover over handle with dual padlock capability is required. The housing shall have non-removable from exterior, exposed bolts. Doors shall be reinforced and have welded corners. Switchboard shall be secured to foundation in eight places. Exterior finish shall be epoxy paint over two coats of primer. Provide 120v -150v heaters and remote bulb thermostat in main distribution section of main switchboard to keep equipment dry. Place control unit in control section. Provide a switch, light and receptacle in each section. Receptacle and switch shall be mounted separately for face panels. Contactors and Relays: Contactor shall be designed for 600 volts AC mechanically held and be rated for tungsten, mercury arc or other reactive lighting loads and shall be equal to Square D - Type M Class 8903 in NEMA 1 housing. Electrically held coil voltage as noted. Relays. Shall be 120v AC coil, 10 amp contacts housed in NEMA 1 housing. Relays shall be of the latching where noted. Relays shall be equal to Square D Class. Soortlights: The luminaire shall be a heavy duty NEMA weatherproof floodlight for operation of one 1500 watt metal halide lamp from a normal 60 Hertz power source. The luminaire consists of a separable optical and ballast assembly. The optical assembly shall consist of a tempered door glass, spring quality stainless steel latches, a silicone rubber door gasket, a one -piece spun aluminum reflector with Alzak finish, a heavy gauge aluminum outer housing, a self - aligning steel - reinforced locking flange, and corrosion- resistant hardware. Optical reflectors shall be able to provide NEMA 2, 3, 4, 5 and 6 beam spreads. Swivel crossarm mounting brackets with horizontal degree scale on 2" pipe slipfitters shall be available as required. Fixture projected area shall not exceed 530 square inches and the weight shall not exceed 75 lbs. /unit. Floodlights. The ballast assembly shall consist of a die -cast aluminum housing, a wiring compartment with extra length pre- stripped leads, a socket, a weather - resistant strain relief bushing, a heavy -gauge corrosion- resistant steel trunnion, a degree marker with re- aiming stop, corrosion- resistant hardware, and an activated charcoal filter. The ballast shall be capable for starting and operating the specified lamp within the limits specified by the lamp manufacturer. The ballast must reliably start and operate the lamp in ambient temperatures down to -20 for metal halide and -40 for high pressure sodium. Fixture manufacturer shall determine the number and arrangement of floodlight beam spreads to be used. The quantity of fixtures per pole is noted on drawings. A maintenance factor of 70% is to be used in calculations. Pitchers mound and home plate area shall exceed infield average by 5 F.C. maintained. Luminaires shall be General Electric power spot floodlights for the lamp type, wattage and voltage as shown on the drawings or approved equal. Top Visors: Top visors shall be provided on all security fixtures so indicated on the drawings. - 5 - (I 16.01 - Electrical (M) y 4 Provide each lighting a furnished under this contract • lamps as indicated. Sylvania, G,E., Westinghouse, or ap 0 equal. Contrdl tgui6ment: Provide and install in main switchboard fused flush elapsed time meters with name plate (engraved type) and control running equipment as noted on drawings. Miscellaneous Items: Wire in poles shall be supported by proper size Kellems grip and suspended from the support hook at the pole top. Wire shall be stranded #IOTHW or THWN or THHN in pole. Existing Floodlight Poles and Arms: Existing floodlight poles and arms shall be reused, complete with base plates. The base plate anchor hold dimensions shall be field verified for use in making a template for the new anchor bolts. The floodlighting pole shall conform to contract drawings and specifications. The poles shall consist of shaft with anchor base and cross arms. New anchor bolts and miscellaneous attachments are required to make a complete and operable relighting job. The existing poles are manufactured by Pumco Model No. DMI0113C GA. Pole welding on site shall be treated with Galvaneil. High strength steel anchor bolts conforming to the requirements of ASTM A675 GR 90 each complete with two nuts shall be furnished. Each anchor bolt shall be threaded at the top end. The top end with nuts shall be galvanized. The anchor bolts shall be capable of resisting at yield strength stress, the bending moment of the shaft at its yield strength stress. Proper precaution shall be taken when erecting poles to prevent any damage to pole and equipment mounted on them. Poles shall be set vertical with a transit and not be off plumb more than +2" at the top. Scuff marks shall be repaired to match pole or entire pole painted. Pole galvanized areas shall be repaired with hot stock galvanize. Materials shall be as follows: Anchor Bolt: ASTM A-675, GR 90 Washers: ASTM A -36 PART 3 - EXECUTION General: All materials and equipment shall be installed in a secure, neat and workmanlike manner by competent workmen, and any item not so installed shall be corrected to meet the complete approval of the Agency. If, at any time, the Contractor believes that he cannot secure proper results through the use of the materials and procedures specified, he shall immediately notify the Engineer and the Agency setting forth