HomeMy WebLinkAboutC-3461 - Corona del Mar Beach Improvementsn
U
C
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
3 ob ao
OMACI
APR 1. o Zw7
�nnrAll[-
Agenda Item No. 5
April 10, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 -644 -3328
Idalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — CONTRACT
NO. 3461 — AMENDMENT NO. 4 TO PROFESSIONAL SERVICES
AGREEMENT
RECOMMENDATIONS:
Approve Amendment No. 4 to Professional Services Agreement with Robbins
• Jorgensen Christopher Architects (now known as Rossetti Jorgensen) for an amount
not to exceed $29,925 and authorize the Mayor City Clerk to execute the Agreement.
DISCUSSION:
On August 9, 2005 the City Council awarded a contract to reconstruct public facilities at
Corona del Mar State Beach. The contract provided for demolishing all existing
structures and constructing a concession /lifeguard /marine life refuge building, two
restroom buildings, a parking lot ticket booth, parking lot and entrance modifications,
beachfront seat walls and walkways, site utilities, and new landscaping and irrigation
systems.
The contract also provided for demolishing, removing, and reconstructing the bottom
portion of the Inspiration Point beach access trail that was undermined during our
January 2005 storms. The trail was extended longer and deeper into the beach sand
and buttressed with grouted rock in an effort to assure that the trail will not be
undermined during future storms.
Construction started on September 6, 2005, the day after Labor Day. All work was to
be completed within 150 consecutive working days, or by May 11, 2006. Working day
extensions due to unforeseen work, labor and materials delays, inclement weather, etc.,
extended the completion date to June 1, 2006; however, actual construction was not
•
Corona Del Mar BeaPprovements - Contract No. 3461 — Amendment NoQ0 Professional Services Agreement
April 10, 2007
Page 2
completed until October 20, 2006, 100 working days after the extended completion date •
(see attached Council report dated February 27, 2007).
Amendment No. 4 to Professional Services Agreement:
Architectural design and construction support services for the project were provided by
Robbins Jorgensen Christopher Architects (now known as Rossetti Jorgensen) under a
September 2, 2001 Professional Services Agreement with the City. This Agreement
was amended on December 12, 2002, January 13, 2004, and October 5, 2005 to reflect
changes to Rossetti Jorgensen's original scope of work.
Rossetti Jorgensen has now requested payment for their 100 additional days of
construction support services between June 1 and October 20, 2006 (see attached
letter report dated March 19, 2007). Such services include attending and taking notes
for meetings with the contractor, researching and responding to requests for
information, evaluating field conditions and requests for change orders, preparing
change order plans, etc. Staff has verified the $29,925 additional payment requested
by Rossetti Jorgensen and prepared the attached draft Amendment No. 4 to their
Professional Services Agreement with the City.
Funding Availability:
The City Council approved 10% of the award amount ($400,000) to provide for testing, •
special inspections, change orders, and unforeseen costs on the project. Ten percent
is commonly provided for Public Works projects when exact construction costs are
unknown prior to award. Sufficient funds remain in the following account to reimburse
Rossetti Jorgensen for their additional services under proposed Amendment No. 4.
Account Description
Corona del Mar State Beach Improvements
Prepared
•f e 5 : •
D6sign Engineer
Account Number
Amount
7011- C5100569
$29,925
Total:
$29,925
Attachment: Completion report dated February 27,
Letter from Rossetti Jorgensen dated
Draft Amendment No. 4
Submitted
m G. Badum
Works Director
19, 2007
E
11
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
•
Agenda Item No.
February 27, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Marcus Puglisi
949- 644 -3331 or mpuglisi @city.newport- beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS —COMPLETION
AND ACCEPTANCE OF CONTRACT NO. 3461
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after
• the Notice of Completion has been recorded in accordance with applicable
portions of the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On August 9, 2005, the City Council authorized the award of the Corona del Mar State
Beach Improvements to Weeger Bros., Inc. The contract provided for the demolition of
all existing structures and construction of a parking lot ticket booth, concession /lifeguard
building, two restroom buildings, beachfront seat walls and walkways, site utilities, and
new landscaping and irrigation systems. The contract also provided for the demolition,
removal, and reconstruction of the bottom portion of the Inspiration Point beach access
trail that was undermined during our January 2005 rain storms. The trail extension was
designed to be longer and deeper into the beach sand and buttressed with grouted rock
to insure that the trail will not be undermined again.
On October 25, 2005, the City Council appropriated another $200,000 for additional
design services and for materials observation and testing and geotechnical services.
The contract has now been completed to the satisfaction of the Public Works
Department. A summary of the contract cost is as follows:
Original bid amount: $3,945,000.00
Actual amount of bid items constructed: $3,945,000.00
• Total amount of change orders: ($141.52)
Final contract cost: $3,944,858.48
C111na del Mar State Beach Improvements - Completion 0d Acceptance of Contract No. 3461
February 27, 2007
Page 2
The final overall construction cost includes eight Change Orders representing a savings •
of .0035 percent under the original bid amount. A summary of the change orders is as
follows:
Change
Description
Amount
Order
1
Miscellaneous extra work: asbestos removal,
$16,652.03
diseased palm replacement, roofing system
upgrade, added water service, and added
restroom o ical flush valves
2
Extra work days
3
Miscellaneous entry booth extra work: additional
$18,042.62
work to accommodate a toilet room, changed entry
door, added countertop plastic laminate end
panels
4
Miscellaneous building extra work: HVAC
$16,166.18
modifications to the Lifeguard /Concessionaire
building, filling of unforeseen void adjacent to the
Westside restroom, ceiling modification to
accommodate ceiling lights
5
Miscellaneous cost deductive items: temporary
<$72,884.74>
concession costs, deletion of new flagpole,
replacement of destroyed stainless steel street
light service, deletion of Abtech catch basin filters,
and deletion of the artistic concrete portion of the
contract
6
Miscellaneous building extra work including such
$19,340.53
items as: substitution of double 2x6 Trex for HVAC
screening, restroom structural steel design
changes, powder coating of skylights, sewer
grease interceptor relocation, and relocation of two
la a Washingtonian palms
7
Miscellaneous building extra work: added
$2,287.28
waterproofing to Lifeguard shower wall, switching
the down spout locations for nine roof drains, and
adding venting for lifeguard water heater
8
Final miscellaneous site and building extra work
$254.58
In addition to the Change Orders approved by the City, the Contractor has an
outstanding claim. The Contractor contends that it is entitled to additional
compensation due to alleged extra days and the performance of extra work. Staff has
reviewed the claim and has determined that the Contractor's claim is without merit. The
City has cross - claims against the Contractor for liquidated damages resulting from the
delayed completion of the project.
r i
LJ
The City has retained $193,089 of contract funds within a third party escrow account for is
the resolution of liquidated damages ($150,000) and stop notices on file ($43,089.)
Adel Mar State Beach Improvements - CompletioneAcceptance of Contract No. 3461
February 27, 2007
Page 3
• Additionally, approximately $180,000 of unspent monies set aside for contingency will
be returned to the General Fund. The total construction cost was $3,944,858.48.
Other Project Costs:
In addition to the primary construction contract, this project involved other project
expenses from the following funding sources, General Fund, American Trader Oil Spill
Remediation Fund, FEMA contribution, and Proposition 12 Bond Act of 2000 — State
grant contribution. Total project expenses are summarized as follows:
Construction
Architectural Services
Preliminary Design
Various Trades
Materials Testing /Geotechnical
Construction Inspection
Surveying
Portable Toilets
Incidentals
Lifeguard Facility FF &E
Total Project Cost
Environmental Review:
$3,944,858.48
$ 259,650.10
$ 25,265.39
$ 56,479.55
$ 63,618.00
$ 9,445.05
$ 8,404.00
$ 39,200.05
$ 9,643.76
$ 49.000.00
$4,465,564.38
• This project is categorically exempt from the provisions of CEQA per Section
15061(b)(3), pertaining to the reconstruction of existing structures and facilities on the
same site with substantially the same purposes and capacities as the existing structures
and facilities. A Notice of Exemption has been filed with the County Clerk.
Fundinq Availability:
Funds for the project were expended from the following accounts:
Description
General Fund
Proposition 12 Bond Act of 2000 — State Grant
FEMA reimbursement for beach access trail repair
American Trader Oil Spill Remediation
Account
7011- C5100569
7251 - 05100569
7251- C5100569
Amount
$2,819,762.48
472,290.00
29,648.00
7295- C5100569 623.158.00
Total $3,944,858.48
All work was completed on October 20, 2006, 100 days after the scheduled completion
date.
Prepared by: Submitted by:
• Marcus Puglisi
Senior Public Works Inspector
Stephen G. Badum
Public Works Director
AMENDMENT NO.4 TO
PROFESSIONAL SERVICES AGREEMENT
WITH JORGENSEN ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 4 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this day of , 2007, by and between the CITY OF
NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City "), and
ROBBINS 16RGENSEN CHRISTOPHER ARCHITECTS (now known as ROSSETTI
JORGENSEN), a California corporation,., whose address is 2800 Lafayette, Newport
Beach, California, 92663 (hereinafter referred to as "Consultant'), is made with reference
to the following:
RECITALS:
A. WHEREAS, City has constructed a new concession stand, restrooms,
parking booth, and other improvements at Corona del Mar State Beach; and
B. WHEREAS, -on September 10, 2002, City and Consultant entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT," for
Consultant to provide the architectural services for the Corona del Mar State Beach
Improvements (hereinafter referred to as "Project'). Under AGREEMENT, City agreed
to pay Consultant $111,670.00 for architectural services; and
C. WHEREAS, on December 17, 2002, City and Consultant entered into an
amendment to AGREEMENT for additional professional services needed for Project, as
requested by City (hereinafter referred to as "AMENDMENT NO. 1 "). Under
Amendment No. 1, City agreed to compensate Consultant an additional $31,330 for
their additional services; and
D. WHEREAS, on January 13, 2004, City and Consultant entered into a
second amendment to AGREEMENT for additional professional services needed for
•
•
• •
• Project (hereinafter referred to as "AMENDMENT NO. 2. "), and City agreed to
compensate Consultant an additional $71,500.00 for their additional services; and
E. WHEREAS, on October 5, 2005, City and Consultant entered into a third
amendment to AGREEMENT for additional professional services needed for Project
(hereinafter referred to as "AMENDMENT NO. 3. "), and City agreed to compensate
Consultant an additional $40,502.00 for their additional services; and
F. WHEREAS, Consultant has provided additional professional services to
complete Project not included in AGREEMENT or AMENDMENTS NO. 1, 2 or 3. Said
additional services include architectural services connected with the delayed completion
of construction of the beach improvements and are more fully described in a March 20,
2007, letter from Consultant to City (hereinafter the "March 20, 2007 letter") attached
hereto as Exhibit A and incorporated in full by this reference; and
G. WHEREAS, City desires to compensate Consultant for the additional
• professional services that were not included in AGREEMENT or AMENDMENTS NO. 1,
2 or 3. Accordingly, City and Consultant mutually desire to amend AGREEMENT, as
provided herein (hereinafter referred to as "AMENDMENT NO. 4 ");
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for the additional services it has
provided on Project, as outlined in March 20, 2007 letter to City.
2. Total additional compensation to Consultant for the services performed
pursuant to AMENDMENT NO. 4 shall not exceed Twenty Nine Thousand, Nine
Hundred Twenty five Dollars ($29,925).
3. The term of Agreement shall be extended to December 31, 2007.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in AGREEMENT and in AMENDMENTS NO. 1, 2 and 3 shall
• remain unchanged and shall be in full force and effect.
0
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 4 on
the date first above written.
APPROVED AS TO FORM:
Ass tant City Attorney
for City of Newport Beach
ATTEST:
City Clerk
for City of Newport Beach
Attachment: Exhibit A
CITY OF NEWPORT BEACH,
A municipal corporation
Mayor
for City of Newport Beach
CONSULTANT:
ROSSETTIJORGENSEN
By:
(Corporate Officer)
Title:
Print Name:
(Financial Officer)
Title:
Print Name:
U
is
E
CJ
11
•
ROSSErn JOROENSEH. ARCINT6CTURE. INTERNNU,. GRAPHICS. PLANNING
2800 LAFAYETTE. CANNERY VILLAGE. NEWPORT BEACH. CA 92663
Telephone. 949.566.0080 ROSSETTIJORCENSEN.CON Fax. 949.566.0082
MARCH 19, 2007
MR. LLOYD DALTON, P.E.
CITY OF NEWPORT BEACH PUBLIC WORKS
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92658
RE: Corona Del Mar State Beach improvements
City of Newport Beach
Contract #3461 Plan #P-51 89-8
Dear Lloyd,
This letter is to request your consideration of additional construction administration services on
the Corona del Mar State Beach Improvements project due to the Contractor's schedule
overruns.
The original contract completion date was May 11, 2006. The actual completion date as
agreed upon by the City and Weeger Bros. Inc. was October 20, 2006, more than 5 months
later. The completion of site improvements and punch list items extend considerably beyond
that date. At the City's request, we continue to be involved, now more than 10 months later
(nearly double the170 working days established by the original contract) providing support
during negotiations to determine the amount of liquidated damages that will be assessed upon
Weeger Bros. While our original contract required that we get approval from the City before
providing additional services, we have continued our support in good faith, based on our
conversations with you along the way that we will eventually be compensated for our
additional services. Because our contract was an hourly, not to exceed agreement and was
not tied to phased completion of the job, we invoiced 100% of the contracted fee on June 30,
2006 for time spent through May 31, 2006. Following the payment of that invoice, we have
worked without compensation for over 9 months. While we hope that our dedication to this
project speaks as a demonstration of our commitment to provide quality service and enduring
Architecture, we are currently realizing a significant financial loss on this job and we hope we
can recover the income proportional to our efforts.
As I mentioned in a letter to Marcus Puglisi nearly a year ago, most projects, especially those
with a combination of new and existing amenities, phased construction, and occupancy during
construction have unforeseen conditions that have to be resolved during construction and thus
cause delay. On this project, some examples of unforeseen conditions which occurred were
unknown existing underground utilities locations, discovery of asbestos in existing buildings
and delayed move out of the concessions tenant Some trade coordination issues had to be
addressed in the field, such as the detailed interrelationship of steel columns embedded in
masonry wails. These are ordinary hurdles in, most projects and are the reason that project
schedules typically include contingency time.
Construction of this project extended far beyond what anyone would have anticipated as a
reasonable time contingency however and the Contractor is responsible for the extreme
. delays in completion. As early as pre -bid and at pre- construction meetings, everyone involved
(Owner, Contractor, and Architect) discussed that the construction schedule was critical and
cooperation and communication would be important to meet the completion date. It was
ROSA EXHIBIT A
IwgeRSen _
•
0
Page 2 •
anticipated by the City that this schedule would be reflected in the bids and indeed this was
the case. Typically, when construction time is critical, there will be larger work crews of
various trades conducting simultaneous activities on the site. Instead, the job site was
lackluster on most days. it was surprising that many work tasks which could have been
scheduled concurrently instead occurred sequentially. Concurrent scheduling typically means
that some trade work has multiple starts and stops, thus increasing subcontractor costs. On
this job, it appears that the Contractor scheduled subcontractor work in order to minimize his
expenses and maximize profit versus scheduling the job to be completed by the contract
completion date.
Another critical aspect to successful communication during all construction projects is the RR
process. This too was discussed during pre-bid and pre - construction meeting's. It was noted
that while we as the Architect would respond to issues quickly, that the contract allowance for
processing issues is 20 working days. We requested that in order to decrease the response
time to RFI's, the Contractor take a proactive, cooperative, problem solving approach when
submitting questions. As one with global knowledge of the project and as the overall
coordinator of the project construction, the Contractor's role is to review their subcontractors'
issues, resolve them if possible, and then if still necessary, pose a question to the Owner /
Architect / Engineer in a comprehensive manner. In our opinion many of the RFI's that came
to our office were so basic that they should have never been submitted. Seldom were RFI's
posed with a suggested resolution. There are many possible reasons for this, however, in our
opinion the problem' resulted primarily from a combination of inexperienced personnel and •
failure to review subcontractor questions prior to, submitting them to the Architect.
Contractor submittals also became an issue. Despite numerous reminders to the Contractor
to include submittals / shop drawings on their project schedule as required by their contract,
neither the City nor the Architect ever received such a document We also reminded the
Contractor that the Architect's responsibility in reviewing submittals is limited to verifying their
general compliance with the contract documents. The Contractor is required to review all of
their subcontractor's submittals before sending them to the Architect. Additionally, detailed
review of dimensions, full compliance with the specifications, etc. is the resporisibiifty of the
Contractor prior to submittal to the Architect Despite numerous discussions and reminders of
the standard of practice, we continually received submittals which had not been reviewed by
the Contractor, did not comply with the specifications, or were not required by the contract
documents: The Contractor did not stamp and sign submittals indicating to the Architect that
they had been reviewed by them prior to submitting to Architect In many cases, we spent
considerable time discovering inconsistencies which should have been filtered out by the
Contractor prior to being submitted to us.
Substitutions must be allowed for public contracts. However, in order to be approved, they
should be clearly marked as a substitution and submitted to the Owner / Architect along with
the necessary comparison and backup information to indicate that the equivalency of the item.
Because review of substitutions is time consuming, our specifications typically list multiple
acceptable manufacturers, sometimes up to seven. Despite this, we received many submittals
which were not by one of the listed manufacturers and were not indicated as a substitution.
This created additional review time because we not only had to discover for ourselves if the
product was a substitution, but then incurred additional time to review for equivalence.
Whereas the contract and standard of practice suggest that such submittals be rejected, in
•
V.)02n- CtiF.AGnVaGaSFce Rgwealn CA a dse M- ISW.dm
• Page 3
most cases, we reviewed what was submitted in order to keep the project moving without
delay.
Our contract with the City is unclear as to the number and frequency of meetings that we were
expected to attend during construction. On many projects, we attend construction meetings
on an every-other week basis. Nevertheless, 'when we were requested to attend weekly
meetings, we agreed in order to aid in keeping the project moving. This has been a large
commitment of time and resources for us and is compounded now by the schedule extension.
Because the City continued request our involvement, we are confident that you found our
additional services beneficial the during the extended construction period and recent
contractor negotiations. During this time, we made every effort to work efficiently while still
providing the City with the support needed to complete the project. At the time of our last
discussion regarding our additional time on this project, you requested that we keep track of
our time until the completion of the project and submit it as a fixed cost at the completion of
the project rather than project an inaccurate fee at that time. While that seemed reasonable
then, none of us imagined that the 'completion' was so far away. Our resulting unpaid time
has become a significant burden to this office and our contribution to the overall performance
of the firm. We hope that you can help us to come to a resolution quickly. We request
compensation in the amount of $29,925 for 204 labor hours recorded during the 9 months
since our last invoice dated June 30, 2006 for time spent through May 31, 2006. Attached is a
summary of our time spent for that period.
. Lloyd, thank you for your consideration of this request Please call Roberta Jorgensen or me if
we can answer any questions regarding this matter.
•
crams sddu Q3A$07.d=
Project Detail Report
Monday, March 19, 2007
RossiTTi
Transactions for 611/06 - 31'
3
Hours
Description
Reg
2006206.00 Corona Del Mar State Beach Im Type:
7/17/2006
Principal:
3
Project Manager:
BAKER, HAROLD
Client:
7131/2006
Contract Type:
1
E +0:
BAKER, HAROLD
Building Type:
Labor
2
E CIA OFFICE '
B 50400
1 PROJ MGMT
12 :42:00 PM
Amount
Ovt Total Reg Ovt
Regular
ROBERTA JORGENSEN Ccmp: 108,675.00 Budgeted OH Rate
J J BRISCOE Consult Fee: 0 Revenue Meth:
Reimb 0 Multiplier/Amt:
Fixed Fee Start Date: Percent Compl: 0
Office Bldg End Date: Labor Pot Coml 0
Expense Pot Compl: 0
B 50100
BAKER, HAROLD
611412MB
3
3
F 50100
BAKER, HAROLD
7/17/2006
3
3
F 50100
BAKER, HAROLD
7131/2006
1
1
F 50100
BAKER, HAROLD
8/1/2006
2
2
B 50400
BRISCOE, JJ
817/2006
2
2
50400
BRISCOE, J J
6/14/2006
4
4
B 50400
BRISCOE, J J
6115/2006
4
4
F
50400
BRISCOE, J J
611/2006
4
F
50400
BRISCOE, J J
6/5/2006
0.5
F
50400
BRISCOE. J J
6!812006
6
R F
50400
BRISCOE, J J
6/16/2006
3
F
50400
BRISCOE, J J
6/19/2006
2
a 50400
BRISCOE, J J
6/20/2006
2
2
B 50400
BRISCOE, J J
8/21/2006
2
2
B 50400
BRISCOE, J J
6/22/2008
3
3
B 50400
BRISCOE, J J
6/23/2006
1
t
B 50400
BRISCOE, J J
6/2612006
0.5
0.5
B 50400
BRISCOE, J J
6/27/2d06
2
2
B 50400
BRISCOE, J J
6/28/2006
3
3, „
B 50400
BRISCOE, J J
612912006
2
2
B 50400
BRISCOE, J J
6/3012006
1
1
• • •
•
0
9 •
F
50400
BRISCOE, J J
7!3!2006
2
2
F
50400
BRISCOE, J J
7/512006
1.5
1.5
F
50400
BRISCOE, J J
7872006
2
F
50400
BRISCOE, J J
7!712006
2
!✓
50400
BRISCOE, J J
7/1212006
2.5
2.5
F
50400
BRISCOE, J J
7/1312006
4
4
F
50400
BRISCOE, J J
7/14/2006
1
1
F
50400
BRISCOE. J J
7118/2008
1
1
F
50400
BRISCOE, J J
7119(2006
9
9
F
50400
BRISCOE. J J
7720/2006
8
8
F
50400
BRISCOE. J J
7!2112006
1.5
1.5
F
50400
BRI §COE, J J
7124/2006
1.5
1.5
F
50400
BRISCOE, J J
7/26/2006
2
2
F
50400
BRISCOE. J J
7/2712006
5
5
•
g
50400
BRISCOE, J J
8/1/2006
3
F
50400
BRISCOE, J J
81212006
4
4
F
50400
BRISCOE, J J
814/2006
2
2
F
50400
BRISCOE, J J
8/10/2006
7
7
Selected By. Project. 2006206.00, Prior period overhead missing
2006206.00 Corona Del Mar State Beach Impr (RJi v8.0e (tract' IWOro) - Page 1
Transactions for 611106 -
31• March
19, 2007 -12.42 PM
project Detail Report
'
Hours
Amount
Reg
O,R
Total
Reg
Ovt
Description
g
50400
BRISCOE. J J
811512006
9
9
g
50400
BRISCOE, J J
8116/2006
3
3
g
50400
BRISCOE, J J
8117/2006
3
3
g
50400
BRISCOE, J J
812312006
2.5
2.5
g
50400
BRISCOE. J J
8/24/2006
2.5
2.5
g
50400
BRISCOE, J J
813112006
4
4
B
50400
BRISCOE. J J
9/7/2006
3
3
g
50400
BRISCOE, J J
9114/2006
1
1
B
50400
BRISCOE, J J
9/18/2006
2
2
B
50400
BRISCOE. J J
9119/2006
0.5
0.5
B
50400
BRISCOE, J J
912012008
1
1
B
50400
BRISCOE. J J
10/31/2006
0.5
0.5
0
0
0
8
6
50400 BRISCOE, J J
B
60400 BRISCOE, J J
11/1/2006
B
50400 BRISCOE, J J
11/9/2006 2
2
B
50400 BRISCOE. J J
11/10 /2006 2
2
B
50400 BRISCOE, J J
11/16!2006 1.5
1.5
B
50400 BRISCOE, J J
11/1712006 2
1
B
50400 BRISCOE, J J
11/22/2006
2
B
50400 BRISCOE, J J
12/6/2006 1
1
B
50400 BRISCOE, J J
12/11/2006 0.5
0.5
g
50400 BRISCOE, J J
12/2012006 3
3
B
50400 BRISCOE, J J
12/21/2006 0.5
0.5
B
50400 BRISCOE, J J
1122007 3
3
B
50400 BRISCOE, J J
1/$2007 0.5
0,5
B
50400 BRISCOE, J J
1/9/2007 1
1
B
50400 BRISCOE, J J
1/17/2007 1
1
B
50400 BRISCOE, J J
1118200'7
4
4
B
50400 BRISCOE, J J
124/2007 2
2
B
50400 BRISCOE, J J
2/6/2007 0.5
0.5
50410 BRISCOE, J J
2/162007
0.5
F
1 1
2!282007
1
51100 JORGENSEN,
3
3
3 TECHNICAL
_
711912006 '
B
1
1
B
50100 BAKER, HAROLD
Subtofal for BAKE 50100 BAKER, HAROLD
R, HAROLD
6/2&2106
B
F 7
6/282006 4 006 3
3
B
50400 BRISCOE, 50300
7
BRANDT, 296.73
4
296.73
50400 BRISCOE, J J
6/12/2006
9/i22006
0.5
Total TECHNICAL
9/132006 3
3 •
8 CONT ADMIN
2
2
B
72 S
B
50100 BAKER, HAROLD
12.5 515.99
515.99
50100 BAKER, HAROLD
6/6206 0
B
617/2008 2
2
B
50400 BRISCOE. J J
2
2
50400 BRISCOE. J J
10/16/2008
11/2/2006
2
•
0. 5
0.5
0 •
Subtotal for BRISCOE, J J
2.5
2.5
103.2
103.2
Selected By: Project: 2006206.00, P.rrorperiod overhead missing
2006206.00 Corona Del Mar State Beach Impr (RJi v8.0e (tract' lantta) -Page 2
project Detail Report
Transactions for 611106 - 31'
March
19, 2007 -12:42 PM
Hours
Amount
Description
Reg
Ovt
Total
6.5
6.5
Reg Ovt
354.96
354.96
Total CONTADMIN
9 GENERAL
g 1
50100
BAKER, HAROLD
6/1312006
3
3
F
50100
BAKER, HAROLD
7/3/2006
1
1 ...