his reasons. The Contractor assumes all responsibility for materials, storage, damage to equipment and safety for all personnel and the public until final acceptance by the Agency. Sensitive electrical equipment should not be installed until major construction work is completed. During and after installation equipment shall be protected from damage by water, dust, paint, wet concrete, plaster, etc. Adequate barricades and lighting shall be provided for all open trenches and excavations. Trenching and Conduit Work Trenching shall be coordinated with the existing irrigation system. All irrigation lines damaged during prosecution of the work shall be repaired in compliance with the standards in Sections 212 and 308 of the Standard Specifications. PVC conduit shall be laid properly and secured to prevent floating when concrete is poured. Secure conduit 5' to 6' on center with proper anchors to arch the full width of trench. Provide 3 -inch thick concrete cover. PVC conduit shall be 30 inches below grade. Backfill shall be placed in 6 -inch layers, hand or mechanically tamped to 90% compaction. Flooding will not be permitted without the specific approval of the Engineer, and then only for the area approved. Backfill shall contain no rocks, broken concrete or trash. - 6 - ?Z 16.01 - Electrical (M) +r• t>r Trenches shall be bad level with surrounding grades wt�ly compacted. Trenches in lawn -areas shall be sodded i ordance with Section 308- 4.8(c) of tandard Specifications; sod type $hall bp approved by the Agency. All empty conduits for future use shall be identified with a conduit marker tag at both ends. The identification number shall be shown on the record drawings. Tags shall be 1 -inch diameter, 20-gauge brass or 12 -gauge plastic and shall have stamped numbers/ letters 1/4 -inch high. Use brass or copper 12 -gauge wire to connect tag to conduit. Pill Boxes: Install pull boxes were noted on drawings. No pull box shall be located in an athletic field area or where it will pose a hazard to the using public. Boxes shall be a set flush with sidewalk okr other paving. In lawn areas set boxes one inch above finish grade, or as noted on plans. Notes on plan govern. Concrete boxes shall be made in sections and grouted or cemented together to form awatertight seal. Boxes shall have a 6 -inch drainhole in the bottom. Boxes shall sit on 24 -inch deep crushed clean 1 -inch rock. The drain hold shall be opened and cleaned out before sealing the top. Top shall be sealed after inspection, and the entire box made watertight. Pre -cast pull boxes by Brooks or Christy may be submitted for approval. Splicing and Cable Identification: No Splices are permitted except in pull boxes, above grade junction boxes, or in pole base at hand hole. All cable splices shall be made with H1 Press compression type connections (not bolted mechanical compression type). All joints shall be made waterproof by several layers of rubber tape followed by two layers of 1/2 lap friction tape, covered by three layers of 1/2 lap plastic #88 Scotch tape. Splices in underground boxes shall be made with splice kits as manufactured by General Electric or 3M. Branch circuit splices in fixture shall be soldered and taped as noted above. Compression fittings (uninsulated "Scotchlok ") may be substituted for solder, but must be taped, dipped in waterproof compound and made waterproof. Insulating "Scotchlok" may be used, but only with waterproof Unipack Scotchcast resin. All cables shall be identified with a punched plastic tag, such as color coded Dymo tags, in each pull box by circuit number, voltage and phase. Connections to Equipment or System: The Contractor shall connect to equipment furnished under other sections of the specifications where noted on drawings. Grounding- Do not use water pipe as a ground; water pipe system is nonmetallic. All fixtures shall be connected to system ground. Neutral to ground shall not exceed 5 ohms. Connect fixture to ground with #10 TW wire. All rigid galvanized steel conduit shall be properly grounded. Use proper ground clamps and conduit fittings to ground cable and conduit to ground rods. Size as required by code. Bond to building cold water piping. Foundations: Contractor shall excavate and install foundations for each pole as noted on drawings. All concrete shall be poured against undisturbed soil. Backfilling and compacting will not be approved. From the top eight inches of each foundation finish the top with an outward taper of one inch in one foot. A lip form may be used when pouring the foundation; hole may be drilled as the slip -form is placed. Foundation dimensions are based on the poles and fixtures specified. Place foundation reinforcing steel as noted on drawings. Reinforcing steel shall be ASTM A -605, Grade 60; test is required. Call for steel placement inspection when ready. Foundation holes shall be inspected by the Engineer prior to pouring concrete. Structural notes on drawings govern over these specifications. Concrete: All concrete shall be 2500 psi and shall be ready mixed concrete, conforming to UBC Standard 26 -13. Alternate 2 of Standard 26 -13 shall be the basis of quality, and Items 1 through 4 are specified elsewhere in this section. Packing: Cement shall be packed in strong paper or jute sacks with the brand and name of the manufacturer plainly marked thereon. - 