F
50100
BAKER, HAROLD
71512006
4
4
•
F
50100
BAKER, HAROLD
7/612006
1
1
g
50400
BRISCOE, J J
212112007
2
2
204
204
Labor Total
Account Totals
Reimbursable Expenses
204
204
Project Totals
Breakdown of hours:
Name
Title
Rate
Hours
Subtotal
Total
Roberta Jorgensen
Prinicpal
175
2
173
350.00
25,950.00
Jason Briscoe
Senior Associate
150
•
Hal Baker
Director of Construction
125
29
3,625.00
204
$
29,925.00
I l jorgeR� qq
June 26, 2006
Mr. R. Gunther
City of Newport Beach
Public Works
3300 Newport Blvd.
Newport Beach, CA 92658
f 40
Re: Fee for Additional Services: CDM State Beach, Construction Meeting Minutes
Dear Mr. Gunther,
Thank you for the continued opportunity to provide architectural services to the City of Newport
Beach at Corona del Mar State Beach. Per your request, Jorgensen Architects will record
meeting minutes for the weekly construction meetings. The duration for this service shall
commence on February 09, 2006 and will continue through July 25, 2006
Meeting minutes shall be prepared for each weekly meeting and distributed the following week at
the construction meeting. Minutes will be provided in hard copy as well as electronic, Microsoft
Word format at the completion of construction.
This service can be provided for a lump sum fee of $4,862 including reimbursable expenses.
If the ,construction schedule is extended significantly beyond what is currently scheduled,
additional meeting minutes can be prepared on a time and material basis according to the
attached rate schedule.
We would be happy to discuss any details of this proposal in order to negotiate an agreement
that suits your needs.
Sincerely,
2600LAFAYETTE
CANNERY VILLAGE
NEWPORT BEACH
CA 92883
949 5P6 0080 TEL
949 586 0082 FAX
www.jBARCHX=
•
•
0
Jorgensen Architects
Table of Hourly Rates
June 1. 2005
Principal
$175.00 1hour
Senior Associate / Director
$150.00/hour
Associate / Project Manager
$125.00/hour
Project Architect
$110.00 /hour
Interior Designer
$100.00 1hour
Designer / Job Captain
$90.00 /hour
Intermediate Drafter
$80.00 /hour
Clerical Staff
$50.00 1hour
,.
Reimbursable Rates
•
Reproduction / Copy Expenses
1.15 x Cost
Photography / Developing
1.15 x Cost
Delivery / Overnight Expenses
1.15 x Cost
Travel Expenses
1.15 x Cost
Mileage
0.40 / mile
•
2800LAFAYETTE
CANNERY VILLAGE
NEWPORT BEACH
CA 92663
949 506 0080 TEL
949 566 0082 FAX
www.jaMCH.00m _
-
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in Official Records, Orange County
Tom Daly, Clerk- Recorder
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIIIIIIII NO FEE
200700014164108:01am 03/06107
102 4 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Weeger Bros., Inc. of Huntington
Beach, California, as Contractor, entered into a Contract on August 9. 2005. Said
Contract set forth certain improvements, as follows:
Corona Del Mar State Beach Improvements (C -3461)
Work on said Contract was completed, and was found to be acceptable on February 27.
2� ff , by the City Council. Title to said pro perty is vested in the Owner, and the Surety for
said Contract is Travelers Casualty and Surety Company of America.
M
p, G Ic W*Ks Director
City of Awport Beach
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on r6rg&y a Z a� �� at Newport Beach, California.
q
IT
If
NF
E
CITY OF NEWPORT SEAC
CITY COUNCIL STAFF REPORT
/ec
Agenda Item No. 11
February 27, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Marcus Puglisi
949 - 644 -3331 or mpuglisi @city.newport- beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — COMPLETION
AND ACCEPTANCE OF CONTRACT NO. 3461
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after
the Notice of Completion has been recorded in accordance with applicable
portions of the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On August 9, 2005, the City Council authorized the award of the Corona del Mar State
Beach Improvements to Weeger Bros., Inc. The contract provided for the demolition of
all existing structures and construction of a parking lot ticket booth, concession/lifeguard
building, two restroom buildings, beachfront seat walls and walkways, site utilities, and
new landscaping and irrigation systems. The contract also provided for the demolition,
removal, and reconstruction of the bottom portion of the Inspiration Point beach access
trail that was undermined during our January 2005 rain storms. The trail extension was
designed to be longer and deeper into the beach sand and buttressed with grouted rock
to insure that the trail will not be undermined again.
On October 25, 2005, the City Council appropriated another $200,000 for additional
design services and for materials observation and testing and geotechnical services.
The contract has now been completed to the satisfaction of the Public Works
Department. A summary of the contract cost is as follows:
Original bid amount: $3,945,000.00
Actual amount of bid items constructed: $3,945,000.00
Total amount of change orders: ($141.52)
Final contract cost: $3,944,858.48
awma del Mar State Beach I mprovemeMs - Coma And Acceptance of contract N0. 3461
February 27, 2007
Page 2
The final overall construction cost includes eight Change Orders representing a savings
of .0035 percent under the original bid amount. A summary of the change orders is as
follows:
Change
Description
Amount
Order
1
Miscellaneous extra work: asbestos removal,
$16,652.03
diseased palm replacement, roofing system
upgrade, added water service, and added
restroom optical flush valves
2
Extra work days
3
Miscellaneous entry booth extra work: additional
$18,042.62
work to accommodate a toilet room, changed entry
door, added countertop plastic laminate end
panels
4
Miscellaneous building extra work: HVAC
$16,166.18
modifications to the Lifeguard /Concessionaire
building, filling of unforeseen void adjacent to the
Westside restroom, ceiling modification to
accommodate ceiling lights
5
Miscellaneous cost deductive items: temporary
<$72,884.74>
concession costs, deletion of new flagpole,
replacement of destroyed stainless steel street
light service, deletion of Abtech catch basin filters,
and deletion of the artistic concrete portion of the
contract
6
Miscellaneous building extra work including such
$19,340.53
items as: substitution of double 2x6 Trex for HVAC
screening, restroom structural steel design
changes, powder coating of skylights, sewer
grease interceptor relocation, and relocation of two
large Washingtonian palms
7
Miscellaneous building extra work: added
$2,287.28
waterproofing to Lifeguard shower wall, switching
the down spout locations for nine roof drains, and
adding venting for lifeguard water heater
8
Final miscellaneous site and building extra work
$254.58
In addition to the Change Orders approved by the City, the Contractor has an
outstanding claim. The Contractor contends that it is entitled to additional
compensation due to alleged extra days and the performance of extra work. Staff has
reviewed the claim and has determined that the Contractor's claim is without merit. The
City has cross- claims against the Contractor for liquidated damages resulting from the
delayed completion of the project.
The City has retained $193,089 of contract funds within a third party escrow account for
the resolution of liquidated damages ($150,000) and stop notices on file ($43,089.)
Wrom del Mar State Beach Improvements - Coma And Acceptance of Contract No. 3461
February 27, 2007
Page 3
Additionally, approximately $180,000 of unspent monies set aside for contingency will
be returned to the General Fund. The total construction cost was $3,944,858.48.
Other Project Costs:
In addition to the primary construction contract, this project involved other project
expenses from the following funding sources, General Fund, American Trader Oil Spill
Remediation Fund, FEMA contribution, and Proposition 12 Bond Act of 2000 — State
grant contribution. Total project expenses are summarized as follows:
Construction
Architectural Services
Preliminary Design
Various Trades
Materials Testing /Geotechnical
Construction Inspection
Surveying
Portable Toilets
Incidentals
Lifeguard Facility FF &E
Total Project Cost
Environmental Review:
$3,944,858.48
$ 259,650.10
$ 25,265.39
$ 56,479.55
$ 63,618.00
$ 9,445.05
$ 8,404.00
$ 39,200.05
$ 9,643.76
$ 49.000.00
$4,465,564.38
This project is categorically exempt from the provisions of CEQA per Section
15061(bx3), pertaining to the reconstruction of existing structures and facilities on the
same site with substantially the same purposes and capacities as the existing structures
and facilities. A Notice of Exemption has been filed with the County Clerk.
Funding Availability,
Funds for the project were expended from the following accounts:
17gscrintion Account Amount
General Fund 7011- C5100569 $2,819,762.48
Proposition 12 Bond Act of 2000 — State Grant 7251- C5100569 472,290.00
FEMA reimbursement for beach access trail repair 7251- C5100569 29,648.00
American Trader Oil Spill Remediation 7295- C5100569 623.158.00
Total $3,944,858.48
All work was completed on October 20, 2006, 100 days after the scheduled completion
date.
Prepared by. Submitted by:
Marcus Puglisi S G. Badum
Senior Public Works Inspector u orks Director
0 •
US �Qoz RECFIVED
And Glazing, Inc. 207 APR -6 AN11 :10
T; ;`� � � � r r U
PARTIAL RMASE OF STOP NCMCM,' C," `
TO: City of Newport Beach
3300 Newport Blvd, Newport Beach, CA 92663
RE: STOP NOTICE AGAINST: Weeger Bros., Inc.
The undersigned hereby withdraws the Stop Notice in the amount of 8$ .376.30
for labor, services, equipment, and/or material furnished in connection with the
CORONA DEL MAR STATE BEACH IMPROVEMENTS. The undersigned hereby
releases the City of Newport Beach its divisions and agents from any further duty under
Civil Code Section 3186 to withhold monies or bonds in response to the Stop Notice and
waives any right of action against them that might accrue thereunder but not to include
Retention in the amount of $5,452.10.
I declare under penalty of perjury that the aforementioned is accurate and correct.
Dated: 3/29/07
Date L�
Copies Sent To:
❑ Mayor
❑ Council Member
❑ Manager
ttor ey
�GtJ
U.S. Glass & Glazina, Inc.
John Etemadi - President
20501 Crescent Boy Drive • take forest, Colifornlo 92630 • (949) 588-0048 FAX: (949) 588.1848
f° o STOP NOTICE RECEIVED
FEE
m NOTICE TO WITHHOLD TO HOLDER OF FUNK EEB 28 M fl' 15
89 CO3 0 m
O NCO Gf
C"T" (:.
^r
(Name of owner, construction lender or public
3300 Newport Blvd., Newport Beach, CA 92663 HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
U.S. Glass & Glazing, Inc. 20501 Crescent Bay Drive, Lake Forest, CA 92630
(Name and address)
has furnished or has agreed to furnish Aluminum Entrances and Storefronts, Glazing
(labor, services, equipment, materials)
of the following kind Aluminum Entrances and Storefronts, Glazing
(general description of labor, service n, equipment or materials)
to or for Weeper Bros. , Inc. for the work improvement, located at, or known as:
(name of person to or for whom furnished)
Corona Del Mar State Beach IDprovements
(address, legal description, description of site or project idere iheatiw)
The amount in value of the whole agreed to be done or furnished by claimant is S 54,521-00
The amount in value of that already done or furnished by claimant is $ • 5`3,521.00
Claimant has been paid the sum of $ 40,692 -60 , and there remains due and unpaid the sum of = 1 3.828 -40
plus interest thereon at the rate of 78 per cent per annum from 2/23/07
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated: 2/23/07
STATE OF CALIFORNIA
COUNTY OF I ss.
John Etemadi
U.S. Glass & Glazin4, Inc.
20501 Crescent Bay "! rive
Take Forest, CA 92630
Address of Claimant
, being duly sworn, deposes
and says: That Jle is the persons) who signed the foregoing Stop Notice; that —he has read the some and knows the contents thereof
to be Irue of ` over, knowledge, except as to'sny matters or things that may therein be stated on h— information and belief and
as to those matters and things _he believes them to be true.
Subscribed and sworn to before me
this day df ,19—
Notary Public and in and for said State
Thy st"ard fos - ewe moat arose Y eha UM tndinead. Dares. rap . n.d R An 6 .n brads,
STOP NOTICE and mein � rpoPai a ropy trannatIm. Cm+dt a lswrw It yes doubt dw (pies ayes for your sawDm..
WOL OTTD FORM rve.—R.v. 2-73 barksWtta)
�V•bI4 V Wan-5I (AR/[iYS Yk�bAD1 CJ
W
L(
Date: March 13, 2007
PIPELINE
ELECTRIC, INC.
516 Avenida Tacna
San Clemente, CA 92672
Tcl. (949) 498 -2059, Fax (949) 498 -2012
CIOPS79393
TO: Weeger Bros., Inc.
2124 Main Street, Suite 146
c-.)
Huntington Beach, CA. 92648
?
s
Tel. (714) 536 -3854, Fax.. (714) 536 -4854
r n -'
50
Attn: Mark T Weeger, President.
0
FROM: PIPELINE ELECTRIC, INC.
?
a
Chuck K. LEE, President.
9P
rn
r_
w
RE: Corona Del Mar State Beach, Newport Beach, CA.
N
Subject: Payment
According to City of Newport Beach, the Corona Del Mar State Beach project has filed a
Notice of Completion. Please provide a joint check from City of Newport Beach to
Weeger Bros., Inc. and Pipe Line Electric, Inc. for - $34,471.22.
We will provide a release of Stop Notice and Unconditional Waiver and Release Upon
Final Payment, after Pipe Line Electric, Inc. receives this check.
5iacerely,
Chuck K. Lee
CO: Aaron C. Harp, Assistant City Attorney
Marcus A. Puglisi, Senior Public Worts inspector.
I'd oul OUP813 eu13 edid d91:90 LO £l JeW
` STOP NORII�� - PUBL� i�R��6�1
TO THE PUBLIC AGENCY
City of Newport Beach
PO Box 1768
Newport Beach, CA 92658
Date
M NOV 22 AN it: 20
Ci'
C -3 4 i N
TO GENERAL OR PRIM CONTRACTOR
Weeger Bros Inc
2124 Main Street 0146
Huntington Beach, CA 92648 -6443
FROM BOND OR LIEN CLAIMANT
Copies Sent To:
Pipeline Electric Inc.
0 Mayor
TO LENDER, SURETY OR BONDING CO.
516 Avenida Teresa
Council Member
TravaWs Caeu & Surety of Arne
slly
nClemenia CA 92672
❑ Manager
a
+6�lYi
21688 Gateway Drive
Att me
Diamond Bet, CA 91765
fff
u
Contract or Bond Number 103544581
TO ALL BONDING COMPANIES, SURETIES, ONS
AND OWNERS OF TENS PROJECT:
PLEASE TAKE NOTICE THAT PIPELINE ELECTRIC INC. has a claim in connection with the public work known as Corona Del Mar
State Beach project, located at 3091 Ocean WWI, Carona Dal filar, CA 92625, in the County of Orange.
Specific contract nbrmaton, t any, is attached.
The claimant famished the following kind of Ida, services, eyuiprrwrt, materials or service charges: Electrical materials & labor. The
name of the party to whom the matte was tamtsi ad or supplied, or for whom the labor was dam or performed. is Weeger Bros Inc,
2124 Main Street #146, Huntington Beach, CA 92640&443. To the unpaid balance due of $34,47122, please add anticipated service
charges, interest, court coals and attorney fees of $5,000.00.
WHEREFORE, the claimant prays that the pubic an* upon receipt of this Stop Nake, withhold from the original contractor, or from
any person acting under his authority, money due or to became due to such contractor in an amount suffideht to answer the claim
stated in such Stop Notice and to provide for the reasonable cost of any litigation thereunder.
The total value of tabor, services, scimprofent and materials furnished by element or agreed b be perlomhed was $307 ,366.60. That the
value of labor, service, emend, maw aruf service charges so perormed or furnished as of the date of this notice is
$307,366.60. That such claim has not been paid in U except Mat there has been paid against the balance due the sum of
$ 272,895.38. The unpaid balance is now $34,47122, plus service charges or infest at the rate of 18.00% per annum.
To the unpaid balance due of $34, 471.22, please add anticipated service charges, interest, cart costs and attorney fees of $5,000.00.
WHEREFORE, the owner shell, upon receipt of this Stop Wks, withhold thmm the original cwniracbr, or from any person acting under
his authority, sufficient money due or In be<wme dire to such contractor to ansaver this claim and any Claim of Lich that may be recorded
therefore.
FURTHERMORE, the construction tender shat whNdwld than tar bare wer or other person to whom t or to owner may be obligated to
make payments sufficient money to answer this claim and any Claim of lien that may be recorded therefore.
REQUEST FOR NOTICE OF COMPLETION, ACCEPTANCE OR CESSATION In socmdence with Sections 3158 and 3181 of the
Califomie CIA Code, you are hereby served a Sbp Notes cmnoerning the pubic work of knp vmnent consisting of Corona Del Mar
State Beach project, located at 3001 Ocean Bhnf, Corona Del Mbar, CA 92625, in the Canty of Orange.
This pubic work is being performed pursuant to the original contrast entered into between you and Weeger Bros Inc, 2124 Main Street A
0
'#146, Huntington Beech, CA 92646443, the original or prime conta r(s) for such improvement. Speck contract irtamalion, 'rf any,
is attached.
Pursuant to Section 3185 of the Caikmia CM Code, enclosed is the arm of two dollars ($2.00), in the form of a died or money order,
to cover the cost of Notification of Completion or Cessation.
Please send said Notice of Completion or Cessation to the undersigned.
Dated 11118006 for PipeCne Electric tric., 516 Avenida Teresa, San Clemente, CA 92672.
Ads, Agent Pthone:(800) 696 -3t Fmc: M) 496-2012
ac47.:,_ u...
I declare that I am '"=ad to fie this Stop Notice on behalf of the claimant 1 have read the foregoing document and know the
contents tthereof, the same is true of my own know ledge. I declare under penalty of perjury under the laws of the Elate of California that
the foregoingis true and correct Executed at Sear0sme 49, Caffamia on 11i18fM for PIPELINE ELECTRIC INC..
Fax:(949) 498 -2012
PROOF OF SERVICE By MAIL AFRDAvrr
I, Mary Adams declare copies of the above STOP NOTICE - PUBLIC WORKS PROJECTS By Frat (lass Certified Return
Receipt Requested or Registered Mai service, postal prepaid, addressed b each of the parties at the addresses shown above on
i via0mThware under penally of x*ry the laws of thhe State of Cafikrns that the toregaing is bus and =red
g
C U
o
.a
=600
0
STOP NOTICE
NOTICE TO WITHHOLD CONSTRUCTION. FUNDS
(Public or Private Work)
(Per California Civil Code Section 3103)
RECEIVED
2 106 DEC -5 AN It= 54
GF , OF
To: CITY OF NEWPNORT BEACH I DEPT OF PUBLIC Project: CORONA DEL MARESTATE BEACHuc
WORKS, PO BOX 1768 G HOLDER) 3001 OCEAN BLVD
(PDORESS OF TO BANK ORS WAN. UM IDORESS OF RRMCNNOMNG FUHOSI ,NOOflf5S1
NEWPORT BEACH CA 92658 CORONA DEL MAR, CA
(c,rv. srere nxp zml ,c siaEAxpzlPl
TAKE NOTICE THAT M & B TRUCKING
MA FCf ME PERSON OR FlNY C1AiMING THE STOP NOTICE LICENSEO CO CTORS MST USE THE HAM ONORR WHICH CONTRACTOR S NCEHSE IS ORUKO1
whose address is PO BOX 2063, PARAMOUNT CA 90723
IAOORESS OF PERSON I EIRM CVRAPNO STOP NOTICE)
has performed labor and furnished materials for a work of improvement described as follows: CORONA DEL
MAR STATE BEACH, 3001 OCEAN BLVD, CORONA DEL MAR, CA
IHAE,E Ax0 �OCPTIOX OF aROJECT WNERE WORN pi 44TERM S WENS —W SHEOI
The labor and materials furnished by claimant are of the following general kind: SUPPLIED TRUCKS
BACKHOE & RELATED LABOR
(Nrv00 LIBOR. SENVWEO. OUIRM M.� i RIALS FURxgNEOOgFGEE0 i00E U H,9HFO0v CNNMpI
The labor and materials were furnished to or for the following party: AVIS CONSTRUTION INC. (SUB TO
WEEGER BROS. INC.)
rINME OF THE PRRIV WNOOPDEREOTXE WORi�i(NW.SI
Total value of the whole amount of labor and materials agreed to be furnished is: $ 8064.00
The value of the labor and materials furnished to date is: ................... $ 8064.00
Claimant has been paid the sum of: .... ............................... $ -0-
And there is due, owing and unpaid, the sum of: ......................... $ 8064.00
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable
costs of litigation, as provided by law. You are also notified that claimant clai s an equitable lien against any
construction funds for this project which are in your hands.
FIRM NAME: M & B TRUCKING B) :
X VERIFICN 8
�� / i%' y
I, the undersigned, say: I am the 1, rry ( he claimant
(Vfl pEMO"M4MATgOF'.'P. IATNER[P'tlWNEflOF'.'iGEH CF'ETC) ��''��
named in the foregoing Stop Notice; I have read said Stop Notice and know the contentsifiereof; the same
is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Executed on X /Q— Ll ..2006 at PARAMOUNT. CA
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
(Per California Civil Code Section(s) 3159, 3161, and 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3256 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This
information must be provided by you under Civil Code Section(s) 3159, 3161 and 3162.
Signed:
1 �, .v �:I':'i.'1
5 ""
i c.3N��
STOP NOTICE
CEiVED
- m L AL NOTICE TO WITHHOLD CONSTRUCTION F
px U C
(Public or Private Work)
'a (Per California Civil Code Section 3103) 2N PICT 19 AN it: 22
To: CITY OF N PORT BEACH DEPT OF PUBLIC Project: CORONA DEL MAR STATE :,
DVUAE OFGWKEK. FUDUC BOOM OR LONSTRUCLI.0 FUND..LOU.) (NPYE) _������
WORKS, PO BOX 1768 3001 OCEAN BLVD T' �'I'
NOORE891FIO A DANK UK fiI.VhMN. U9E PDDRESS OF BR9NCX KOLOM FUNDS) DO.
NEWPORT BEACH CA 92658 CORONA DEL MAR, CA
lair care AxpvP) Rnv. arAre ANpxm
TAKE NOTICE THAT M & B TRUCKING
,K.E.1'.E PEPSpNOR FIflm EwAlnO TnE 6rOP NO1IEE VCFXSEDCANiNaCiORS YUSi µSE iXEIW YE OLDER.... EOXYRAC6pRH4[[.VCEV6166UE01
whose address is PO BOX 2063, PARAMOUNT CA 90723
1 ORE660F PERBONORNRYGUVWNp3ipPNp4EE1
has performed labor and furnished materials for a work of improvement described as follows: CORONA DEL
MAR STATE BEACH, 3001 OCEAN BLVD, CORONA DEL MAR, CA
DKiI.II AND IOC TO OF PROECT WNERE WORK ORNATERIFU WERE D.ED)
The labor and materials furnished by claimant are of the following general kind: SUPPLIED TRUCKS,
BACKHOE & RELATED LABOR
WINO UI IOUfl SEflvIEE6. EOwPmEM. OK A4IERPL6 F.U'E.ED OR A.ew iO BE ND..Dio 6T Ow
The labor and materials were furnished to or for the following party: AVIS CONSTRUTION INC. (SUB TO
WEEGER BROS. INC.)
Total value of the whole amount of labor and materials agreed to be furnished is: $ 59917.50
The value of the labor and materials furnished to date is: .................. $ 59917.50
Claimant has been paid the sum of: .... ............................... $ 14480.61
And there is due, owing and unpaid, the sum of:... r ..................... $ 45436.89
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable
costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands. # /7
FIRM NAME: M & B TRUCKING By:
VERIFICATION
I, the undersigned, say: I am the Y �� 'Rr�/ l kv�.- � the claimant
jPR IOEMTAFLROi, RPRRiNEROF plYq€ OF'. AOENi Oi,EYCI
named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same
is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
Executed on x /0- 13' 12006 , at PARAMOUNT, CA
.11ITUD OOE UIOIrt 1+j 1U.IEp) (NAMEOF4: AND BATE ERE MIS WCUAENi WA4£EXD.
(Private Works Only)
(Per California Civil Code Section(s) 3159, 3161, and 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3256 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This
information must be provided by you under Civil Code Section(s) 3159, 3161 and 3162.
Signed:
ICYmM muYnklm�S�iAMrmN6lunotE Envelop)
.v. .: � ..:_.:.J:: I.. L: =� ".:BY. HI.. I. '.II ':: :. ..c`.':.. ..U.Iv .,. '.v .::IF'.�.:vY 1.14:1 __.'iE ... ... - •'.0 l.'..�Ut _ .•:I.�V_:P: A'.. .. r�. Al,.i
C
N
TO:
0 (/')-3 /
RECEIVED
RELEASE OF STOP NOTICE
2ED6 DEC 15 AN U 19
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD
r 7: OF
l =1D iy CL 7!C
° -� ?!57 oEr,CH
NEWPORT BFI CH
You are hereby notified that the undersigned claimant releases
that certain Stop Notice dated 11/01/06 in the amount of
1,720.27 against CITY OF NEWPORT BEACH
as owner or public body and MEEGER BROS. INC.
as prime contractor in connection with the work of improvement
known as OCEAN & BREAKERS DR C_0 V15Y-N--t ( ���
in the City of NEWPORT BEACH County of ORANGE
State of California.
Date 12/13/06
Name of Claiman obertson's
By
Authorized Agent
VERIFICATION
I, the undersigned, state: I am the Agent of 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 12/13/06
r6 �
E
� � d
rn � � •� E
T p C 9
y p�
Q S ❑ ❑ 0 l� `_`l ❑ ❑
at Co a, California.
Signature of Claimant or
�_r
Of
4 ;'
•
RELEASE OF STOP NOTICE
TO: CITY OF NEWPORT BEACH
3300 NEWPORT BLVD
NEWPORT BEACH
RECEIVED
2W NOV 27 PH 2-- 15
OFF C E OF
T! E CITY (IE?,/\
You are hereby notified that the undersigned claimant releases
that certain Stop Notice dated 11/01/06 in the amount of
1,720.27 against CITY OF NEWPORT BEACH
C(
as owner or public body and DER BROS. INC.
as prime contractor in connection with the work of improvement
known as OCEAN & BREAKERS DR Date 11I
in the City of NEWPORT BEACH County of ORANGE Copies Sent To:
Q Mayor
State of California. ❑ Council Member
Date 11/21/06 ❑ Manager
�oygey 1
Name of Claiman bertson's
By E3
Authorized Agent
VERIFICATION
I, the undersigned, state: I am the Agent of 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 11/21/06 at Co California.
(Signature of Claimant or Author
r
STOP NOTICE
(California Civil Code Section 3103) RECEIVED
NOTICE TO CITY OF NEWPORT BEACH
3300 NEWPORT BLVD NEWPORWfiH 3 PH Q. 59
(if Private Job -file with responsible officer or person at office or
branch of construction lender administering the coriirGf�jption funds or
with the owner -CIVIL CODE SECTIONS 3156 -3175) T'F- D;YCLEF.;(
(IF Public Job -file with office of controller,ltd,jer, public
disbursing officer whose duty it is to make payments undef provisions of
the contract -CIVIL CODCE��WSECTIONS 3179 -3214)
Prime Contractor: 14Effl BROS. INC.
Sub Contractor (If Any):T.F. BUELL CONCRETE CONST p
Owner or Public Body: CITY OF NEWPORT BEACH
Improvement known as OCEAN & BREAKERS DR
County of ORANGE
State of California. o
c; afcg�
Robertson's, Claimant, a Partnership, furnished certa n ❑ ❑
labor service, equipment or materials used in the above described
work of improvement. The name of the person or company to whom
claimant furnished service, equipment, or materials is
T.F. BUELL CONCRETE CONST
The kind of materials furnished or agreed to be furnished by claimant
was ready mix concrete, rock and /or sand materials.
Total
value
of labor,service,material to be furnished... _$
1,720.27
Total
value
of labor,service,materials actually furnished..$
1,720.27
Credit
for
materials returned, if any ......................$
0.00
Amount
paid
on account, if any .........................._
$ 0.00
Amount
due
after deducting all just credits and offsets ....
$ 1,720.27
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on
the above described project to satisfy claimant's demand in the amount of
$ 1,720.27 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 Notice served on construction lenders on private jobs -bond not
required on public jobs or on Stop Notice served on owner on private jobs)
Dated 11/01/06 Name and address of
Claimant ROBERTSON'S
P.O. Box 3600
Corona, Ca. 92878
51 -6 2200
r
By &_4 �
Authorized Agent
VERIFICATION
I, the undersigned, state: I am the agent of 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 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 11/01/06 at C rona, ate of C lifo a.
Signature of claimant /Agent G-- �e%__t_
• 10, PQRr
CITY OF NAtPORT BEACH
ADMINISTRATIVE SERVICES
U Z 3300 NEWPORT BLVD.. CASH RECEIPT
C9�Q/FDA�,P P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
RECEIPT NUMBER: 02000118688
RECEIVED BY: PERRY2 PAYOR: BMA & ASSOCIATES
TODAY'S DATE: 11/22/06 REGISTER DATE: 11/22/06 TIME: 11:37:57
MISC MISCELLANEOUS RECEIPTS STOP NOTICE (CTY CLRK) $2.00
--------------- -
TOTAL DUE: $2.00
CASH PAID CHECK PAID CHECK NO TENDERED CHANGE
$.00 $2.00 3464 $2.00 $.00
n t ,.
BMA & ASSOCIATES 3464
PH. 310-787.9650 / 16- 24/12204503
1340 El PRADO AVENUE. UNIT 23 - // /�.�./ 0815034483
TORRANCE, CA 90501 -2725 / ( r,
Date
O
3- °-
+� to tllr $ dL
o
ifor c'
e (9rlrrnf /7
wpm r.�wmANw
J
wAn.goran � ���.filY [il �
1:122000_2471: 081503.1.48311' 03464
• c -N o 1
AMENDMENT NO. 3 TO
PROFESSIONAL SERVICES AGREEMENT
WITH JORGENSEN ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT,
entered into this Zt day of ate , 2005, by and between the CITY OF
NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City "), and
JORGENSEN ARCHITECTS, a California corporation,., whose address is 2800
Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "Consultant "), is
made with reference to the following:
RECITALS:
A. WHEREAS, City is planning to construct a new concession stand,
restrooms, parking booth, and other improvements at the Corona del Mar State Beach
(hereafter referred to as the Corona del Mar State Beach Improvements Project).
B. WHEREAS, on September 10, 2002, City and Consultant entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT," for
Consultant to provide the architectural services for the Corona del Mar State Beach
Improvements Project (hereinafter referred to as the "Project "). Under the Agreement,
City agreed to pay Consultant $111,670.00 for the professional architectural services.
C. WHEREAS, on December 17, 2002, City and Consultant entered into an
amendment to AGREEMENT for additional professional services needed for the
Project, as requested by City (hereinafter referred to as "Amendment No. 1 "). Under
Amendment No. 1, City agreed to increase Consultant's compensation by $31,330 for
the additional professional services.
D. WHEREAS, on January 13, 2004, City and Consultant entered into a
second amendment to AGREEMENT for additional professional services needed for the
0
E
Project (hereinafter referred to as "AMENDMENT NO. 2. ") City agreed to give
Consultant an additional $71,500.00 for the additional services.
E. WHEREAS, City requested that Consultant provide additional professional
services not included in AGREEMENT or AMENDMENTS NO. 1 or 2. The additional
services included geotechnical consulting and survey work, as well as professional
architectural services connected with the redesign of the beach parking booth. The
additional services are more fully described in the Oct. 6, 2005 Letter to City from
Consultant (hereinafter the "October 6, 2005 Letter'), attached hereto as Exhibit A and
incorporated in full by this reference.
F. WHEREAS, City desires to compensate Consultant for the additional
professional services that were not included in AGREEMENT or AMENDMENTS NO. 1
or 2. Accordingly, City and Consultant mutually desire to amend AGREEMENT, as
provided herein (hereinafter referred to as "AMENDMENT NO. 3 ")
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for the additional services it has
provided on the Project, as outlined in the October 6, 2005 Letter.
2. Total additional compensation to Consultant for the services performed
pursuant to this AMENDMENT NO. 3 shall not exceed Forty Thousand, Five Hundred
and Two Dollars ($40,502.00).
3. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in AGREEMENT shall remain unchanged and shall be in full force
and effect.
9
9
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 3 on
the date first above written.
APPROVED AS TO FORM:
CITY OF NEWPORT BEACH,
A municipal corporation
By: ,,, C . ' -, By:
Aaron C. Harp, J n effernan, Mayor
Assistant City Attorney C o Newport Beach
ATTEST:
LaVonne Harkless,
City Clerk
Attachment
CONSULTANT:
ROBBINS JORGENSEN
CHRI TOPHER ARCHTECTS, INC.
�r 7_
By.
(Carpore Officer)
Title:&L4�3°Gf
Print Name: f?6kA -4a e �rgPM $Pm
By:
(Financial Officer)
Title:
Print
Exhibit A — Letter from Consultant to Lloyd Dalton, P.E., dated October 6, 2005.
f: tuserstpbwGsharedhagreements%fy 02- 03kjcaamend no. 3•odm state beach.doc
•
October 6, 2005
Mr. Lloyd Dalton, PE
City of Newport Beach
Public Works
3300 Newport Blvd.
Newport Beach, CA 92658
RE: Corona del Mar State Beach Improvements
Dear Lloyd,
CEIVED
Public Works Department
City of Newport Beach
This letter is to request your consideration of additional services for professional services that our
subconsultants and we have performed on the Corona del Mar State Beach Improvements
project.
Additional services are:
1. Soils Investigation performed by Ninyo and Moore at the request of the City.
a. A copy of our agreement with Ninyo and Moore is attached - $6,800, we have not
included any "mark -up" to this amount.
2. Site Survey performed by MetroPointe Engineers at the request of the City. This provided
information on a portion of the site that had not been previously surveyed, and for which
the City had no information. The surveyed area was the sidewalk from the jetty to the
stair, adjacent to the picnic area.
a.. A copy of our agreement with MetroPointe is attached - $2,700, we have not
included any "mark -up° to this amount.
3. Services provided after January 2005. This work includes remobilization after the project
was placed on hold by the City.
a. Determining, evaluating and pricing potential Value Engineering items for City
review and decision making. The items included:
I. Building materials /systems durability and cost review
ii. Plumbing chase exterior wall and access redesign
iii. Restroom bench
iv. Roof trellis redesign and detail changes (multiple locations)
b. Redesign and preparation of construction documents for the Parking Booth to
accommodate changes required by the State. Our consultants also provided
redesign services.
c. Resubmittal to Plan Check
d. Re packaging and rebidding of the project.
Jorgensen Architects - 194 hours x $108.00 /hr. = $20,952
F.T. Andrews, Inc. Mechanical/Plumbing Engineers - $1,150
P.A. Breen Inc. Electrical Engineer - $1,000
IDS Engineers, Structural Engineers - $1,960
4. Increased scope of Interpretive Signage — the variety and types of Interpretive Signage
and monument Signage increased per direction from the City. The original scope included
signage adjacent to the Marine Life refuge Supervisor office on the exterior wall of the
28 a0 LAFAYETTE
CANNERY VILLAGE
NEWPORT BEACH
CALTORN,A916E3
949 566 0080 TEL
949 566.0083 FAX
wxw �d AV:H [em
0
building that would identify sea animals. The City directed us to design and locate
concrete insets of sea animals into the paving throughout the site. This involved
researching potential casing and molding processes and developing a process for casting
neoprene molds that can then be used to form the detailed concrete relief images. A
variety of sea animal designs were developed at the direction of the City to adequately
represent the subject matter to children who view the images before being taken to the
Little Corona tide pools. The City determined that they would also be educational to all of
the people using the beach. Additionally a monument sign was designed with a plaque to
identify City information. The original signage allowance was $25,000. The increased
scope was estimated to be $75,000.
55 hours x $108.00/hr. = $5,940.
The total for these additional services is $13,610 for our subconsultants and $26,892 for
architectural services, for a total of $40,502.
Uoyd, thank you for your consideration of this request. Please call Jason Briscoe or me if we can
answer any questions regarding this request.
Sincerely,
Jgrgensen Archif c
Roberta W. Jor ns n, FAIA
Principal
Row NSJORGENSENCHRISTOPHER
NO February 10, 2004
Ms. Carol A. Price
Ninyo & Moore
475 Goddard, Suite 200
Irvine, CA 92618
Re: Corona del Mar State Beach Improvements
RJC Job No. 0223
Dear Carol,
Ninyo & Moore is authorized to provide Geotechnical Consulting services for Corona del
Mar State Beach Improvements. The scope of services shall be as described in the
proposal dated February 4, 2004, excluding the conditions set forth in the "Work
Authorization and Agreement" between client and Ninyo & Moore.
Ninyo & Moore's services shall include quality control review of Geotechnical Consulting
services. The fee for this service is $6,800.00.
Ninyo & Moore's invoices must be accompanied by a completed "Contract Performance
Statement" showing the degree of completion by phase of work. Invoices are to be
submitted once a month. All invoices must reference the Robbins Jorgensen
Christopher job number, 0223. Invoices that do not conform to these requirements will
be returned without payment. All additional services must be approved by Robbins
Jorgensen Christopher with an amendment to this contract. Any work performed
without an amendment to the contract will not be paid.
Ninyo BE Moore shall be bound by all the terms of the Prime Agreement between
City of Newport Beach and Robbins Jorgensen Christopher as if it were a party
hereto, specifically including all indemnity and insurance requirements. The obligation
of Robbins Jorgensen Christopher to pay Ninyo & Moore for their services or invoice is
expressly conditioned upon and subject to the receipt of payment by Robbins Jorgensen
Christopher from City of Newport Beach for Ninyo & Moore's services or invoice.
It is the Consultant's responsibility to assist in obtaining construction documents
approvals from all applicable agencies, governing authorities, and utility entities, meeting
or exceeding their minimum requirements.
2800 CAFAY ETIf
N EWPOBT BEACH,
CALIFO6N4A 92663
Pn; 9.9.566 0080
FAX 9.9,566.0082
WEB www.Ocarc Acom
R:\Active Projects\ 0223\ Contracts \Contracts \NINYO_Contractdoe
•
0
The number of job site meetings during the construction administration phase of work
shall be as required by the Architect for the Consultant to determine that the work is in
conformance with the construction documents and the schedule.
Any conflict or inconsistency in the scope of services indicated in any proposal from
Ninyo & Moore and the scope of services indicated in the Prime Agreement shall be
provided as indicated in the Prime Agreement.
Robbins Jorgensen Christopher and Ninyo & Moore mutually agree, to the fullest extent
permitted by law, to indemnify and hold each other harmless from any and all damages,
liability or cost, including reasonable attorney's fees and costs of defense, arising from
their own negligent acts, errors or omissions in the performance of their services under
this agreement, to the extent that each party is responsible for such damages, liability
and costs on a comparative basis of fault.
Please submit a copy of the certificate of insurance currently carried by your firm with a
minimum $1,000,000 limit on professional liability insurance, and name Robbins
Jorgensen Christopher as additional insured on your General Liability policy. You must
continue this insurance for a minimum of two years beyond the end of the project.
Your signature below indicates your agreement with these conditions.
Sincerely,
Robbins Jorgensen Christopher, Inc.
oR b� W. Jor 9 n , FAIA
President
Accepted by:
02/13/2004
Ninyo & Moore Date
Jalal Vakili, Princinal Engineer
R:Wctive Projects\0223 \Contracts \Contracts \N1NY0 Contractdoc
i •
Ron W SJORG ENS ENCHRISTOPHER
January 28, 2004
Mr. Francois Zugmeyer
Metro Pointe Engineers
3151 Airway Avenue, Suite J -1
Costa Mesa, CA 92626
Re: Corona del Mar State Beach Improvements
RJC Job No. 0223
Dear Francois,
This letter is to confirm the approval to incorporate the Survey scope of work for the
Corona del Mar State Beach project. The scope of services shall be as follows.
Research /Coordination /Basemapping
$600.00
Field Verification of horizontal & vertical controls
$200.00
Field Ground Survey
$1,400.00
Filed Ground Survey — Palm Trees
$500.00
Additional Services Total
$2,700.00 _
Metro Pointe Engineers shall be bound by all the terms of the original Agreement
between Robbins Jorgensen Christopher and Metro Pointe Engineers, as well as
the Prime Agreement between the City of Newport Beach and Robbins Jorgensen
Christopher.
Sincerely,
Robbins Jorgensen Christopher, Inc.
R�berta W. Jorg s n, FAIA
President
Accepted by
Metro Point!Engineers
2900 LAFAYETTE
NEW' OFT PEACH,
C A[I FORMA 9 }663
Ph: 949.566 0080
PAX 949.566.0081
WFB www rj<ar[6.rom
-a
Date:
• • C3� /)00.'�LOQ_5J
✓ C -3Nb1
• CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 7
October 25, 2005
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
FROM: Public Works Department
Lloyd Dalton, PE OCT 25 2005
949 - 644 -3328
Idalton @city.newport- beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — CONTRACT
NO. 3461 PROJECT UPDATE; AMENDMENT NO. 3 TO
PROFESSIONAL SERVICES AGREEMENT; CONSTRUCTION
SERVICES; FUNDING
RECOMMENDATIONS:
1. Approve Amendment No. 3 to Professional Services Agreement with Robbins
• Jorgensen Christopher Architects.
2. Approve construction services with Harrington Geotechnical Engineering, Inc. for
a total not to exceed amount of $43,619 for Construction Materials Testing and
Geotechnical Engineering services per the existing On -Call Professional
Services Agreement.
3. Approve a Budget Amendment appropriating $200,000 from the Unappropriated
General Fund Surplus Balance to Account No. 7011- C5100569.
DISCUSSION:
Project Update:
On August 9, 2005 the City Council awarded a contract to reconstruct public facilities at
Corona del Mar State Beach (see attached staff report). The contract provides for
demolishing all existing structures and constructing a parking lot ticket booth, a
concession /lifeguard /marine life refuge building, two restroom buildings, beachfront seat
walls and walkways, site utilities, and new landscaping and irrigation systems as
described within the attached staff report and shown on the attached Exhibit A.
The contract also provides for demolishing, removing, and reconstructing the bottom
portion of the Inspiration Point beach access trail that was undermined during our
• January 2005 storms. The trail will also be extended longer and deeper into the beach
Corona Del Mar Beach Improveme ontract No. 3461
October 25, 2005
Page 2
sand and buttressed with grouted rock in an effort to assure that the trail will not be
undermined during future storms.