7 - 16.01 - Electrical (M) '�� f. '7 V1 Aggregates: The grad f coarse aggregates for slabs shal a 1" to No. 4 range as set Eorth� in Table 26-2 -A o Standard 26 -2. Grading of coarse tes for all other concrete sha.jl be_'R1`e 1 -1/2" to No. range of the same Table 26 -2 -A. Storage: Aggregate shall be stored on the site separately and measured in manner to avoid the inclusion of foreign materials as approved by the Inspector. Water: Water required for all purposes shall be clean, free from strong acids, alkalis, oil, or organic materials. Mixing: Concrete shall be a mixture in the unit proportion of Portland Cement. All concrete shall be mixed in an approved power batch mixer. Materials for each batch of concrete shall be accurately and separately measured and placed in the mixer. Consistency: The quantity of water used shall not exceed the maximum quantity specified and shall be minimum necessary to produce concrete of the workability required by the Inspector. Supplementing the predetermined amount of water by additional water because of the slowness of discharge or for any other reason will not be permitted. Transit -Mixed Concrete: The Contractor may use transit -mixed concrete in lieu of concrete manufactured on the site, provided the materials used in its manufacture comply with the requirements of these specifications. .... L'Y u. 4.." 'y vi �:aucu �, na wi, iuw eyyaeya1. euu coarse aggregate. Certificate shall be certified at batch plant that it meets these Transit -mixed concrete shall not be delivered to the work with the total specified amount of t- water incorporated; two and one -half gallons of water per cubic yard shall be withheld and may be incorporated before the concrete is discharged under the supervision of the Inspector. The Contractor shall not re- temper any concrete or use any concrete that has stood more than 15 minutes after leaving the mixer. Grout: Use non - shrink structural grout under pole bases and to form pole cap. Floodlight Aiming: Preset aiming points shall be installed on the site as located by aiming chart. Aiming of fixtures shall be supervised by fixture manufacturer's representative. Aim fixtures at night, on site, in presence of the owner. 74 - 8 - 16.01 - Electrical (M) • • • L TO: CITY COUNCIL November 14, 1988 CITY COUNCIL AGENDA ITEM NO. F -19 CITY '1 hEI%1'Pi "I BEACI. NOV 14 1988 -AP 1 _ FROM: Public Works and Parks, Beaches & Recreation Departments SUBJECT: REHABILITATE LINCOLN SCHOOL ATHLETIC FACILITIES CONTRACT NO. 2658 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to.be.:gpe4ed.at 11 :00 A.M.. -on.- December 28, 1988. DISCUSSION: The 1987 -88 budget contains an appropriation of $756,000 to rehabilitate athletic facilites at Lincoln School. The source of funds is as follows: City Park and Recreation Fund $295,000 1984 Park Bond Act 280,000 1986 Bond Act 181,000 Total $756,000 The proposed project consists of demolition, clearing and grubbing; earthwork; construction of: site utilities, drainage improvements, a new parking lot, baseball backstops and fencing, infields at baseball diamonds, a jogging path, new sports field lighting system using existing poles, new security lighting, an automatic irrigation system, turf; and installing a new wooden floor and painting the interior of the gymnasium. The location is shown on the attached sketch. A full set of drawings will be on display in the City Council's conference room. r� L_J r • Subject: Lincoln School Athletic Facilities (C -2658) November 14, 1988 Page 2 The project budget is a follows: Design: Recreation Systems Inc. $ 39,920 Civil Engineering 4,200 Subtotal Design $ 44,120 New roof on gymnasium $ 9,430 Construction Contract: Gym renovation $ 75,000 Demolition & earthwork 60,000 Drainage facilities 12,000 Irrigation system 120,000 Paving and surfacing 155,000 is Electrical fencing Planting Subtotal Miscellaneous & TOTAL PRI 110,000 40,000 110,000 Construction Contract $682,000 contingent costs $ 24,650 )JECT COST $756,000 The plans were prepared by Recreation Systems Incorporated of Anaheim. The Civil Engineer was Norris -Repke Inc. of Tustin. The estimated date of completion is April 30, 1989. BenjAmin B. Nolan Rona A. Whitley • Public Works Director Parks, Beaches & Recr ion Director KP:so Attachment rf i/P A�z 3 3 > W �Q N ^ o8e Q3 4 PdRY pd OR ,, ,d✓ dNd OR J 8 s i Authorized to Publish Advertisements of all kinds Including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September. 1961. and A- 24831. dated it June. 1963. STATE OF CALIFORNIA County of Orange GuUhG nmKe Aa.Onl.ne Cdr.w 0, Ilnr .nldwd 9 W in 7 Mrt With la PKA column w lh I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which Is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for two consecutive weeks to wit the issue(s) of November 17 _ , 198_ November 24 198_ 198 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 25 at Costa Mesa, Califwia. 198 8 PROOF OF PUBLICATION 11 PUBLIC NOTICE NOTICE INVITING 8108 Seated bids may be re- ceived at the office of thel City Clerk, 3300 Newport` Boulevard, P. 0. Box 1768,1 Newport Beach, CA 92656-8915 until 11:00 a.m. on the 28th day of Decem- ber, 1988, at which time such bids shall be opened I and read for Title of Protect: RE- IHABILITE LINCOLN SCHOOk ATHLETIC FA -I Clerk Prospective bidders obtain one set of bid c ments at no cost at the,