Work started on September 6, the day after Labor Day. The contract requires that all
work be completed within 170 consecutive working days, or by May 11, 2006, except
for working day extensions due to unforeseen work, labor and materials delays,
inclement weather, etc. Liquidated damages are $1,500 per calendar day.
The project, its need, and its history is fully described on the City's web site.
Informational brochures have been distributed to the surrounding community and
posted in City Hall, in the Public Works office, and at the beach's parking lot ticket
booth. Nonetheless, City staff has received numerous inquiries from the public and City
Council asking questions concerning the project.
Frequently Questions Asked:
Why weren't we informed of the project? Over the past four years, the consulting
architect and the project manager met with representatives of all affected City
departments to understand their needs at the site and to accommodate those
needs as budget and onsite space would allow. The residents of Corona del
Mar were queried for input by mail. Staff has presented the project at numerous
community meetings and before the PB &R Commission, the City Council, and
the California Coastal Commission. A Categorical Exemption to the California
Environmental Quality Act has been filed with the County Clerk, and permits or
approvals have been obtained from the Building Department, the State Fire
Marshal, the State Department of Parks Recreation, and the Coastal
Commission.
Why is a fence blocking the view and access to the beach? The work area must
be fenced to provide safety for beach users and security for the contractor's
work products, materials and equipment. Public access to the beach is at the
ends and middle of the length of fence.
Why have the volleyball courts been removed? The courts have been removed
to allow for the fencing to protect the construction area and to make room for the
new concession /lifeguard /marine life refuge building that will be built in that
area. City forces will soon temporarily remove some of the fire rings and install
interim volleyball courts within the available space. Current volleyball classes
have been relocated to the courts at Orange Street in West Newport until the
project has been completed. In November, staff of the Recreation Department
will begin to hold a series of outreach meetings with the residents in the
surrounding area and the volleyball community to discuss a permanent beach
use plan that will address the relocation of volleyball courts and fire rings at the
beach once the improvement project has been completed. That plan will be
submitted to PB &R Commission for input and then presented to City Council for
approval.
Corona Del Mar Beach Improves - Contract No. 3461 •
October 25, 2005
Page 3
• Why is the City using up all of the sand area? Actually, the redevelopment will
reduce the number of buildings from 6 to 4; provide office and injury treatment
space for lifeguards and a marine life refuge supervisor; double the restroom
capacity; provide an improved parking lot entry tumaround /drop -off /pickup area;
increases turf area at the expense of paved area; and does all of this with no net
loss of beach sand area or parking lot spaces.
Why will construction take so long? The contract specifies that this $3,950,000
project be performed between September 6 and May 11, which is the least
desirable period of beach use. The contractor's preliminary schedule shows
completion and occupancy of one restroom building in February, the other in
March, and the concession /lifeguard /marine building in May. Please note that
rain and inclement weather could cause delays in completion.
Amendment No. 3 to Professional Services Agreement:
Design services have been provided by Robbins Jorgensen Christopher Architects
(RJCA) under a September 2, 2001 Professional Services Agreement. This Agreement
was amended on December 12, 2002 and January 13, 2004 to reflect substantial
changes in RJCA's scope of work resulting from adding $350,000 and $1,400,000
increases to the original $750,000 construction budget.
RJCA has requested payment for additional services under their Agreement. Staff has
verified the additional services presented by RJCA. Costs for a soils investigation
(which was not included in the original scope of services) and site survey (in addition to
that provided by the City) total $9,500. Restarting RJCA and their subconsultants' work
after a year's delay, plus salary adjustments during that year, totals $25,062.
Increasing the scope of interpretive signage cost $5,940. Their additional payment
request totals $40,502 as indicated in the attached draft Amendment No. 3 to RJCA's
Professional Services Agreement with the City.
Construction Services:
This project requires material testing and geotechnical engineering services.
Harrington Geotechnical Engineering has proposed to provide construction materials
testing for $28,864.00 and geotechnical engineering field and laboratory testing for
$14,755.00 (See attached proposals). Upon Council approval, the work will be
performed under the existing On -Call Professional Services Agreement with Harrington
Geotechnicai for a total not to exceed amount of $43,619.00.
Funding Availabilitv:
In the award of contract memo, staff recommended that the City Council approve 10%
of the award amount ($400,000) to provide for testing, special inspections, change
order work, and unforeseen costs on the project. Ten percent is commonly provided for
Public Works projects when exact construction costs are unknown prior to award;
nonetheless, City Council only approved 5% of the award amount ($200,000).
Corona Del Mar Beach Improvemeontract No. 3461
October 25, 2005 ro
Page 4
LI
Staff requests that $200,000 be added to the encumbrance to pay for the additional
design services ($40,502) and construction services ($43,619) mentioned above, plus
additional construction services and anticipated costs of change orders and unforeseen
extra work. Without approval of the additional $200,000, construction could be halted
because of cost overruns prior to project completion.
Upon approval of the recommended Budget Amendment, staff feels that sufficient funds
will be available to complete the project. As in other projects, unused funds will be
restored to their origin after all costs for the project have been paid.
Prepared by:
L o Dalton, P.E.
Design Engineer
Attachment: August 9, 2005 Staff Report
Exhibit A
Amendment No. 3 with RJCA
Harrington Geotechnical Proposals
Submitted by:
tep adum
Public Works Director
0
u
0
i •
i
017 OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 13
August 9, 2005
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949- 6443328
Ida Iton @city. newpo rt- beach.ca. us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — AWARD OF
CONTRACT NO. 3461
RECOMMENDATIONS:
1. Approve the plans. and specifications for Beach Access Trail Repair at Inspiration
Point and for Corona del Mar State Beach Improvements.
2. Approve a budget amendment appropriating $29,648 from Contributions, 7251 -
05100569, to be reimbursed when FEMA funds are received.
3. Approve a budget amendment appropriating $3,219,904 to account 7011 -
05100569 representing the General Fund contribution to the project. Of this
contribution, which includes an allowance for unforeseen work, $3 million is
proposed to be utilized from existing the Capital Improvement reserves while the
remaining $219,904 would come from Unappropriated General Fund Surplus
Fund Balance. .
4. Award Contract No. 3461 to Weeger Bros., Inc., for the total bid price of
$3,945,000, and authorize the Mayor and the City Clerk to execute the contract.
5. Establish an amount of $400,000 to cover the cost of unforeseen work.
DISCUSSION:
At 11:00 am on July 12, 2005, the City Clerk opened and read the following bid prices
for this project:
Bidder Total Bid Price
Low Weeger Bros., Inc. $3,945,000
2 GKK Works 3,950,000
The low total bid price is 111/2% below the engineer's estimate of $4,400,000. The low
bidder, Weeger Bros., Inc., is a State - licensed General Building /Engineering Contractor
who built the City's Professional & Technical Building in 1983. Weeger has recently
• Corona Del 96each — Award Contract No. 3461
August 9, 2005
Page 2
completed school, fire station., and beach projects similar to the Corona del Mar Stale
Beach project for other agencies.
This project was previously bid on June 29, 2004. Two bids were received, but they were
rejected because of their very high prices (see attached staff report of July 13, 2004).
Since the work should be performed during the off - season of beach use, staff delayed
rebidding the project until this summer.
In an effort to obtain more interest of contractors for the rebid, staff decided to prequalify
construction firms to bid this, and three other upcoming City building projects, thus
assuring the bidders that only quality firms would be bidding against each other on the
City's projects. Staff advertised and invited reputable General Building Contractors to
prepare and submit prequalification data concerning their firms to the City pursuant to
State law (see attached Public Notice). Staff then evaluated the data and granted
prequalification to 19 firms, including Weeger Bros., Inc.
In another effort to obtain more contractors for the rebid, staff decided to open bids after
July 1, thus not competing the City's project against the glut of FY 2004 -05 building
projects that others put out to bid just before the fiscal year's end. Staff also simplified the
plans, specifications and bid procedure where possible, and published an Engineer's
Estimate that more accurately reflected current building construction costs, thereby
hoping to encourage more bidding in today's 'bidders market'.
The contract provides for demolishing all existing structures and constructing a parking
lot ticket booth, a concession /lifeguard building, two restroom.buildings, beachfront seat
walls and walkways, site utilities, and new landscaping and irrigation systems as
described within the attached staff report and shown on the attached exhibits.
The contract also provides for demolishing, removing, and reconstructing the bottom
portion of the Inspiration Point beach access trail that was undermined during our
January 2005 storms. The trail will also be extended longer and deeper into the beach
sand and buttressed with grouted rock in an effort to assure that the trail will not be
undermined again. FEMA will reimburse the City for costs to demolish, remove and
reconstruct the bottom portion of the trail, but not for extending it longer and deeper into
the sand, nor for buttressing. FEMA considers these items as upgrading, not repair of
storm damage; therefore, they are not eligible for FEMA reimbursement. The trail work
was bid at $46,780, of which FEMA has agreed to reimburse the City $29,648.
The contract requires that all work be completed within 170 consecutive working days.
Assuming that the Notice to Proceed is issued on September 6 (the day after Labor
Day), work should be completed by next April, except for working day extensions due to
unforeseen work, labor and materials delays, inclement weather, etc. Liquidated
damages are $1,500 per calendar day.
The contract also requires that the Contractor avoid performing disruptive work on the
existing buildings or parking lots during the week of September 6 -10, 2005. This is so
that the entire site will be available for a car show, the 'Coastline Car Classic on
Sunday, September 11. •
• Corona D ar Beach — Award Contract No. 3461
August g, 2005
Page 3
Staff has secured a Coastal Development Permit for the work. The City s Building
Department, the State's Department of Parks and Recreation, and the Office of the
State Fire Marshal have approved plans for the project.
Upon completion of contract work, the City will reslurry and restripe the parking lots.
This work will be performed in a separate contract prior to next summer. In addition,
staff anticipates entering into a new concession contract next spring. Prior to opening
the concessionaire will be obligated to obtain appropriate County Health Department
permits and clearances.
Environmental Review:
This project is categorically exempt from the provisions of CEQA per Section
15061(b)(3), pertaining to the reconstruction of existing structures and facilities on the
same site with substantially the same purposes and capacities as the existing structures
and facilities. A Notice of Exemption has been filed with the County Clerk.
Geotechnical Services:
Geotechnical services will be provided by outside consultants per the On -Call
Professional Services Agreement approved by Council on June 28, 2005.
Fundincl Availabilitv & Discussion:
This project is partially funded with $623,158 of settlement proceeds and accrued
interest in the 1990 American Trader Oil Spill Fund. Funding will also be contributed
from the State's Proposition 12 Bond Act of 2000. This grant will provide $472,290 for
the project. In addition, staff anticipates receiving $29,648 in reimbursements from
FEMA for costs to repair storm damage to the Inspiration Point beach access trail, as
mentioned above.
Staff also recommends that the City Council approve a $3,219,904 budget amendment
from the General Fund to provide the balance of funding needed to award the project
and for unforeseen work. In 2004, the City Council authorized a $2 per car hike in the
parking fee at CDM State Beach. This increment generates about $160,000 annually.
At the time, the intent was both to use the increment to fund the CDM State Beach
Improvement Project and to keep up with hikes at the nearby Crystal Cove State Park
(CCSP is now at $10 per car, while CDM State Beach is at $8 per car).
This increment does not significantly assist in the funding of the Project, given the
Project's total cost. As such, we propose using $3,000,000 of the General Fund's
Capital Improvement Reserve (budgeted at $10,000,000) and the remainder ($219,904)
from General Fund Unappropriated Surplus Fund Balance. The $10,000,000 was
originally accumulated over several years as a hedge against the spiriling cost of PERS
retirement program rates. However, the spirial seems to be at an end, and the City has
not had to dip into these reserves. Therefore, with several construction projects either
underway or soon to get underway ( Mariners Joint Use Library; SA Heights Fire
. Station; Back Bay Science Center; SA Heights Community Center, Newport Coast
Community Center), the City Manager and Administrative Services Director felt this
money could best be used to complete these projects, all of which have been subject to
Corona Del *Beach — Award Contract No. 3461
August 9, 2005
Page 4
substantial Cost horeases due to the escalating cost of building materials and the
availability of contractors to bid these jobs. The thinking is these projects are never
going to become less expensive over time and the CIP Reserve will help get these
projects delivered as planned.
We recognize that this Project has a significant cost at a time when the City is
embarking upon several important capital projects. However CDM State Beach's
facilities — which date back to the 1960s — have seriously deteriorated over time.
Restrooms (now demolished) were inadequately sized. Cement infrastructure was
crumbling. The correct facilities were not in place to serve the hundreds of thousands
of families who visit this calm -water beach each year. We strongly believe that the time
has come to take advantage of these strong bids and construct the project — a project
that should live well into mid - century and serve the needs of the beachgoing public
throughout that time.
Upon approval of the recommended Budget Amendments, sufficient funds will be
available in the following accounts to provide for award and unforeseen work:
Description Account Amount
American Trader Oil Spill Remediation 7295- C5100569 623,158
Proposition 12 Bond Act of 2000 — State Grant 7251- C5100569 472,290
FEMA reimbursement for beach access trail repair 7251- C5100569 29,648
General Fund 7011- C5100569 3,219,904
Total $4,345,000
Prepared by: Submitted by:
.. Daltoi_,fy. :_.
Engineer Design .� Works ■
Attachment: Staff Report of July 13, 2004
Public Notice
Exhibits A & B
11
EXHIBIT A
•
•
AMENDMENT NO. 3 TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT,
entered into this day of 2005, by and between the CITY OF
NEWPORT BEACH, a municipal corporation (hereinafter referred to as "City"), and
ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS, INC., whose address is 2800
Lafayette, Newport Beach, California, 92663 (hereinafter referred to as "Consultant "), is
made with reference to the following:
RECITALS:
A. WHEREAS, City is planning to construct a new concession stand,
restrooms, parking booth, and other improvements at the Corona del Mar State Beach
(hereafter referred to as the Corona del Mar State Beach Improvements Project).
B. WHEREAS, on September 10, 2002, City and Consultant entered into a
Professional Services Agreement, hereinafter referred to as "AGREEMENT," for
Consultant to provide the architectural services for the Corona del Mar State Beach
Improvements Project (hereinafter referred to as the "Project "). Under the Agreement,
City agreed to pay Consultant $111,670.00 for the professional architectural services.
C. WHEREAS, on December 17, 2002, City and Consultant entered into an
amendment to AGREEMENT for additional professional services needed for the
Project, as requested by City (hereinafter referred to as "Amendment No. 1 "). Under
Amendment No. 1, City agreed to increase Consultant's compensation by $31,330 for
the additional professional services.
D. WHEREAS, on January 13, 2004, City and Consultant entered into a
second amendment to AGREEMENT for additional professional services needed for the •
I . 0 0
Project (hereinafter referred to as "AMENDMENT NO. 2. ") City agreed to give
Consultant an additional $71,500.00 for the additional services.
E. WHEREAS, City requested that Consultant provide additional professional
services not included in AGREEMENT or AMENDMENTS NO. 1 or 2. The additional
services included geotechnical consulting and survey work, as well as professional
architectural services connected with the redesign of the beach parking booth. The
additional services are more fully described in the Oct. 6, 2005 Letter to City from
Consultant (hereinafter the "October 6, 2005 Letter"), attached hereto as Exhibit A and
incorporated in full by this reference.
F. WHEREAS, City desires to compensate Consultant for the additional
professional services that were not included in AGREEMENT or AMENDMENTS NO. 1
or 2. Accordingly, City and Consultant mutually desire to amend AGREEMENT, as
provided herein (hereinafter referred to as "AMENDMENT NO. 3 ").
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for the additional services it has
provided on the Project, as outlined in the October 6, 2005 Letter.
2. Total additional. compensation to Consultant for the services performed
pursuant to this AMENDMENT NO. 3 shall not exceed Forty Thousand, Five Hundred
and Two Dollars ($40,502.00).
3. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in AGREEMENT shall remain unchanged and shall be in full force
and effect.
0
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO. 3 on
the date first above written.
APPROVED AS TO FORM:
Aaron C. Harp,
Assistant City Attorney
ATTEST:
LaVonne Harkless,
City Clerk
Attachment
CITY OF NEWPORT BEACH,
A municipal corporation
0
John Heffernan, Mayor
City of Newport Beach
CONSULTANT:
ROBBINS JORGENSEN
CHRISTOPHER ARCHTECTS, INC.
32
(Corporate Officer)
Print Name:
By:
(Financial Officer)
Print Name:
Exhibit A — Letter from Consultant to Lloyd Dalton, P.E., dated October 6, 2005.
A
f: \users \ptnv\shared\agreements\fy 02 -03 %oca -amend no. 3cdm state beach.doc 0
•
•
Ll
•
1111jorgen§, ts
teo
October 6, 2005
Mr. Lloyd Dalton, PE
City of Newport Beach
Public Works
3300 Newport Blvd.
Newport Beach, CA 92658
RE: Corona del Mar State Beach Improvements
Dear Lloyd,
RECEIVED
OCT 1 1 2005
Public Works Department
City of Newport Beach
This letter is to request your consideration of additional services for professional services that our
subconsultants and we have performed on the Corona del Mar State Beach Improvements
project.
Additional services are:
1. Soils Investigation performed by Ninyo and Moore at the request of the City.
a. A copy of our agreement with Ninyo and Moore is attached - $6,800, we have not
included any "mark -up" to this amount
2. Site Survey performed by MetroPointe Engineers at the request of the City. This provided
information on a portion of the site that had not been previously surveyed, and for which
the City had no information. The surveyed area was the sidewalk from the jetty to the
stair, adjacent to the picnic area.
a. A copy of our agreement with MetroPointe is attached - $2,700, we have not
included any "mark -up" to this amount.
3. Services provided after January 2005. This work includes remobilization after the project
was placed on hold by the City.
a. Determining, evaluating and pricing potential Value Engineering items for City
review and decision making. The Items included:
I: Building materials /systems durability and cost review
ii. Plumbing chase exterior wall and access redesign
iii. Restroom bench
IV. Roof trellis redesign and detail changes (multiple locations)
b. Redesign and preparation of construction documents for the Parking Booth to
accommodate changes required by the State. Our consultants also provided
redesign services.
c. Resubmittal to Plan Check
d. Re packaging and rebidding of the project.
Jorgensen Architects -194 hours x $108.00/hr. _ $20,952
F.T. Andrews, Inc. Mechanical /Plumbing Engineers - $1,150
P.A. Breen Inc. Electrical Engineer - $1,000
IDS Engineers, Structural Engineers - $1,960
4. Increased scope of Interpretive Signage — the variety and types of Interpretive Signage
and monument signage increased per direction from the City. The original scope included
signage adjacent to the Marine Life refuge Supervisor office on the exterior wall of the
2900 1AEAYME
CAt14, AV VILLAGE
"EWPO9* BLAC"
CA LI, O B a IA 92663
949.566.0090 IIL
949.566 0082 "X
""".i d ABC B 4on
0
0
•
building that would identify sea animals. The City directed us to design and locate
concrete insets of sea animals into the paving throughout the site. This involved
researching potential casing and molding processes and developing a process for casting
neoprene molds that can then be used to form the detailed concrete relief Images. A
variety of sea animal designs were developed at the direction of the City to adequately
represent the subject matter to children who view the images before being taken to the
Little Corona tide pools. The City determined that they would also be educational to all of
the people using the beach. Additionally a monument sign was designed with a plaque to
identify City information. The original signage allowance was $25,000. The increased
scope was estimated to be $75,000.
55 hours x $108.00lhr. = $5,940.
The total for these additional services is $13,610 for our subconsultants and $26,892 for
architectural services, for a total of $40,502.
Uoyd, thank you for your consideration of this request. Please call Jason Briscoe or me if we can
answer any questions regarding this request.
Sincerely,
Jp e�ns�en�Archi c , '��
Roberta W.Jorgen n,FAIA
Principal .
LJ
0
ROBBINS JORGENSENCHRISTOPHER
February 10, 2004
Ms. Carol A. Price
Ninyo & Moore
475 Goddard, Suite 200
Irvine, CA 92618
Re: Corona del Mar State Beach Improvements
RJC Job No. 0223
Dear Carol,
0
Ninyo & Moore is authorized to provide Geotechnical Consulting services for Corona del
Mar State Beach Improvements. The scope of services shall be as described in the
proposal dated February 4, 2004, excluding the conditions set forth in the "Work
Authorization and Agreement" between client and Ninyo & Moore.
Ninyo & Moore's services shall include quality control review of Geotechnical Consulting
. services. The fee for this service is $6,800.00.
Ninyo & Moore's invoices must be accompanied by a completed "Contract Performance
Statement" showing the degree of completion by phase of work. Invoices are to be
submitted once a month. All invoices must reference the Robbins Jorgensen
Christopher job number, 0223. Invoices that do not conform to these requirements will
be returned without payment. All additional services must be approved by Robbins
Jorgensen Christopher with an amendment to this contract. Any work performed
without an amendment to the contract will not be paid.
•
Ninyo & Moore shall be bound by all the terms of the Prime Agreement between
City of Newport Beach and Robbins Jorgensen Christopher as if it were a party
hereto, specifically including all indemnity and insurance requirements. The obligation
of Robbins Jorgensen Christopher to pay Ninyo & Moore for their services or invoice is
expressly conditioned upon and subject to the receipt of payment by Robbins Jorgensen
Christopher from City of Newport Beach for Ninyo & Moore's services or invoice.
It is the Consultant's responsibility to assist in obtaining construction documents
approvals from all applicable agencies, governing authorities, and utility entities, meeting
or exceeding their minimum requirements.
290D LP F.V fl1E
I,W >05` BEACH,
cdULOFwG 92663
P.: 9-9 366 DOBO
FAX 949.561 000E
WED —1,11,16 mm
RAActive Projects10223\Contracts\Cont=tSW INYO_Contract.doc
0 0
0
The number of job site meetings during the construction administration phase of work
shall be as required by the Architect for the Consultant to determine that the work is in
conformance with the construction documents and the schedule.
Any conflict or inconsistency in the scope of services indicated in any proposal from
Ninyo & Moore and the scope of services indicated in the Prime Agreement shall be
provided as indicated in the Prime Agreement.
Robbins Jorgensen Christopher and Ninyo & Moore mutually agree, to the fullest extent
permitted by law, to indemnify and hold each other harmless from any and all damages,
liability or cost, including reasonable attorney's fees and costs of defense, arising from
their own negligent acts, errors or omissions in the performance of their services under
this agreement, to the extent that each party is responsible for such damages, liability
and costs on a comparative basis of fault.
Please submit a copy of the certificate of insurance currently carried by your firm with a
minimum $1,000,000 limit on professional liability insurance, and name Robbins
Jorgensen Christopher as additional insured on your General Liability policy. You must
continue this insurance for a minimum of two years beyond the end of the project.
Your signature below indicates your agreement with these conditions. •
Sincerely,
Robbins Jorgensen Christopher, Inc.
A a W. Jorg . n, FAIA
President
Accepted by:
n
02/13/2004
Ninyo & Moore Da
Jalal Vakili, Principal Engineer
R:Wctive Projects\0223\Cont tads \ContracccWINYO_Connact.doc
0
i
0
0
BOBBINS JORGENSENCHRISTOPHER
® January 28, 2004
Mr. Francois Zugmeyer
Metro Pointe Engineers
3151 Airway Avenue, Suite J -1
Costa Mesa, CA 92626
Re: Corona del Mar State Beach Improvements
RJC Job No. 0223
Dear Francois,
This letter is to confirm the approval to incorporate the Survey scope of work for the
Corona del Mar State Beach project. The scope of services shall be as follows.
Research /Coordination /Basemapping
$600.00
Field Verification of horizontal & vertical controls
$200.00
Field Ground Survey
$1,400.00
Filed Ground Survey — Palm Trees
$500.00
Additional Services Total
$2,700.00
Metro Pointe Engineers shall be bound by all the terms of the original Agreement
between Robbins Jorgensen Christopher and Metro Pointe Engineers, as well as
the Prime Agreement between the City of Newport Beach and Robbins Jorgensen
Christopher.
Sincerely,
Robbins Jorgensen Christopher, Inc.
R Berta W. Jorge s n, FAIA
President
Accepted by: - w
Metro Point!Engineers
x a 00 LAFAYETTE
NEWPORT BEACH.
CALIFORNIA 9$663
PF, 949.566 0080
FA% 949 566 0083
WEB ww ,ar[6.mm
RECEIVED
1 lift�to SEP 2 9 2005
G Inc. Pnhlir Wnrks Department
C5ty of Newport Beach
September 26, 2005
VU FAX& U.S MAIL
Mr. Robert Gunther
CITY OF NEWPORT BEACH
Public Works Department
P.O. Box 1768
Newport Beach, CA 92658 -8915
Re: Cost Estimate for Construction Materials Testing for Corona Del Mar State
Beach Improvements 3100 Ocean Boulevard, Corona Del Mar, CA,
Contract No. 3461, Plan No. P- 5189 -S
Dear Mr. Gunther:
As requested, Harrington Geotechnical Engineering, Inc. is pleased to submit this Cost
Estimate for providing materials testing services during construction of the above project.
The services will be provided on an periodic as required basis scheduled by City
representatives.
This estimate is based on a cursory review of the building plan and projects completed of
similar size, a construction schedule was not available for our review at this time. Should
more or less time be required our fees will be adjusted accordingly.
We look forward to being of service on this project, should you have any questions or
require additional information please do not hesitate to call.
Very truly yours,
HARRINGTON GEOTECHNICAL ENGINEERING, INC.
Pon Harrin on ]r. R
ce President
DPH: mvp •
" °'i ': .;,..`� - .:.. •:•. ter- � :...
TaH/Maln Corporate Center, 1590 iVOrlh Brian Street, Orange, CA 92867 (774) 637.3093 % (800) 9247645!, _FAX (774) 837�096."_
CJ
0
• �1
=Fill t �
Construction Materials Observation and Testing
Laboratory Testing
Footing /Slabs on All Buildi'7 s
Concrete Compression Tests, 48 each @ $18.00 ................. $864.00
Mortar Compression Tests, 60 each @ $18.00 ................. $1,080.00
Grout Compression Tests, 40 each @ $18.00 ................... $720.00
Reinforcing Steel
Tensile and Bend Tests -Prior to Job Site Delivery, 8 each @ $100.00 ....... $800.00
(includes pick -up of sample)
Observation All Buildings
Special Inspection, Reinforced Concrete, Grout, Mortar, 360 hrs ........ $23,400.00
office Support
Compilation of Test-Reports, Final Submittals, Reports etc .............. $2,000.00
Estimated Total . . , . $28,864.00
..,! . Tait/Main Corporate Center, 1590 North Brian Street, Orange, &A:82867 (714) 637 -3093 • (800) 924 -7645 • FAX (714) 637 - 3096
September 26, 2005
Mr. Robert Gunther
CITY OF NEWPORT BEACH
Public Works Department
P.O. Box 1768
Newport Beach, CA 92658 -8915
Or
RECEIVED
SEP 2 9 2005
Public
Of Newport Beach
VL4FAX &USMAIL
Re: Cost Estimate for Geotechnical Engineering Field and Laboratory Testing
for Corona Del Mar State Beach Improvements 3100 Ocean Boulevard,
Corona Del Mar, CA, Contract No. 3461, Plan No. P- 5189 -S
Dear Mr. Gunther:
As requested, Harrington Geotechnical Engineering, Inc. is pleased to submit this Cost
Estimate for providing geotechnical testing during construction of the above project. is
As always the services will be provided on an on -call test as directed basis.
This estimate is based on anticipated time to complete construction as discussed with you,
should more or less time be required our fees will be adjusted accordingly.
We look forward to being of service on this project, should you have any questions or
require additional information please do not hesitate to call.
Very truly yours,
GEOTECHNICAL ENGINEERING, INC.
P. Harrjhgton, Jr.,
DPH: mvp
TaV&1n Corporate Center. 1590 North Brian Street, or
e,,CA'+92867 "' °114 6373093 (714)637. 3096,,;,,,
(7, ) _ '(800),824 -7645 •FAX
a
a
*HamV�#M,
Geotech n ical Services
Laboratory Testing .
Maximum Density- Optimum Moisture Test, 5 ea @ $85.00 ea .............. $425.00
Asphalt Concrete Maximum Density Test, 3 ea @ $160.00 ea ............. $480.00
Asphalt Concrete Stability Value, 3 ea @ $100.00 ea ................... $300.00
Asphalt Concrete Extraction /Gradation, 3 ea @ $160.00 ea .............. $480.00
Field Testing
Field Technician, 75hrs @ $78.00per hr .......................... $5,850.00
Travel Time, 15hrs @ $66.00per hr ............................... $990.00
Overexcavation /Recompaction of Subgrade and Base
Field Technician, 24hrs @ $78.00per hr .......................... $1,872.00
Travel Time, 15hrs @ $66.00per hr ............................... $990.00
Compaction Testing of Underground Utilities
Field Technician, 18hrs @ $78.00per hr .......................... $1,404.00
Travel Time, 5hrs @ $66.00 per hr . ............................... $330.00
Foundation Excavation Observation /Testing All 3 buildings and Parking Booth
Field Technician, 12hrs @ $78.00 per hr ........................... $936.00
Travel Time, 3 hrs @ $66.00 per hr .. $198.00
Final Report; Approval of Work Performed. ..... , ..... I ........... $500.00
Estimated Total .... , . , . , , . , , X14;755;00
.:L'CfYN e- 'rlY(ib'!:'!fS ✓- t.9'.. "': •i)2's4s. :i( +u ♦F' �i.•
TaWain Corporate Ceiiter,1590 North Brian Street, Orange, CA 92867 (714) 637 -9093 �, (800924 -7615 FAX (714j 637 -309B3 , �
fty of Newport Beade NO. BA- 06BA -023
BUDGET AMENDMENT
2005 -06 AMOUNT: $2no,000.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase expenditures for the CdM State Beach Improvement Project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
010 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
General Fund - Fund Balance
Description
Amount
Debit Credit
$200,000.00
$200,000.00
I`J
Division Number
Account Number
,p Automatic System Entry.
Signed: ild6o (r �jiyt�t��. /D -/7' d35
[Financial Approval: Administr af Services Director Date •
Signed:1�+� /8 e
Administrative Approval: City Manager Date
Signed:
City Council Approval: City Clerk
Date
Description
Division
Number
7011 General Fund - Facilities
Account
Number
C5100569 CdM State Beach Improvements
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Amount
Debit Credit
$200,000.00
$200,000.00
I`J
Division Number
Account Number
,p Automatic System Entry.
Signed: ild6o (r �jiyt�t��. /D -/7' d35
[Financial Approval: Administr af Services Director Date •
Signed:1�+� /8 e
Administrative Approval: City Manager Date
Signed:
City Council Approval: City Clerk
Date
�i � I D -� -DS
What We'll Cover
• Quick Reminder — What's the Project?
• How many times has this come before the
City Council?
• NINE — this is the 10th time
rq Maps and Overlays
• Before Construction
• Post Construction
How Volleyball is Affected
• Map of all beach VB courts
How to Continue to Participate
The Approved Project
More Comfort Stations
• 14 more for women (10 today, 24 tomorrow)
• 6/6 (today) to 8/8 for men
Lifeguard /Tidepool /Concession Facility
• Lifeguards — 0 today; 646 sf tomorrow
• Tidepool Ranger Program — 0 today; 177 sf tomorrow
• Concession —2,460 sf today; 1,046 sf tomorrow
Less overall building area & less building frontage
• 9,268 sf previously; 5,687 at project completion.
• 215' today, 103.6' tomorrow
Entrance remodel -- vehicle turn - around and drop-
off, including buses
The Approved Project
Hardscape & Softscape
• New paved and landscaped promenade along
entire beachfront
• New walkways along easterly and westerly ends
of parking lots
• More Landscaped areas (17, 172 sf today;
30,328 sf at project completion);
5 New Parking Lot Kiosk
qwAi 1"**
4
Low
-ONOW AK -0 , NOF
.4
•
As
- �..qqw
ib
What's Up with Volleyball?
The current construction work means fewer volleyball
courts during construction. This is why were doing this in
the off - season. There were 10 courts before construction
and we will have 5 courts during construction. In addition,
there are 58 other courts along our beaches to
accommodate volleyball needs.
The ending footprint, which has no net loss of sand space,
will probably lead to a change in the layouts of the courts
and the fire rings.
Recreation and Sr. Services will take the lead on working
with the volleyball community to establish new court
layouts. Our goal is the same number of courts as before
however, the configuration will undoubtedly change as
currently there are 8 courts of the 10 in a row and that will
be impossible to retain after construction
Sand Volleyball Courts
i
A
G
r
A
G
_v
L •�
_ L
G J
S L
c
Z •_
� X
0
� C
CI
L
V
40 = Sand VolleN hall ( ourt
P A C I F I C
OCEAN
8*1 a,.. 111140
n
How to Continue to Participate
City's Website:
• w -;ty new -
then "Corona Del
Call 949- 644 -3151
E -mail us at
-art_. �.� . then "Projects"
Mar SIB"
to get on an Interest E -Mail List
0 PETITION
0 101,15105 -7t7
We are opposed to decreasing the number of volleyball courts at at Corona del Mar State Beach
whether by removing or relocating any of them. If courts are added to another location, they should
not be removed tawrts from the state beach,
101112M MR
FF?Lv °r1
E'
��:..
I ►�. ,
•
..:
' ,
.-
Rolm
®w'1ri
9 PETITION •
We are opposed to decreasing the number of volleyball courts at at Corona del Mar State Beach
whether by removing or relocating any of them. If courts are added to another location, they should
not be removed from the state beach.
1
30
Date
Si nature
Address
Phone
1
63
� G� -ice
/321//r 14x-oAs �9 /QlZ %u 7 J7�2
r q Sasdy6�
2
� 9 .a
�� �Mi v 6 Cc "�az'E` `cam z
9W 7r o dr
3
o 30 9�6SZ
9 y97-�'�
4
GYi F. 0 C eta �. g:/C-
b- 9�
5
Z� G�I� lUa
�Jir✓� �'I•'fi
1��� tS�
ssl7(as
1d fib !4C "o vrC V)
7
b
�l
9 Li FCC 2 �I ti-tr 6C.0
8
7�
i^ 1 �..�-
X16 %� n ✓� t7 ��CSi�^i
7i ��f0�7
s
S
3�01tro
awl
qcq -3 �oG
10
3 Ki 4
3-3z1- ssa
11
5315
�,
c{30 CK�c Sf Np� %4, Q<«� CQzl1Lv8
��S- 312- -WY
12
5 o
�- -
30 "ti; ZA � IG
9Y9 �y
13
Q1
25ti� 02 Vv-4AZ me-SA �7
r q 'LZ 11
14
7
/6�� 4 � Of
5'y5_gi�
15
SI��S
�--
b.- C�
`�`- I4 -�87 �Z
16
�l
s� �,
�
17
(
� >i T o s,� �e c.A 92,gp
1 �0 1 tiU3.
181
b ZqZ- kl^e,G All— C Aqw 7
71d 84L1 ,Z'W
1 s
5S
Q2(p5)
g1
20
Sv C No i �} vrv��G c F4 �co
(4) 367---7757
21
S S
9a�
�31�
22
2- C rit3� Y�l LL (� 2
q9
f�f°��) a&;'l
23
S
-2P
a`i1-3y7 P
24
25
1
30
Q PETITION w
We are opposed to decreasing the number of volleyball courts at at Corona del Mar State Beach
whether by removing or relocating any of them. If courts are added to another location, they should
not be removed from the state beach.
EWA--
"'0110611
E=
FIRM in
MW
0
IE MY COUNCIL
NEWPORT BEACH
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
WiCiAL
Agenda Item No. 13
August 9, 2005
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 - 644 -3328
Idalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — AWARD OF
CONTRACT NO. 3461
RECOMMENDATIONS:
1. Approve the plans and specifications for Beach Access Trail Repair at Inspiration
Point and for Corona del Mar State Beach Improvements.
2. Approve a budget amendment appropriating $29,648 from Contributions, 7251 -
05100569, to be reimbursed when FEMA funds are received.
3. Approve a budget amendment appropriating $3,219,904 to account 7011 -
05100569 representing the General Fund contribution to the project. Of this
contribution, which includes an allowance for unforeseen work, $3 million is
proposed to be utilized from existing the Capital Improvement reserves while the
remaining $219,904 would come from Unappropriated General Fund Surplus
Fund Balance.
4. Award Contract No. 3461 to Weeger Bros., Inc., for the total bid price of
$3,945,000, and authorize the Mayor and the City Clerk to execute the contract.
5. Establish an amount of $400,000 to cover the cost of unforeseen work.
DISCUSSION:
At 11:00 am on July 12, 2005, the City Clerk opened and read the following bid prices
for this project:
Bidder
Low Weeger Bros., Inc.
2 GKK Works
Total Bid Price
$3,945,000
3,950,000
The low total bid price is 11'/2% below the engineers estimate of $4,400,000. The low
bidder, Weeger Bros., Inc., is a State - licensed General Building /Engineering Contractor
who built the City's Professional & Technical Building in 1983. Weeger has recently
• Corona tar Beach — Award Contract No. 3461
August 9, 2005
Page 2
completed school, fire station, and beach projects similar to the Corona del Mar State
Beach project for other agencies.
This project was previously bid on June 29, 2004. Two bids were received, but they were
rejected because of their very high prices (see attached staff report of July 13, 2004).
Since the work should be performed during the off - season of beach use, staff delayed
rebidding the project until this summer.
In an effort to obtain more interest of contractors for the rebid, staff decided to prequaiify
construction firms to bid this, and three other upcoming City building projects, thus
assuring the bidders that only quality firms would be bidding against each other on the
City's projects. Staff advertised and invited reputable General Building Contractors to
prepare and submit prequalification data concerning their firms to the City pursuant to
State law (see attached Public Notice). Staff then evaluated the data and granted
prequalification to 19 firms, including Weeger Bros., Inc.
In another effort to obtain more contractors for the rebid, staff decided to open bids after
July 1, thus not competing the City's project against the glut of FY 2004 -05 building
projects that others put out to bid just before the fiscal years end. Staff also simplified the
plans, specifications and bid procedure where possible, and published an Engineers
Estimate that more accurately reflected current building construction costs, thereby
hoping to encourage more bidding in today's 'bidders market'.
The contract provides for demolishing all existing structures and constructing a parking
lot ticket booth, a concession /lifeguard building, two restroom buildings, beachfront seat
walls and walkways, site utilities, and new landscaping and irrigation systems as
described within the attached staff report and shown on the attached exhibits.
The contract also provides for demolishing, removing, and reconstructing the bottom
portion of the Inspiration Point beach access trail that was undermined during our
January 2005 storms. The trail will also be extended longer and deeper into the beach
sand and buttressed with grouted rock in an effort to assure that the trail will not be
undermined again. FEMA will reimburse the City for costs to demolish, remove and
reconstruct the bottom portion of the trail, but not for extending it longer and deeper into
the sand, nor for buttressing. FEMA considers these items as upgrading, not repair of
storm damage; therefore, they are not eligible for FEMA reimbursement. The trail work
was bid at $46,780, of which FEMA has agreed to reimburse the City $29,648.
The contract requires that all work be completed within 170 consecutive working days.
Assuming that the Notice to Proceed is issued on September 6 (the day after Labor
Day), work should be completed by next April, except for working day extensions due to
unforeseen work, labor and materials delays, inclement weather, etc. Liquidated
damages are $1,500 per calendar day.
The contract also requires that the Contractor avoid performing disruptive work on the
existing buildings or parking lots during the week of September 6 -10, 2005. This is so
that the entire site will be available for a car show, the 'Coastline Car Classic' on
Sunday, September 11.
Corona Del each — Award Contract No. 3461
August 9, 2005
Page 3
Staff has secured a Coastal Development Permit for the work. The City's Building
Department, the State's Department of Parks and Recreation, and the Office of the
State Fire Marshal have approved plans for the project.
Upon completion of contract work, the City will reslurry and restripe the parking lots.
This work will be performed in a separate contract prior to next summer. In addition,
staff anticipates entering into a new concession contract next spring. Prior to opening
the concessionaire will be obligated to obtain appropriate County Health Department
permits and clearances.
Environmental Review
This project is categorically exempt from the provisions of CEQA per Section
15061(bX3), pertaining to the reconstruction of existing structures and facilities on the
same site with substantially the same purposes and capacities as the existing structures
and facilities. A Notice of Exemption has been filed with the County Clerk.
Geotechnical Services:
Geotechnical services will be provided by outside consultants per the On -Call
Professional Services Agreement approved by Council on June 28, 2005.
Funding Availability & Discussion:
This project is partially funded with $623,158 of settlement proceeds and accrued
interest in the 1990 American Trader Oil Spill Fund. Funding will also be contributed
from the State's Proposition 12 Bond Act of 2000. This grant will provide $472,290 for
the project. In addition, staff anticipates receiving $29,648 in reimbursements from
FEMA for costs to repair storm damage to the Inspiration Point beach access trail, as
mentioned above.
Staff also recommends that the City Council approve a $3,219,904 budget amendment
from the General Fund to provide the balance of funding needed to award the project
and for unforeseen work. In 2004, the City Council authorized a $2 per car hike in the
parking fee at CDM State Beach. This increment generates about $160,000 annually.
At the time, the intent was both to use the increment to fund the CDM State Beach
Improvement Project and to keep up with hikes at the nearby Crystal Cove State Park
(CCSP is now at $10 per car, while CDM State Beach is at $8 per car).
This increment does not significantly assist in the funding of the Project, given the
Project's total cost. As such, we propose using $3,000,000 of the General Fund's
Capital Improvement Reserve (budgeted at $10,000,000) and the remainder ($219,904)
from General Fund Unappropriated Surplus Fund Balance. The $10,000,000 was
originally accumulated over several years as a hedge against the spiriling cost of PERS
retirement program rates. However, the spirial seems to be at an end, and the City has
not had to dip into these reserves. Therefore, with several construction projects either
underway or soon to get underway ( Mariners Joint Use Library; SA Heights Fire
Station; Back Bay Science Center; SA Heights Community Center; Newport Coast
Community Center), the City Manager and Administrative Services Director felt this
money could best be used to complete these projects, all of which have been subject to
0
substantial cost increases due t
availability of contractors to bid t
going to become less expensive
projects delivered as planned.
Corona ar Beach — Award Contract No. 3461
August 9, 2005
Page 4
> the escalating cost of building materials and the
tese jobs. The thinking is these projects are never
over time and the GIP Reserve will help get these
We recognize that this Project has a significant cost at a time when the City is
embarking upon several important capital projects. However CDM State Beach's
facilities — which date back to the 1960s — have seriously deteriorated over time.
Restrooms (now demolished) were inadequately sized. Cement infrastructure was
crumbling. The correct facilities were not in place to serve the hundreds of thousands
of families who visit this calm -water beach each year. We strongly believe that the time
has come to take advantage of these strong bids and construct the project — a project
that should live well into mid - century and serve the needs of the beachgoing public
throughout that time.
Upon approval of the recommended Budget Amendments, sufficient funds will be
available in the following accounts to provide for award and unforeseen work:
Description
American Trader Oil Spill Remediation
Proposition 12 Bond Act of 2000 — State Grant
FEMA reimbursement for beach access trail repair
General Fund
Prepared by:
Lloyd Dalto
Design Engineer
Attachment: Staff Report of July 13, 2004
Public Notice
Exhibits A & B
Account Amount
7295- C5100569 623,158
7251- C5100569 472,290
7251- C5100569 29,648
7011- C5100569 3,219,904
Total $4,345,000
Submitted by:
�h G. Badum
Works Director
9
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
APPROVED
JUL T 2 2000 %'��'�
By City Council
AgenggYM&WO 84ach
July 13, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 -644 -3328
ldaIton@cqy.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — REJECT ALL
BIDS FOR CONTRACT NO. 3461
RECOMMENDATIONS:
Reject all bids.
DISCUSSION:
At 11:00 AM on June 29, 2004, the City Clerk opened and read the following total bid
prices for constructing 'Base Bid" and `Total Project" at Corona del Mar State Beach:
Bidder Total Price - Base Bid Total Price - Total Project
Low Metro Builders & Engineers $2,813,167.20 $4,405,567.76
Group, Inc.
2 Alvarez Engineering, Inc. 2,879,000.00 $530,000.00*
* Alvarez Engineering, Inc., intended this amount to be added to their amount for Total Price — Base Bid,
thus resulting in a total bid price for Total Project of $3,409,000.00.
The contract for "Base Bid" demolishes all structures and constructs only one restroom
building, the beachfront walkways and seat walls, site utilities, and a portion of the
landscaping and irrigation systems, as described on the attached April 27, 2004
Agenda Item, whereas 'Total Project' demolishes all structures and constructs all of the
improvements detailed in the plans and specifications.
A third bid was tendered, then retracted just prior to the bid opening. Inasmuch as the
low "Base Bid" and "Total Project' prices exceed the maximum amount of $2,200,000
that the City Council provided for award of contract (see attached Agenda Item of June
22, 2004), the City must reject all bids for the project.
The high bid prices and scarcity of bidders may be attributed to a number of factors.
Overseas markets are purchasing huge quantities of raw materials and products to
assuage their boom in construction, as is the federal government in its reconstruction
SUBJECT: Corona Del Mar Beach ject All Bids For Contract No. 3461
July 13, 2004
Page 2
efforts in Afghanistan and Iraq. To exacerbate these conditions, local school districts
and commercial developers are using up much of the construction materials and
building capacity that are available in southern California.
These same conditions probably affected the May 20, 2004 bid opening for Fire Station
No. 6 Gender Modifications and the June 8, 2004 bid opening for Back Bay Science
Center, when no bids were received for either project. These conditions may also affect
the upcoming bid opening for Mariners Library.
Public Works staff will work with the City Attorney and other agencies to ferret out
alternative methods that may be used to successfully bid the City's building construction
projects. We anticipate that a report of our findings and recommendations may be
returned City Council for consideration within 30 days.
Prepared Submitted .
Nei
Desfgn Engineer ublic Works Director
Attachment: June 22, 2004 Council Report
• •
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 36
June 22, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, P.E.
949 -644 -3328
Ida lton @city.newport- beach.ca. us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS = CONTRACT
NO. 3641 - DETERMINATION OF AMOUNT OF FUNDING AVAILABLE
FOR AWARD
ISSUE:
How much funding should the City Council deem available for the CDM State Beach
Project prior to project award?
RECOMMENDATION:
1. Find that $2,200,000 is available to award the CDM Beach Project (as described in
this staff report's Alternative B); and
2. Authorize staff to fund the Project in a manner similar to Alternative A's provisions
should the City receive a Proposition 40 or other grant to supplant parking lot
revenue available for the Project.
DISCUSSION:
When the City Council approved the concept plan for the Corona Del Mar Beachgoer-
Amenity Project, it directed staff to seek additional funding to complete the entire $2.2
million project. Staff found that additional funding might be obtained through
Proposition 40, known as the California Clean Water, Clean Air, Safe Neighborhood
Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. We applied for this grant and submitted a detailed proposal to
California State Parks to review. We have not yet heard from the State on this grant
SUBJECT.. Corona Del Mar Sta a Br Improvements - Contract No. 3641 —
Del o.. mount of Funding Avaitable forAward
June 22, 2004
Page 2
application yet we are ready to award a project due to construction constraints at CDM
State Beach.
We remain optimistic that a significant portion of this grant, if not all of it, will be
awarded to the City. We have worked extensively with our local legislators and with
local advocacy groups (including Orange County CoastKeeper and Surfrider) to contact
Resource Agency officials on behalf of the grant.
On June 29th, the City Clerk will open and read bids for constructing "Base Bid" and
"Total Project" at Corona del Mar State Beach. "Base Bid" constructs only one
restroom building plus the beachfront walkways, site utilities, and a portion of the
landscaping and irrigation systems, as described on the attached April 27, 2004
Agenda Item. "Base Bid" is estimated at $950,000. "Total Project" constructs all of the
improvements detailed in the plans and specifications, and is estimated at $2,200,000.
Another 15% ($330,000) should be set -aside for construction management, making a
total of $2,530,000 needed for the full Project:
Chart f
Description Amount
Construction Award $ 2,200,000
Construction Management and 10% contingency $ 330,000
Total Project Cost $ 2,530,000
We believe that the Total Project, rather than Base Bid, should be awarded. Chart 2
shows the two possible funding alternatives (Alternative A and B) for the Total Project's
construction. Both envision using $2 per car from the CDM Parking Lot increase that
Council approved on June 8, 2004 for the Project (as authorized in Resolution 2004 -43
— see Attachment for a copy of the Resolution). The Administrative Services Director
will determine how to use this revenue effectively — either by bonding (with Council
approval) or via a transfer from the General Fund. Alternative A assumes that we
receive the Proposition 40 grant. Alternative B assumes that we do not.
In both cases, when the Project is fully funded, the revenue from the parking lot
increase would revert to the General Fund.
Staff recommends that the City Council approve Alternative B, with a Alternative A as a
hoped -for result if we receive the Proposition 40 grant. A third alternative would be for
the Council to limit the award amount will be limited to dollars on hand approximately
$960,000 ($1,105,670 less 15% to cover the costs of construction management and
unforeseen work).
• SUBJECT.. Corona Del Mar State 0 Improvements -Contract Poo. 3641 —
Determination of Amount of funding Available forAward
June 22, 2004
Page 3
Chart 2
State CDM Beach •
Funding Alternative A
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
Proposition 40 Grant (if awarded)
$
784,000
CDM Parking Lot Increase (3 years @ $220K)
$
660,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
19,670
Funding Alternative B
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
CDM Parking Lot Increase (7 years @ $220K)
$
1,540,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
115,570
Environmental Review: The City Council's approval of this Agenda Item does not
require environmental review. The Project itself has already gone through CEQA.
Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act
(72 hours in advance of the public meeting at which the City Council considers the
item).
Submitted by:
i
Prepared by:
i�;'i!i��r
. alt
Project ag
Attachments: April 27, 2004 Agenda Item
Resolution 2004 -43
Submitted by:
V4�.
D id A. Kiff
Assistant City Manager
• •
CITY OF NEWPORT BEACH
C" COUNCIL STAFF REPORT
Agenda Item No. 21
April 27, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949- 644 -3328
Idalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS —APPROVAL TO
ADVERTISE FORBID (C -3641)
RECOMMENDATIONS:
1. Affirm the categorical exemption for this project.
2. Direct staff to advertise this project for bid.
DISCUSSION:
This project began during FY 2002 -03 with a $955,000 budget of American Trader Oil
Spill settlement and Proposition 12 Bond Act funds to replace and upgrade visitor and
other amenities at Corona del Mar State Beach. On September 10, 2002, the City
Council retained Robbins Jorgensen Christopher Architects (RJCA) to provide planning,
design, and construction services for the project. On December 17, 2002, the City
Council increased the budget for the project to include $365,535 generated from the
City's accumulated oil spill settlement interest and excess funds that were budgeted for
other completed oil spill projects, and amended RJCA's contract accordingly.
On July 8, 2003, the City Council approved a conceptual plan for a $2.2 million
improvement of the entire site and directed staff to prepare construction documents
such that either a first phase of construction could be awarded using the $1.1 million of
remaining budgeted funds or a complete project could be awarded in the event that
another $1.1 million was obtained for the project prior to award. (Copy of July 8, 2003
report is attached.) On January 13, 2004, the City Council again amended RJCA's
contTacF6bmmerisdmTe \ Wh RJCA's again- increased _ scope of services for the project.
RJCA has now completed final plans, specifications and estimate for the entire $2.2
million construction contract, and a set of the plans has been placed in the Council
Chambers for public review. The project was endorsed by the Parks, Beaches and
Recreation Commission on April 6, 2004; a Coastal Development Permit was approved
on April 14, 2004; and the Building Department is presently completing its plan check.
SUBJECT: Corona Del Mar Bear Oproval to advertise for bids
April 27, 2004
Page 2
0
The $2.2 million contract provides for demolishing and removing the existing restrooms,
concession buildings, a storage building, a parking lot ticket building, parking lot
entrance improvements, beachfront walkways and planters, and landscape, irrigation
and lighting systems that have been built or installed in stages over a 53 -year period.
The contract then provides for constructing two new restroom buildings (with more than
double the number of restroom fixtures than presently exist); a concession /lifeguard/
marine life refuge supervisor's building; a parking lot ticket building; parking lot entrance
improvements that feature a much larger drop -off zone; beachfront walkways and
planters; parking lot walkways; redesigned landscaping and irrigation systems; and
interpretive signage. All mature palm trees within the demolition area will be replanted
within the redesigned site.
Since only half of the funds needed to construct the entire project are available at this
time, the bid documents require that bidder submit a base bid to demolish and haul
away all of the restrooms and concession buildings at the site, but reconstruct only a
first phase of improvements (one restroom, the beachfront walkways, site utilities, and a
portion of the landscaping and irrigation systems - see attached Exhibit). If this option
is awarded, the second restroom, the concession building, the ticket building and
parking lot entrance improvements, the parking lot walkways, the interpretive signage,
and the remainder of the landscaping and irrigation systems could be built at a later
date. [Note that City staff might then need to obtain proposals to install temporary
mobile concession services that could be used until additional funding is obtained to
construct the permanent concession /lifeguard /marine life refuge building.]
The bid documents require that each bidder submit two bid totals. "Phase 1 only'
would construct the restroom, the beachfront walkways, the site utilities, and a portion
of the landscaping and irrigation systems. RJCA's estimated for this work is $950,000.
`Total Project ", which would construct the remainder of the improvements as described
above, is estimated at $2,200,000, which is $1,250,000 more than Phase 1.
Site fighting includes lighting for new buildings and walkways and replacement of
existing beach security lighting. Fire ring, volleyball and parking lot facilities will be
relocated only to the extent needed to allow the new improvements to be built. Parking
lot lighting and fire ring, volleyball and parking facilities will not be built, refurbished or
redesigned as a portion of this project.
Plans,.specifications and estimates for the project have been prepared by RJCA and by
City staff. Upon award, Staff may recommend that the City retain a construction
management firm. RJCA is already under contract to provide construction support
services and to prepare as -built drawings for the project.
Environmental Review:
Inasmuch as this project reconstructs facilities on the same site with facilities of
essentially the same purpose and capacity, the project is categorically exempt from the
provisions of CEQA. Accordingly, a categorical exemption has been prepared by staff
and posted for public review by the County Clerk (copy attached).
SUBJECT: Corona Del Mar B� .pproval to advertise for bids •
April 27, 2004
Page 3
Public Notice:
This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Funding Availability:
Adequate funds to award a $950,000± construction contract are available in the
following accounts:
Account Description Account No. Amount
Proposition 12 Bond Act of 2000 - State Grant 7251- C5100569 $472,290
Corona del Mar State Beach -American Trader Oil Spill 7295- C5100569 $633,380
Total $1,105,670
Upon award of a contract for Phase 1 construction, the balance of the available funding,
approximately $155,000, will be needed for construction contingency and to pay for
inspection, materials testing and contract management.
When the City Council approved the concept plan for the project, it directed staff to
seek additional funding to complete the entire $2.2 million project. Staff found that
additional funding might be obtained through Proposition 40, known as the California
Clean Water, Clean Air, Safe Neighborhood Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. Staff anticipates a favorable response to this application prior to
the date for award of a construction contract.
If the Proposition 40 funding is approved, as much as $1,650,000 will then be available
for award of a construction contract. This means that approximately $550,000 may still
be needed to award a $2.2 million contract to construct the entire project. From this
Project's inception, City staffs intent has been to leverage non - General Fund revenue
sources to complete the Project — thus the use of American Trader Oil Spill dollars,
interest on those same revenues, and the Proposition 12 and 40 grants.
A shortfall of $550,000 is not insurmountable. In addition to phasing the Project, we
may be able to use enhanced concession revenue from a more dynamic concession
facility (which may still include the current concessionaire) and revenue from a parking
fee increase to fill the gap.
Regarding the parking lot fee (now at $6 per car at CDM State Beach), recall that
California State Parks plans to increase its beach parking fees to $10 per car effective
July 1, 2004 at Crystal Cove State Beach and at Huntington Beach and Bolsa Chica
State beaches. Already, State Parks' Annual Passes have gone from $67 for 12
months to $110.00. They will jump again to $125 on July 1, 2004. These increases
mean that CDM State Beach may see significant increased use if we don't raise our
parking rates to match or near the State rates. As such, we have asked the Harbor
Resources Division to recommend a new parking lot fee for CDM State Beach.
Revenue from this increase may be directed towards the Project to bridge the gap.
SUBJECT: Corona Del Mar Beai Oproval to advertise for bids
April 27, 2004
Page 4
40
Finally, other Proposition 40 and 50 grant windows will open and close between now
and the completion of construction. We know that this Project has received widespread
support from State agencies, including State Parks — it is fair to assume that it will
continue to attract grant funding as additional grant dollars are released.
Submitted
Tien G. Badum
is Works Director
Prepared by:
�
'II • Manager
Attachments: Exhibit - Phase 1
Categorical Exemption
July 8, 2003 Council Report
Submitted by:
Qa id Kiff
Assistant City Manager
IS I I
NAN*
I 0\1
swim— 41,
3
MEMO
Pi IASE I RESTROOM BUILDING
TEMPORARY CONCRETE SLAB_
TEMPORARY TURF AREA - FUTI RESTROOM BUILDING I I 11 L-1 11MU I MARINE LIFE REFUGE BUILDING •
IN ROBB INSJ01lG ENSEN CIA 1 15TOPI:jrjj
CORONA DEL MAR BEACH
PRASE TPLAN
APRIL 14, 2004
Al '4
PHASE I LMIT OF WORK
POSTED A OF NEWPORT BE!.,,H
3300 Newport Boulevard - P.O. Box 1768
MAR 0 3 2003 Newport Beach, CA 92638 -8915
(949) 644 -3200
TON DALY, C! ERK- RECORD-', E
DEPUTY 'NOTICE OF EXEMPTION
F R L E DATTACHMEN
9
MAR 0 3 2003
TOM DALY. CLERK - RECORDER
TO:
From: City ofNewport Beach
OIEre of Planning and Research
1400 Tenth Street, Room 121
Planning Department
3300 Newport Boulevard - P.O. Box 1768
Sacamento, CA 95814
Newport Beach, CA 92658 -8915
(O.-ange County)
County Clerk, County of Orange
Yv
51 Public Se_- vices Division
Date received far riling at OPR
P.O. Box 238
Santa Ana, CA 92702
-
Name of Project: Corona Del Mar State Beach,4 nenity Improvements
Project Location: Corona Del Mar State Beach
Spec Jic:
Project Locaion -City: Newport Beach Project Location- County: Orange County
Project Description: Replace resE7•00m9, concession facilities and outdoor eating
facili� es; prov de legvard
subsea on facilities and intetpre e
areas,
,rS= CEiVEti BY
PLANNING DEPART' MEN
Exempt Status: (check one)
Ministerial Sec. 21080 c 1 .13265
( C)( ): )
;lrMt ' °' "' Z 100?
P
Declared Emergency (Sec. 21 090(b)(2); 13269(a))>
JmergencyProject
_ _ Pr
rl�l 1 1'MI ^1�'�1 -p515
(Set%21080(b)(4); 13269(b)(c)>
X Categorical Exemption- State oe and section number.
Class 2, Siction 13302
Stat140_ryEXemptions. State code msnber:
General Rule (Sec. 15061(b)(3))
Reasons v by project is exempt: Reconstruction of exisring siructures and facilities on the same site Nrith
substantially the same purposes and capacities as the eA stir. '_structures and facilities.
Name of Public Agency Approv=ing Project: City of Newport
Beach
Date of Approval:
Na, e Of Person or Agency Carrying Out Project: Lloyd Dalton, Public T7rorls Department
Contact Person: LlovdDalron Title- necianFnvineer
Signature: TeLNo. 949 - 644 -3328 Date: January 16, 2003
Cuff �f'- -Y L✓( /�I %�%C�C9':/ %Ci �'i"`6%r'/�
CITY OF NEWPORT BEACH
CfTY COUNCIL STAFF REPORT
ffly I-%ty Council
ojiry of Ne4vpoq B&A0
Agenda Item No. i2
July 08, 2003
TO: HONORABLMAYOR AND MEMBERS OF THE CITY COUNCIL
k
FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt.
Program Manager; (949) 644 -3207; oaberoer @city.newport- beach.ca.us
SUBJECT: Corona del Mar State Beach — Beachgoar Amenity Improvement Project
ISSUE:
The public facilities at Corona del Mar State Beach (Big Corona) have become
antiquated and have deteriorated to the point that they should be- removed and rebuilt.
The Council is asked to consider the design and location of proposed facilities, to affirm
the Categorical Exemption, and to recommend direction regarding project funding.
Should the City Council affirm the recommendation of the Parks, Beaches, and
Recreation Commission to move forward with planned improvements to Corona del Mar
State Beach?
RECOMMENDATION:
1. Approve conceptual site plan and draft facilities concept for replacement facilities
at Corona del Mar State Beach;
2. Affirm the Categorical Exemption (copy attached);
3. Direct staff to proceed with the full site plan and facilities concept by phasing the
full project to reflect available funds and by seeking additlonal funding for its
completion.
DISCUSSION:
Backoround:
The City of Newport Beach operates and maintains the parking lot and beach facilities
at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949,
Cofuna del Mar State Beach
July 8, 2003
Page 2
the State- and the City entered into an operating agreement, renewed six times —most
recently in 1999 that dictates the City's operations at the beach and directs the City to:
"care, maintain, and contror Big Corona "for the purposes of the State Park
System" including `playground, recreational, and beach park purposes" (that
are) "at all times accessible and subject to the use and enjoyment of all
citizens of the State of California."
Although the City does not "profit" from administering the beach at Big Corona —all
revenue generated at the facility must be used for "recreation and park purposes within
the City," according -to the City's operating agreement with the State —it has a
substantial interest in maintaining and enhancing the facilities there, as the beach park
is a significant source of passive and active recreational activity for both residents of,
and visitors to, the City.
Public facilities at Corona del Mar (CdM) State Beach have been built, operated and
maintained by the City of Newport Beach under agreement with the State of California,
which expires in 2029. Beach facilities.that were built in 1951, 1960, 1965 and 1970
have become antiquated and deteriorated in the hostile salt air environment to the
extent that they should' be removed and replaced. The facilities include buildings
containing two concession stands, a "beach rental" storage stand, two men's and two _
women's restroom buildings. Concrete shade structures were also on the site, but were
removed for safety reasons. Various paving and walkway areas are present, with lawn
area, raised planters, and palm trees in place throughout the site. A picnic area is
separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at
the northwest corner of the parking lot. Finally, "on- beach" amenities include
approximately 30 concrete fire rings and 10 sets of beach volleyball standards.
Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY
2001 -2002 according to the City's lifeguards, who have kept estimates for a number of
years. Revenue collected at the park consists of two sources — parking fees and
concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the
second - highest income in the last decade ('99 -'00 had the highest, at $626,626).
Concession revenue accounted for $87,633; therefore, the total revenue generated to
the City from the park was $710,253.
Project. Scope & Description:
Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at
the aging, but beautiful and very popular beach. In 1999, the Trustees Council of
plaintiffs involved in the American Trader Oil Spill settlement assigned $476,000 to the
nascent Corona del Mar State _Beach improvement project. In 2001, the City received a
one -time 5479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from
• t orona del Mar State Beach
July 8, 2003
Page 3
the State of California Parks & Recreation Department to replace the aging concession
stands with new, more attractive and useful facilities more reflective of the Corona del
Mar atmosphere and history. Specifically, the grant award called for a year -round facility
that maximizes views of the Corona del Mar beach, the nearby Newport Jetty, and
would take advantage of the nearly 300 days of unbroken sunlight at the beach.
The project scope also included a call for the removal, redesign and new construction of
shading infrastructure, placement of interpretive signage about the tidepools at "Little
Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one-
time grant award was authorized by the State, and was paired with the "American
Trader" funds. Upon initial detailed investigation of the facilities, it was determined
that —in addition to the demolition and reconstruction of the existing concession and
shade structures —the restroom facilities were in serious need of improvement. In fact,
some roof elements of the dressing areas were removed for safety reasons, as chunks
of concrete had the potential to fall and injure patrons. In October of 2002, an additional
$365;535 in "American Trader funds" and interest were redirected by the Trustees
Council to the CdM State Beach improvement project, providing a total funding amount
of $1 ,320,535.
Therefore, the final scope of the project involves a total removal and reconstruction of
the existing antiquated facilities along the beachfront, along with an update of the uses
to reflect the requirements of the current beach -going resident and visitor park users. In
conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects
(RJC) —hired by the City as consulting architects and designers =a series of "design
objectives" were established. They include:
• Providing a safe beachgoing environment;
• Improving the public safety /lifeguard presence at the beach;
• Fostering environmental awareness of the tide pools and beach, while minimizing
environmental damage;
• Maintaining the natural aesthetic appeal of the beach, bluff s, and ocean view;
• Minimizing the impact of new structures and landscape on existing views;
• Sizing facilities appropriately for'existing' level of beach use, not for expansion;
• Designing structural roofs as "5-sided" architecture;
• Designing attractive, vandal proof, easily- maintainable facilities in the harsh saft/beach
environment; and
• Mitigating conflicts where possible between fire ring users, volleyball players, and
sunbathers.
Public Safety Needs -- Lifeguard Facilities:
We believe that the City of Newport Beach also has a responsibility to provide a safe
environment for the public at Corona del Mar State Beach. This responsibility includes
lifeguard services, whose needs at CDM State Beach are outlined below by Fire Chief
Riley:
Curona del Mar State Beach
July 8, 2003
Page 4
"Our primary reasons for providing lifeguard services are to watch the water
for potential problems, effect rescues of persons in distress, and provide
medical assistance to minorbeach related injuries.
The Fire Department uses a dynamic deployment model for staffing lifeguard
towers and vehicles. Our model is based upon the time of year (summer,
spring break, spring /fall, and winter), the current weather and surf conditions,
and the current and projected beach attendance. During the summer, we
project full. deployment each day and scale back from there. So during peak
times of our beach use, we have all towers staffed and watching the water
and all vehicles staffed and providing patrol and tower back -up. A typical full
deployment at Corona del Mar Beach starts at 9:00 AM with one lifeguard
unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By
11:00 AM, we have added a supervisor in a vehicle and four lifeguards to
staff the other lifeguard towers (three more at CdM Main Beach and one at
Little Corona.) The towers remain staffed until 5:00 PM, when we begin
closing the towers over the next two hours. By 7 :00 PM, we have closed all
towers and taken a lifeguard patrol vehicle out of service. From 7 :00 PM until
9:00 PM, we only have one supervisor to patrol the beach. This is our
schedule from June 15 through August 15, nine of the fifty-two weeks we
provide lifeguard services.
The other forty -three weeks of the year, we use dynamic deployment based
upon circumstances and availability of personnel. There are times when we
only have one lifeguard at CdM. This is due to light crowds or marginal
weather where few people are using the water. Sometimes it is due to the
fact that many of our seasonal staff are not available as they have returned
to their non - summer, pursuits (i.e. other jobs, school.) With a new trend
towards spring break occurring during many different weeks of spring, we
have significant difficulty with varying large crowds of out -of- school visitors
and an inconsistent supply of seasonal lifeguards who may or may not be
available. Watching the water during non- summer weeks has become
increasingly challenging.
All of that being said, the Fire Department has asked for some space at CdM
to provide for the following:
1) an enclosed area to park our patrol vehicles - we currently park our
vehicles inside the crowded garage at LG Headquarters at the Newport Pier,
This provides them reasonable protection from the harsh beach environment
that already prematurely shortens the usable life of our vehicles (max. four
years.) This means our personnel assigned to vehicles that patrol CdIV must
first go to the Newport Pier to pick up their vehicles and drive to CdM. This is
valuable time we pay for that is not spent watching the water.
• Corona del Mar State Beach
July 8, 2003
Page 5
2) an area to provide first -aid services - we currently use the back of the
parking control kiosk (about 12 square feet) to administer minor first -aid due
to beach related injuries, such as sting ray stings, sea urchin spine
punctures, and minor bumps and bruises from being knocked down by surf.
We believe. we can design our parking garage to become our first -aid area
when we pull our vehicles out to patrol the beach, eliminating the need for a
separate first -aid area. We would use this area to provide patient seating,
access to clean, hot water, and clean storage of first -aid supplies. It would
also provide a private area for paramedic to work on a patient if necessary.
3) a small observation /work area - as mentioned earlier, there are times
when only one person is assigned to CdM, frequently a full -time employee. A
strategically placed and elevated observation area would allow a single
employee the ability to view the maximum beach area from an improved
vantage point. Currently, the only way for a single person to observe all of
CdM during a non- high -usage period is to patrol in a vehicle. This does not
provide the best visibility in contrast to the proposed observation tower. To
see the strategic value of a well- placed observation tower, visit us at the
Newport Pier and see what we can see from LG Headquarters; everything
but CdM. This would also allow us to have a presence there and still allow
our full -time employees access to our computer and telephone systems to
work on projects while being available for public response.
4) a location to install an 800 MHz radio repeater - the countywide 800 MHz
fawlfire /public works radio system has some obvious coverage problems due
to the topography of Orange County, particularly the areas of Balboa
Peninsula, Corona del Mar and Newport Coast. Working with the County, we
have installed radio repeaters at the Corona del Mar Fire Station and the
Crystal Heights Association entrance kiosk and still may have some
coverage problems along Corona del Mar Main Beach and the Peninsula.
This means we have areas of Newport Beach where our police and fire
personnel cannot communicate on their radios. The County staff believes
and we agree that a repeater at CdM Main Beach would solve the coverage
problems associated with these areas. The erection of a small observation
tower and garage would provide the perfect physical structure to house a
repeater.
This illustrates that this is not a frivolous request but rather a great
opportunity to improve public safety services to CdM beach visitors and their
neighbors. Each one of the reasons fisted above enhances our primary
mission - to watch the water"
Corona del Mar State Beach
July 8, 2003
Page 6
Public Outreach;
In response to the design objectives noted above, a public outreach program was
formally established to solicit input from adjacent residents, Parks, Beaches and
Recreation (PB &R) Commissioners, City Council members, and City staff who have a
daily presence at the facility. In late 2001, in conjunction with the State Parks grant
application process, a survey was mailed to approximately 1,000 households in Corona
del Mar and placed on the City's website. 180 responses from the community were
received— that's a 15% response, which is considered fairly strong. Information
gathered from the survey was used to provide additional baseline direction for the
consultants and project team. The Parks, Beaches & Recreation Commission heard an.
initial presentation of project concepts in January of 2002 and was asked to provide
initial direction in their role as advisors to the City Council regarding parks and
recreation.
Following the RFP process, culminating with the selection of RJC as project architects
in September, 2002, a series of pre- design meetings were held with City departments to
identify and outline necessary refinements of the project's scope and ways that scope
might be implemented to balance competing needs and interests.
On March 01, 2003 the project team returned to the PB &R Commission to review and
comment on three site plan alternatives prepared by the consultants. A public
workshop, with individual mailed notices sent to over 300 adjacent property owners,
was held on March 10th so that property owners and residents could also see close up
what was being considered and could provide their recommendations. We made a
similar presentation to the City Council on March 25th during Study Session.
In April 2003, project team members presented the latest options and proposals for
discussion to the boards of both the Corona del Mar Residents Association and the
CdM Business Improvement District at their monthly meetings. Board members of both
organizations responded with questions and comments.
After this series of .meetings and public hearings, suggestions and recommendations
were focused into one proposal, which was presented to a standing subcommittee of
adjacent property owners— mainly residents of Breakers Drive —on. May 1", Following
their recommendations, and those stemming from additional meetings with City Harbor
Resources; General Services; and Fire. departmental staff, the site plan. and building
concepts have been further defined into what is the subject of this report. Additionally,
ongoing comments have been received via the project's web page on the City's
Webslte, where the PowerPoint presentations of all public hearings may be reviewed.
Most recehtly, the project was presented for conceptual approval and for-direction—if
any —on budgetary issues to the P, B & R Commission on June 4th. Following
discussion from the public on a number of issues, including those related to
i*Corona del Mar State Beach
July 8, 2003
Page 7
concessions and lifeguard service and facility matters, the Commission approved the
conceptual plan as presented.
One side aspect of the project should be mentioned at this time to inform the
Commission and Council. Although the "on sand" amenities —fire rings and volleyball
courts —were not formally part of the project's scope, the project team presented a
number of options to attempt to alleviate the tension between volleyball players, fire ring
users, and adjacent residents who must bear the burden of smoke and soot throughout
the year. The fire rings were the subject of much of the response from the survey, and
of heated debate trom residents at the March 10" public workshop. Also, none of the
alternative arrangements appear to be suitable to the organized volleyball constituency
at the beach, who organized an e -mail effort to express their opinions.
As the volleyball court locations shown on the three early alternative plans were not "to
scale" and thus shouldn't have been relied on as "particularly accurate; and since there
is still much uncertainty as to what the California Coastal Commission will allow in terms
of any possible reduction in the number of firs rings; and as design of the "on .sand"
facilities were not part of the consultant's scope of work but were taking up valuable
resource hours that needed to be utilized elsewhere, the project team has decided —
with the assistance and cooperation of Recreation & Sr. Services departmental staff to
defer this effort to a later date and more suitable venue. Reasonably, this outreach effort
will occur following the approval of a final hardscape design, and be led by staff from the
Recreation & Sr. Services department, with assistance from both Community &
Economic Development and General Services departments.
Site Plan:
Three buildinas are proposed for the site: two 1,231 . gross square foot restroorn
facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225
gross square foot joint -use concession, lifeguard /first aid, and marine life resources
facility that is one -story with a small lifeguard observation room on a second level (see
Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed
position of these three structures, which are proximate to the current location of the
existing structures. The restroom buildings are spread out —with the
concession /lifeguard facility between them —so that they have the ability to serve users
from the entire beach.
Prior to the recent demolition, there were 9,268 s.f. of facilities (including the T -beam
shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities.
Each of the two proposed restroom facilities are fully - fixtured and ADA- compliant, and
have 12 total water closets for women and four water closets and four urinals total for
men, along with changing tables in each area. These buildings are proposed in such a
Coiona del Mar State Beach
July 8, 2003
Page 8
way as to provide the maintenance and cleaning staff the ability to close half the
building (men /women) for cleaning, while leaving the other half (men /women) open for
use. Also, these buildings are located on site in such a way as to enhance visibility of
the doorways from as.many sides as possible, assisting with passive security. There
are two rinsing showers outside each of these buildings, which will utilize sand traps to
maintain adequate drainage. The aggregate additional square footage proposed for the
new structures (two identical buildings) is 96 square feet larger than the existing
restroom/changing room structures (which are presently three separate structures); and
the proposed design dramatically increases the number of bathroom fixtures available —
particularly for women —a critical element to almost everyone involved in the public
outreach process.
Likewise, the concession /lifeguard facility is more centrally - located than the existing
structures, providing both the lifeguards and the concessionaire the opportunity.to more
easily view and serve the users. This facility design has the ability to provide suitable
concession service for food service concessions, "beach rentals" (body boards,
umbrellas and similar equipment) and storage; marine life refuge educational as well as
first aid, observation, light supervisory activities for the lifeguard service. Following
discussion with adjacent residents, and after on -site facility inspection and discussion
between the consultants and lifeguards, the higher -level lifeguard observation room has
been significantly scaled back in size, to a total of 75 square feet of floor area
(approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height.
To accommodate peak beach food service concession on an "as- needed" basis —the
possible 10 -15 days per year where the project team envisions that the proposed
structural concession service may not be sufficient—a temporary vehicular concession
parking area has been located adjacent to the western side of the park. This area is
near the largest proposed area of grass to accommodate standing patrons (both before
and after service), and would not require the removal -on even a temporary basis =of
parking. A subcontract to the concessionaire could likely be established with a local
commercial food service provider, which would operate a self - sufficient van -type vehicle
at; that location adjacent to the curb. This "as- needed" location for a non - permanent
concession facility serves a number of goals: it reduces the total permanent building
mass and space adjacent to the beach; reduces 'on -going maintenance for the
concessionaire and the City; and thus saves costs.
A note about public concerns regarding the site plan: Several residents of Breakers
Drive have written the City about the proposed project. Most state that additional
permanent structures will not benefit the beach. Some have pointed to the lifeguard
facility as an unnecessary addition. We hope that design simulations and possibly story-
poles for the facilities might allay residents' concerns regarding building height, location
and view impacts.
Corona del Mar State Beach
July 8, 2003
Page 3
The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the
reduction in space available for the concession at CDM State Beach. Kilmer believes
that two separate concession spaces are needed to effectively serve the beachgoers.
The staff team associated with this project (Kiff, Dalton and Berger) recommend
reducing the size of the concession area to better fit within the proposed project and to
help respond to residents' desires to see "fewer permanent structures." The
concessionaire has been working with the City for a number of years, although there is
not a concession agreement in place at this time. We intend to issue a Request for
Proposals (RFP) for new concession services (to which Mr. Kilmer is more than
welcome to respond) as the Project nears completion -- doing so is consistent with
Council Policy F -4 ( "Income Properties ").
This report indicates the existing and proposed "space lists " =i.e., what uses are
allocated how much square footage on the site and what net increase /decrease is
proposed (see Attachment 4). A significant comparative statistic is located in the chart
titled "Miscellaneous Comparisons" (see Attachment 5). The linear building frontage —
the amount of 'building wall' a viewer sees from the ocean side or the Breakers Drive
side —is almost reduced by half. In other words, the proposed building arrangement has
greatly increased the ocean visibility for adjacent residents — particularly those whose
houses are below the bluff —by orienting the "long side" of the buildings perpendicular to
the ocean.
Finally, the existing 'softscape' areas adjacent to the beach — grass, trees, seating walls
and sidewalks —will be reconfigured to allow for a more appealing user experience.
Approximately 8,800 square feet of turf grass area will be added; spread out across the
length of the beachfront/pavement "strand" so users can feel more separation from each
other and so that school children amending tide pool education can be more effectively
(and safely) controlled by their chaperones as they walk to and from the tide pool areas.
However, the actual length of paving/sidewalk is not substantially increased, though
they will be widened to allow for more comfortable pedestrian circulation and more
efficient cleaning by the City's existing rolling stock. Seating walls along the strand will
allow additional 'non -sand' relaxation while protecting the turf somewhat from blowing
sand build -up. These seating walls accommodate a number of breaks, however, for
visitors to easily walk to the sand and fore vehicle access. Further, a new
sidewalk alorig• the along the western edge of the parking lot— connecting the. strand to.
the stairway leading to Ocean Boulevard —is proposed. Many of the current site's
existing palm trees will be removed and relocated in new ways to accommodate the
update in design.
Corona del Mar State Beach
July 8, 2003
Page 10
Alternatives and Phasing:
We estimate that the total cost of this project —if we include each of three Alternatives —
may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million
is secured and "in- hand." The base project— without the Alternatives —is estimated at
about $1.99 million.
As such, the Council will want to determine if we should include or exclude certain
alternatives— listed below —in the project and whether or not to direct us to complete the
overall project in phases.
If the Council likes the overall project but we still need additional funding, phasing may
work well —we would complete what we can with available funds and seek funding for
the remainder. Once the remaining funding is secure, we would complete the full scope
of the project as a "Phase II."
Phase I. Phase I consists of demolition of the existing structures on the site, and
construction of the three replacement buildings (two restroom facilities and one multi-
use structure), along. with necessary sidewalks, seating walls, utilities and landscaping
along the beachfront/pavement "strand," as noted above.
Phase II. Phase II consists of three possible add -ons. In a project of this nature —at a
facility where no significant improvements have been made for many years —there are
usually additional elements (called "add -ons" in this Staff Report) that are deemed
appropriate even necessary—but are not critical to the project's success. The Corona
del Mar State Beach improvement project is no exception; there are three.
• Add -on #1 -- Parking Lot Improvements. Add -on #1 relates to the site parking
.lot. Portions of the lot and the parking fee booth will be demolished and rebuilt to
accomplish the main ,elements of the project: However, to accommodate better
internal traffic..flow and parking accommodations (with little net change in total
spaces) and to provide a more efficient entrance kiosk, it is recommended that
the parking lot improvements be combined with the project's first phase. This
add -on does not, however; significantly alter the existing driveway in and out of
the park or the entrance to Breakers Drive. Due to the physical constraints on the
property; the stacking of-waiting vehicles at the top of the hill will continue to be
enforced by traffic management and police personnel when the existing lot is full,
in order to ensure access the ability of Breakers Drive residents and emergency
vehicles to enter and exit the facility at all times.
• Add -on #2 -- Picnic Areas. As a 2nd additional element, there is a call to improve
the existing picnic area at the northwest corner of the park site. Although the
details have not yet been worked out in any substantive detail, the consulting
4�orona del Mar State Beach
July 8, 2003
Page 11
architects have taken a first step in estimating sitework and landscaping
descriptions in response to recommendations by City staff. Improvements may
include: new landscape, turf and associated irrigation —but saving the existing
trees; new picnic tables and barbeque areas; hardscape pavers/paving to
accommodate year -round use of the barbeques; proper drainage to
accommodate runoff; low retaining walls as required; better pedestrian access as
required; and covering the adjacent:existing drainage swale.
• Add -on #3 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the
final portion of new facilities recommended by the Fire Department for additional
public safety presence at the park. The Fire Chief believes that, to increase
efficiency and timeliness in their duties, they may require the ability to store a
lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed
space. One possible option would be to construct a small, non- obtrusive
structure near the northwest portion of the site, perhaps in conjunction with picnic
area improvements.
These three add -ons are meant to be viewed as separate and distinct options —and not
as a part of the base scope of work: If the City Council wants to pursue these, it should
consider the allocation of additional funds in future year budgets (see Attachment 7).
Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of
clarity, add -on #3 has not been, and none are part of the initial project scope of design
for the consultants or staff. The PB &R Commission has, and City Council should, review
these add -ons, however, to understand and debate the entirety of the site - related
project.
Schedule:
Following approval of the conceptual plans by City Council, the project team must
prepare fully detailed construction plans and specifications, obtain plan approval from
the California Department of Fish and Game, the California Department of Parks and
Recreation, and permits from the City's Building Department and the California Coastal
Commission before the project may be advertised for bid. The project must be
advertised for bid by mid -June '04 so that bids may be opened by mid -July, award made
by early August, construction commence the day after Labor Day 2004, and work be
completed by Spring Break `05. A copy of the current schedule is provided (see
Attachment B).
Environmental Review:
A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302
(Replacement or Reconstruction), was filed with the Clerk of the County of Orange and
posted in March, 2003. Per the California Environmental Quality Act, "Class 2 consists
Corona del Mar State Beach
July 8, 2003
Page 12
of replacement or reconstruction of existing structures and facilities where the new
structure will be located on the same site as the structure replaced and will have
substantially the same purpose and capacity as the structure replaced." (Sec. 15302)
The N.o.E. was filed prior to the project's conceptual approval, in order to comply with
procedures for obtaining the agreement required under the Proposition 12 local
assistance grant noted above. The project description outlined in the N.o.E. calls for the
project to: "replace restrooms, concession facilities and outdoor eating facilities; provide
lifeguard substation.facilities and interpretive areas."
Funding Availabilitv:
As noted above, the City has approximately $1,320,535 allocated to the project at the
present time, minus design, engineering, and other . consulting services costs. However,
the grand total for the base scope of work is estimated at approximately $1,992,848
(see Attachment 6). Additionally, Phase 11 Add -on n1 improvements are estimated at
$219,385; Ph. 11 Add -on r2 improvements are estimated at $146,258; and Add -on #3
improvements are estimated at approximately $103,863 (see Attachment 7).
Staff Recommendation. Staff believes that the proposed base scope of work, as
presented in this report, is a reasonable and well- considered project appropriate to the
local community and the wider audience it serves. Additionally, the project team
believes that Phase II Add -on #1 is an appropriate addition to the overall project, which
should reasonably be constructed along with the Phase I (base scope of work)
improvements.
Therefore, we recommend that the Council approve in concept the design and cost
estimate for the base scope of work (Phase f) and Add -on #1 of Phase 11 for a total
project cost approximated at $2,212,233. We also recommend that the Council
authorize us to go forward with planning, design and permitting for both Phase I and
Add -on r1 of Phase 11. As design and permitting are underway, we will examine
additional funding options (including grants) to reach- our almost $2.5 million goal.
Prepared by`
GeVge Urger / C &I D Pr gram Manager
Submi«ed by.
i
Dave Kiff, Assi4tant City Manage
Attachments:
Attachment 1: Proposed �om Facility Plan and Elevation
Attachment 2: Prop��ss�ti`Concession /Lifeguard /Marine Resources Plan and Elevation
Attachment 3: Propcl�ed CdM State Beach Site Plan
PUBLIC NOTICE
City of Newport Beach
Public Works Department
PREQUALIFICATION OF GENERAL BUILDING CONTRACTORS TO BID ON
CITY OF NEWPORT BEACH BUILDING PROJECTS
The City of Newport Beach anticipates offering the following four City building
projects for public bid within the next 12 months:
• Corona del Mar State Beach Improvements [June of 2005]
• Back Bay Science Center [fall of 2005]
• Fire Station No. 7 and Training Center [winter /spring of 2006]
• Newport Coast Community Center [winter /spring of 2006]
These projects should bid within the time periods listed above. The construction
cost for each project will be in the $3 to $7 million range.
The City invites general building contractors to complete and submit a
prequalification form and questionnaire if their firm wishes to be prequalified to
bid on any or all of these projects. The City has prepared its prequalification form
and questionnaire in accordance with 1999 legislation of the State of California
and guidelines created by the State Department of Industrial Relations. The
prequalification form and questionnaire may be obtained at the public counter of
the City's Public Works Department, which is located in City Hall at 3300
Newport Boulevard, Newport Beach, California.
Submittal of a prequalification form and questionnaire does not guarantee that
the City will grant prequalification. Bids will be accepted for these projects only
from general building construction firms which the City has prequalified to bid.
Prequalification submittals shall be delivered in a sealed package to the Public
Works Department by 1:00 PM on February 25, 2005. Please direct questions
concerning the prequalification form and questionnaire to Lloyd Dalton, PE,
Design Engineer at (949) 644 -3328 or IdaltonCa)city .newport- beach.ca.us.
NA
1
114
4, 77
J� 4r
• x All s I O
Car of Newport Beach
BUDGET AMENDMENT
2005 -06
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations AND
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
X from additional estimated revenues
X from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
NO. BA- 06BA -008
AMOUNT: $3,za9,552.00
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To increase expenditure appropriations for Corona Del Mar State Beach Improvements and revenue estimates
for FEMA funding.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE Amount
Fund Account Description Debit _
010 3605 General Fund - Fund Balance $219,904.00
010 3776 General Fund - Res / Capital Projects $3,000,000.00
REVENUE ESTIMATES (3601)
Fund /Division Account Description
250 4876 Contrib Fund - CDM Beach Improv. $29,648.00
EXPENDITURE APPROPRIATIONS (3603)
Signed:
Signed:
Signed
Services Director
Administrative AppAval: City Manager
City Council Approval: City Clerk
' Automatic
Credit
$3,219,904.00
$29,648.00
G Date
Date' 2 ��,• --
Date
Description
Division
Number
7011
Facilities
Account
Number
C5100569
CDM Beach Improvements
Division
Number
7251
Contribution
Account
Number
C5100569
CDM Beach Improvements
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed
Services Director
Administrative AppAval: City Manager
City Council Approval: City Clerk
' Automatic
Credit
$3,219,904.00
$29,648.00
G Date
Date' 2 ��,• --
Date
JUL 13 2004
E
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
C'm(o I
�3B�joO -2�`i>
Agenda Item No. 4
July 13, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 - 644 -3328
ldalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — REJECT ALL
BIDS FOR CONTRACT NO. 3461
RECOMMENDATIONS:
Reject all bids.
DISCUSSION:
At 11:00 AM on June 29, 2004, the City Clerk opened and read the following total bid
prices for constructing "Base Bid" and "Total Project' at Corona del Mar State Beach:
Bidder
Low Metro Builders & Engineers
Group, Inc.
2 Alvarez Engineering, Inc.
Total Price - Base Bid Total Price - Total Project
$2,813,167.20 $4,405,567.76
2,879,000.00
$530,000.00`
* Alvarez Engineering, Inc., intended this amount to be added to their amount for Total Price — Base Bid,
thus resulting in a total bid price for Total Project of $3,409,000.00.
The contract for "Base Bid" demolishes all structures and constructs only one restroom
building, the beachfront walkways and seat walls, site utilities, and a portion of the
landscaping and irrigation systems, as described on the attached April 27, 2004
Agenda Item, whereas 'Total Project' demolishes all structures and constructs all of the
improvements detailed in the plans and specifications.
A third bid was tendered, then retracted just prior to the bid opening. Inasmuch as the
low "Base Bid" and "Total Project' prices exceed the maximum amount of $2,200,000
that the City Council provided for award of contract (see attached Agenda Item of June
22, 2004), the City must reject all bids for the project.
The high bid prices and scarcity of bidders may be attributed to a number of factors.
Overseas markets are purchasing huge quantities of raw materials and products to
assuage their boom in construction, as is the federal government in its reconstruction
SUBJECT: Corona Del Mar Be* Reject All Bids For Contract No. 3461
July 13, 2004
Page 2
efforts in Afghanistan and Iraq. To exacerbate these conditions, local school districts
and commercial developers are using up much of the construction materials and
building capacity that are available in southern California.
These same conditions probably affected the May 20, 2004 bid opening for Fire Station
No. 6 Gender Modifications and the June 8, 2004 bid opening for Back Bay Science
Center, when no bids were received for either project. These conditions may also affect
the upcoming bid opening for Mariners Library.
Public Works staff will work with the City Attorney and other agencies to ferret out
alternative methods that may be used to successfully bid the City's building construction
projects. We anticipate that a report of our findings and recommendations may be
returned City Council for consideration within 30 days.
Prepared by: Submitted by:
4Degn lton, P.E. Stdy� n . Badum
nginee r Public Works Director
Attachment: June 22, 2004 Council Report
0
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No, 36
June 22, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, P.E.
949- 644 -3328
Ida Iton@ city. newpo rt- beach. ca. us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - CONTRACT
NO. 3641 - DETERMINATION OF AMOUNT OF FUNDING AVAILABLE
FOR AWARD
ISSUE:
How much funding should the City Council deem available for the CDM State Beach
Project prior to project award?
RECOMMENDATION:
1. Find that $2,200,000 is available to award the CDM Beach Project (as described in
this staff report's Alternative B); and
2. Authorize staff to fund the Project in a manner similar to Alternative A's provisions
should the City receive a Proposition 40 or other grant to supplant parking lot
revenue available for the Project.
DISCUSSION:
When the City Council approved the concept plan for the Corona Del Mar Beachgoer
Amenity Project, it directed staff to seek additional funding to complete the entire $2.2
million project. Staff found that additional funding might be obtained through
Proposition 40, known as the California Clean Water, Clean Air, Safe Neighborhood
Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. We applied for this grant and submitted a detailed proposal to
California State Parks to review. We have not yet heard from the State on this grant
• SUBJECT.. Corona Del Mar Sta "ch Improvements -Contract No. 3641 —
Determina AmountofFundMAvaflabteforAwerd
June 22, 2004
Page 2
application yet we are ready to award a project due to construction constraints at CDM
State Beach.
We remain optimistic that a significant portion of this grant, if not all of it, will be
awarded to the City. We have worked extensively with our local legislators and with
local advocacy groups (including Orange County CoastKeeper and Surfrider) to contact
Resource Agency officials on behalf of the grant.
On June 29th, the City Clerk will open and read bids for constructing "Base Bid" and
"Total Project" at Corona del Mar State Beach. "Base Bid" constructs only one
restroom building plus the beachfront walkways, site utilities, and a portion of the
landscaping and irrigation systems, as described on the attached April 27, 2004
Agenda Item. "Base Bid" is estimated at $950,000. "Total Project" constructs all of the
improvements detailed in the plans and specifications, and is estimated at $2,200,000.
Another 15% ($330,000) should be set -aside for construction management, making a
total of $2,530,000 needed for the full Project:
Chart t
Description Amount
Construction Award $ 2,200,000
Construction Management and 10% contingency $ 330,000
Total Project Cost _$ —2,530,000
We believe that the Total Project, rather than Base Bid, should be awarded. Chart 2
shows the two possible funding alternatives (Alternative A and B) for the Total Project's
construction. Both envision using $2 per car from the CDM Parking Lot increase that
Council approved on June 8, 2004 for the Project (as authorized in Resolution 2004 -43
– see Attachment for a copy of the Resolution). The Administrative Services Director
will determine how to use this revenue effectively – either by bonding (with Council
approval) or via a transfer from the General Fund. Alternative A assumes that we
receive the Proposition 40 grant. Alternative B assumes that we do not.
In both cases, when the Project is fully funded, the revenue from the parking lot
increase would revert to the General Fund.
Staff recommends that the City Council approve Alternative B, with a Alternative A as a
hoped -for result if we receive the Proposition 40 grant. A third alternative would be for
the Council to limit the award amount will be limited to dollars on hand approximately
$960,000 ($1,105,670 less 15% to cover the costs of construction management and
unforeseen work).
• SUBJECT Corona Del Mar State Be�provements - Contract No. 3641 —
Determination o unt of Funding Available for Award
June 22, 2004
Page 3
Chart 2
CDM State Beach Project
Funding Alternative A
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
Proposition 40 Grant (if awarded)
$
784,000
CDM Parking Lot Increase (3 years @ $220K)
$
660,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
19,670
Funding Alternative B
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
CDM Parking Lot Increase (7 years @ $220K)
$
1,540,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
115,670
Environmental Review: The City Council's approval of this Agenda Item does not
require environmental review. The Project itself has already gone through CEQA.
Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act
(72 hours in advance of the public meeting at which the City Council considers the
item).
Submitted by:
W
- •
Prepared by:
...:_ . P.E.
Proje
Attachments: April 27, 2004 Agenda Item
Resolution 2004 -43
Submitted by:
rA., J,,,
id A. Kiff
Assistant City Manager
•
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 21
April 27, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 -644 -3328
ldalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS —APPROVAL TO
ADVERTISE FORBID (C -3641)
RECOMMENDATIONS:
1. Affirm the categorical exemption for this project.
2. Direct staff to advertise this project for bid.
DISCUSSION:
This project began during FY 2002 -03 with a $955,000 budget of American Trader Oil
Spill settlement and Proposition 12 Bond Act funds to replace and upgrade visitor and
other amenities at Corona del Mar State Beach. On September 10, 2002, the City
Council retained Robbins Jorgensen Christopher Architects (RJCA) to provide planning,
design, and construction services for the project. On December 17, 2002, the City
Council increased the budget for the project to include $365,535 generated from the
City's accumulated oil spill settlement interest and excess funds that were budgeted for
other completed oil spill projects, and amended RJCA's contract accordingly.
On July 8, 2003, the City Council approved a conceptual plan for a $2.2 million
improvement of the entire site and directed staff to prepare construction documents
such that either a first phase of construction could be awarded using the $1.1 million of
remaining budgeted funds or a complete project could be awarded in the event that
another $1.1 million was obtained for the project prior to award. (Copy of July 8, 2003
report is attached.) On January 13, 2004, the City Council again amended RJCA's
confracf commensurate with RJCA's again- increased scope of services for the project.
RJCA has now completed final plans, specifications and estimate for the entire $2.2
million construction contract, and a set of the plans has been placed in the Council
Chambers for public review. The project was endorsed by the Parks, Beaches and
Recreation Commission on April 6, 2004; a Coastal Development Permit was approved
on April 14, 2004; and the Building Department is presently completing its plan check.
SUBJECT: Corona Del Mar Beach *val to advertise for bids •
April 27, 2004
Page 2
The $2.2 million contract provides for demolishing and removing the existing restrooms,
concession buildings, a storage building, a parking lot ticket building, parking lot
entrance improvements, beachfront walkways and planters, and landscape, irrigation
and lighting systems that have been built or installed in stages over a 53 -year period.
The contract then provides for constructing two new restroom buildings (with more than
double the number of restroom fixtures than presently exist); a concession /lifeguard/
marine life refuge supervisor's building; a parking lot ticket building; parking lot entrance
improvements that feature a much larger drop -off zone; beachfront walkways and
planters; parking lot walkways; redesigned landscaping and irrigation systems; and
interpretive signage. All mature palm trees within the demolition area will be replanted
within the redesigned site.
Since only half of the funds needed to construct the entire project are available at this
time, the bid documents require that bidder submit a base bid to demolish and haul
away all of the restrooms and concession buildings at the site, but reconstruct only a
first phase of improvements (one restroom, the beachfront walkways, site utilities, and a
portion of the landscaping and irrigation systems - see attached Exhibit). If this option
is awarded, the second restroom, the concession building, the ticket building and
parking lot entrance improvements, the parking lot walkways, the interpretive signage,
and the remainder of the landscaping and irrigation systems could be built at a later
date. [Note that City staff might then need to obtain proposals to install temporary
mobile concession services that could be used until additional funding is obtained to
construct the permanent concession /lifeguard /marine life refuge building.]
The bid documents require that each bidder submit two bid totals. "Phase 1 only"
would construct the restroom, the beachfront walkways, the site utilities, and a portion
of the landscaping and irrigation systems. RJCA's estimated for this work is $950,000.
"Total Project ", which would construct the remainder of the improvements as described
above, is estimated at $2,200,000, which is $1,250,000 more than Phase 1.
Site lighting includes lighting for new buildings and walkways and replacement of
existing beach security lighting. Fire ring, volleyball and parking lot facilities will be
relocated only to the extent needed to allow the new improvements to be built. Parking
lot lighting and fire ring, volleyball and parking facilities will not be built, refurbished or
redesigned as a portion of this project.
Plans, specifications and estimates for the project have been prepared by RJCA and by
City staff. Upon award, Staff may recommend that the City retain a construction
management firm. RJCA is already under contract to provide construction support
services and to prepare as -built drawings for the project.
Environmental Review:
Inasmuch as this project reconstructs facilities on the same site with facilities of
essentially the same purpose and capacity, the project is categorically exempt from the
provisions of CEQA. Accordingly, a categorical exemption has been prepared by staff
and posted for public review by the County Clerk (copy attached).
SUBJECT: Corona Del Mar B Approval to advertise for bids •
April 27, 2004
Page 3
Public Notice:
This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Funding Availability:
Adequate funds to award a $950,000± construction contract are available in the
following accounts:
Account Description Account No. Amount
Proposition 12 Bond Act of 2000 - State Grant 7251- C5100569 $472,290
Corona del Mar State Beach -American Trader Oil Spill 7295- C5100569 $633,380
Total $1,105,670
Upon award of a contract for Phase 1 construction, the balance of the available funding,
approximately $155,000, will be needed for construction contingency and to pay for
inspection, materials testing and contract management.
When the City Council approved the concept plan for the project, it directed staff to
seek additional funding to complete the entire $2.2 million project. Staff found that
additional funding might be obtained through Proposition 40, known as the California
Clean Water, Clean Air, Safe Neighborhood Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. Staff anticipates a favorable response to this application prior to
the date for award of a construction contract.
If the Proposition 40 funding is approved, as much as $1,650,000 will then be available
for award of a construction contract. This means that approximately $550,000 may still
be needed to award a $2.2 million contract to construct the entire project. From this
Project's inception, City staffs intent has been to leverage non - General Fund revenue
sources to complete the Project — thus the use of American Trader Oil Spill dollars,
interest on those same revenues, and the Proposition 12 and 40 grants.
A shortfall of $550,000 is not insurmountable. In addition to phasing the Project, we
may be able to use enhanced concession revenue from a more dynamic concession
facility (which may still include the current concessionaire) and revenue from a parking
fee increase to fill the gap.
Regarding the parking lot fee (now at $6 per car at CDM State Beach), recall that
California State Parks plans to increase its beach parking fees to $10 per car effective
July 1, 2004 at Crystal Cove State Beach and at Huntington Beach and Bolsa Chica
State beaches. Already, State Parks' Annual Passes have gone from $67 for 12
months to $110.00. They will jump again to $125 on July 1, 2004. These increases
mean that CDM State Beach may see significant increased use if we don't raise our
parking rates to match or near the State rates. As such, we have asked the Harbor
Resources Division to recommend a new parking lot fee for CDM State Beach.
Revenue from this increase may be directed towards the Project to bridge the gap.
SUBJECT: Corona Del Mar Beach val to advertise for bids •
April 27, 2004
Page 4
Finally, other Proposition 40 and 50 grant windows will open and close between now
and the completion of construction. We know that this Project has received widespread
support from State agencies, including State Parks — it is fair to assume that it will
continue to attract grant funding as additional grant dollars are released.
Submitted
m G. Badum
Works Director
Prepared by:
..�'� ..
Project Manager
Attachments: Exhibit - Phase 1
Categorical Exemption
July 8, 2003 Council
Report
Submitted by:
Da id Kiff
Assistant City Manager
Emma
NEW �
PHASE I RESTROOM BUILDING
TEMPORARY CONCRETE SLAB - LU I URE CONCESSION / LIFEGUARD / MARINE LIFE REFUGE BUILDING
JEMPORARY TURF AREA- FUTURE RESTROOM BUILDING
PHASE I LMIT OF WORK
® ROBBINS)OIIGLNSENCHILISZ•OPIiGR
CORONA DEL MAR,B_EACH
PHASE I PLAN SITE PLAN
APRIL 14, 2004
..w
Ali-
-,
POSTED OFNEVRORTBE,*
3300 Newport Boulevard - P.O. Box 1768
MAR 0 3 2003 Newport Beach, CA 92658 -8915
(949) 644 -3200
TOM DALY, CLERK - RECORDER
DEPtm" NOTICE OF EXEMPTION
F i L E DATT'ACHMEW
9
MAR 0 3 2003
'rOM DALY. CLERK - RECORDER
To:
From: City of Newport Beach
1400 Tenth Street Room 121
F-1 Office of Planning and Research
Planning Department
3300 Newport Boulevard - P.O. Box 1768
Sacramento, CA 95814
Newport Beach CA 92658 -8915
(Orange County)
County Clerk, County of Orange
V
FI Public Services Division
Date received for filing at OPR
P.O. Box 238
~
Santa Ana, CA 92702
Name of Project: Corona Del Mar State Beach Amenity Improvements
Project Location: Corona Del Mar State Beach
Specific:
Project Location -City: Newport Beach Project Location- County: Orange County
Project Description: Replace restrooms, concession facilities and outdoor eating
facilities; provide lifeguard substation facilities and interpretive
areas. RECEIVED B`/
PLANNING DEPA,R i A!1ENT
Exempt Status: (check one) H ,
''K R i) ii , 2f 003
Ministerial Sec. 21080(b)(1);15268); % "°
�� }I
Declared Emergency (Sec. 21080(b)(3); 15269(x)); 9 -
(it I
Emer .aenc Pro ect Sec. 21080
X Categorical Exemption. State type and section number. Class 2, Action 15302
Statutory Exemptions. State code number:
General Rule (Sec. 15061(b)(3))
Reasons why project is exempt: Reconstruction of existing structures and facilities on the same site with
substantially the same purposes and capacities as the existintr structures and facilities.
Name of Public Agency Approving Project: City of Newport Beach
Date of Approval:
'lame of Person or Agency Carrying Out Project: Lloyd Dalton, Public Works Department
Contact Person: Lloyd Da ton Title: Design Engineer
Signature: / �i Tel.No. 949 - 644 -3328 Date: Tanuary I6, 2003
Fri
F
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
y OitY Council
G �f N €Wport .9g,
Agenda Item No. 12
July 08, 2003
TO: HONORABLE
MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt,
Program Manager, (949) 644 -3207; gabe[ger@bity.neWport-beach.ca.us
SUBJECT: Corona del Mar State Beach — Beachgoer Amenity Improvement Project
ISSUE:
The public facilities at Corona del Mar State Beach (Big Corona) have become
antiquated and have deteriorated to the point that they should be removed and rebuilt.
The Council is asked to consider the design and location of proposed facilities, to affirm
the Categorical Exemption, and to recommend direction regarding project funding.
Should the City Council affirm the recommendation of the Parks, Beaches, and
Recreation Commission to move forward with planned improvements to Corona del Mar
State Beach?
RECOMMENDATION:
1. Approve conceptual site plan and draft facilities concept for replacement facilities
at Corona del Mar State Beach;
2. Affirm the Categorical Exemption (copy attached);
3. Direct staff to proceed with the full site plan and facilities concept by phasing the
full project to reflect available funds and by seeking additional funding for its
completion.
DISCUSSION:
Background.
The City of Newport Beach operates and maintains the parking lot and beach facilities
at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949,
Co• a del Mar State Beach
July 8, 2003
Page 2
the State and the City entered into an operating agreement, renewed six times —most
recently in 1999 —that dictates the City's operations at the beach and directs the City to:
care, maintain, and control' Big Corona "for the purposes of the State Park
System" including "playground, recreational, and beach park purposes" (that
are) "at all times accessible and subject to the use and enjoyment of all
citizens of the State of California."
Although the City does not "profit" from administering the beach at Big Corona —all
revenue generated at the facility must be used for "recreation and park purposes within
the City," according to the City's operating agreement with the State —it has a
substantial interest in maintaining and enhancing the facilities there, as the beach park
is a significant source of passive and active recreational activity for both residents of,
and visitors to, the City.
Public facilities at Corona del Mar (CdM) State Beach have been built, operated and
maintained by the City of Newport Beach under agreement with the State of California,
which expires in 2029. Beach facilities that were built in 1951, 1960, 1965 and 1970
have become antiquated and deteriorated in the hostile salt air environment to the
extent that they should be removed and replaced. The facilities include buildings
containing "two concession stands, a "beach rental" storage stand, two men's and two
women's restroom buildings. Concrete shade structures were also on the site, but were
removed for safety reasons. Various paving and walkway areas are present, with lawn
area, raised planters, and palm trees in place throughout the site. A picnic area is
separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at
the northwest corner of the parking lot. Finally, "on- beach" amenities include
approximately 30 concrete fire rings and 10 sets of beach volleyball standards.
Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY
2001 -2002 according to the City's lifeguards, who have kept estimates for a number of
years. Revenue collected at the park consists of two sources — parking fees and
concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the
second - highest income in the last decade ('99 -'00 had the highest, at $626,626).
Concession revenue accounted for $87,633; therefore, the total revenue generated to
the City from the park was $7.10,253.
Project Scope & Description:
Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at
the aging, but beautiful and very popular beach. In 1999, the Trustees Council of
plaintiffs involved in the American Trader Dil Spill settlement assigned $476,000 to the
nascent Corona del Mar State Beach improvement project. In 2001, the City received a
one -time $479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from
0t orona del Mar State Beach
July 8, 2003
Page 3
the State of California Parks & Recreation Department to replace the aging concession
stands with new, more attractive and useful facilities more reflective of the Corona del
Mar atmosphere and history. Specifically, the grant award called for a year - .round facility
that maximizes views of the Corona del Mar beach, the nearby Newport Jetty, and
would take advantage .of.the nearly 300 days of unbroken sunlight at the beach.
The project scope also included a call for the removal, redesign and new construction of
shading infrastructure, placement of interpretive signage about the tidepools at "Little
Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one-
time grant award was authorized by the State, and was paired with the "American
Trader" funds. Upon initial detailed investigation of the facilities, it was determined
that —in addition to the demolition and reconstruction of the existing concession and
shade structures —the restroom facilities were in serious need of improvement. in fact,
some roof elements of the dressing areas were removed for safety reasons, as chunks
of concrete had the potential to fall and injure patrons. In October of 2002, an additional
$365,535 in "American Trader funds" and interest were redirected by the Trustees
Council to the CdM State Beach improvement project, providing a total funding amount
of $1,320,535.
Therefore, the final scope of the project involves a total removal and reconstruction of
the existing antiquated facilities along the beachfront, along with an update of the uses
to reflect the requirements of the current beach -going resident and visitor park users. In
conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects
(RJC) —hired by the City as consulting architects and designers —a series of "design
objectives" were established. They include:
• Providing a safe beachgoing environment;
• Improving the public safety/lifeguard presence at the beach;
• Fostering environmental awareness of the tide pools and beach, while minimizing
environmental damage;
• Maintaining the natural aesthetic appeal of the beach, bluffs, and ocean view;
• Minimizing the impact of new structures and landscape on existing views;
• Sizing facilities appropriately for `existing' level of beach use, not for expansion;
• Designing structural roofs as "5'h- sided" architecture;
• Designing attractive, vandal proof, easily - maintainable facilities in the harsh 'salt/beach
environment; and
• Mitigating conflicts where possible between fire ring users, volleyball players, and
sunbathers.
Public Safetv Needs -- Lifeguard Facifities•
We believe that the City of Newport Beach also has a responsibility to provide a safe
environment for the public at Corona del Mar State Beach. This responsibility includes
lifeguard services, whose needs at CDM State Beach are outlined below by Fire Chief
Riley:
COna del Mar State Beach
July 8, 2003
Page 4
"Our primary reasons for providing lifeguard services are to watch the water
for potential problems, effect rescues of persons in distress, and provide
medical assistance to minor beach related injuries.
The Fire Department uses a dynamic deployment model for staffing lifeguard
towers and vehicles. Our model is based upon the time of year (summer,
spring break, spring/falf,. and winter), the current weather and surf conditions,
and the current and projected beach attendance. During the summer, we
project full deployment each day and scale back from there. So during peak
times of our beach use, we have all towers staffed and watching the water
and all vehicles staffed and providing patrol and tower back -up. A typical full
deployment at Corona del Mar Beach starts at 9:00 AM with one lifeguard
unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By
11 :00 AM, we have added a supervisor in a vehicle and four lifeguards to
staff the other lifeguard towers (three more at CdM Main Beach and one at
Little Corona.) The towers remain staffed until 5 :00 PM, when we begin
closing the towers over the next two hours. By 7:00 PM, we have closed all
towers and taken a lifeguard patrol vehicle out of service. From 7 :00 PM until
9 :00 PM, we only have one supervisor to patrol the beach. This is our
schedule from June 15 through August 75, nine of the fifty -two weeks we
provide lifeguard services.
The other forty -three weeks of the year, we use dynamic deployment based
upon circumstances and availability of personnel. There are times when we
only have one lifeguard at CdM. This is due to light crowds or marginal
weather where few people are using the water. Sometimes it is due to the
fact that many of our seasonal staff are not available as they have returned
to their non - summer. pursuits (i.e. other jobs, school.) With a new trend
towards spring break occurring during many different weeks of spring, we
have significant difficulty with varying large crowds of out -of- school visitors
and an inconsistent supply of seasonal lifeguards who may or may not be
available. Watching the water during non - summer weeks .has become
increasingly challenging.
All of that being said, the Fire Department has asked for some space at CdM
to provide for the following:
1) an enclosed area to park our patrol vehicles - we currently park our
vehicles inside the crowded garage at LG Headquarters at the Newport Pier.
This provides them reasonable protection from the harsh beach environment
that already prematurely shortens the usable life of our vehicles (max four
years.) This means our personnel assigned to vehicles that patrol CdM must
rrst go to the Newport Pier to pick up their vehicles and drive to CdM. This is
valuable time we pay for that is not spent watching the water.
Corona del Mar State Beach
July 8, 2003
Page 5
2) an area to provide first -aid services - we currently use the back of the
parking control kiosk (about 12 square feet) to administer minor first -aid due
to beach related injuries, such as sting ray stings, sea urchin spine
punctures, and minor bumps and bruises from being knocked down by surf.
We believe we can design our parking garage to become our first -aid area
when we pull our vehicles out to patrol the beach, eliminating the need for a
separate first -aid area. We would use this area to provide patient seating,
access to clean, hot water, and clean storage of first -aid supplies. it would
also provide a private area for paramedic to work on a patient if necessary.
3) a small observation /work area - as mentioned earlier, there are times
when only one person is assigned to CdM, frequently a full -time employee. A
strategically placed and elevated observation area would allow a single
employee the ability to view the maximum beach area from an improved
vantage point. Currently, the only way for a single person to observe all of
CdM during a non-high-usage period is to patrol in a vehicle. This does not
provide the best visibility in contrast to the proposed observation tower. To
see the strategic value of a well - placed observation tower, visit us at the
Newport Pier and see what we can see from LG Headquarters, everything
but CdM. This would also allow us to have a presence there and still allow
our full -time employees access to our computer and telephone systems to
work on projects while being available for public response.
4) a location to install an 800 MHz radio repeater - the countywide 800 MHz
law /fire /public works radio system has some obvious coverage problems due
to the topography of Orange County, particularly the areas of Balboa
Peninsula, Corona del Mar and Newport Coast. Working with the County, we
have installed radio repeaters at the Corona del Mar Fire Station and the
Crystal Heights Association entrance kiosk and still may have some
coverage problems along Corona del Mar Main Beach and the Peninsula.
This means we have areas of Newport Beach where our police and fire
personnel cannot communicate on their radios. The County staff believes
and we agree that a repeater at CdM Main Beach would solve the coverage
problems associated with these areas. The erection of a small observation
tower and garage would provide the perfect physical structure to house a
repea ter
This illustrates that this is not a frivolous request but rather a great
opportunity to improve public safety services to CdM beach visitors and their
neighbors. Each one of the reasons listed above enhances our primary
mission - to watch the water."
Ana del Mar State Beach
July 8, 2003
Page 6
Public Outreach:
In response to the design objectives noted above, a public outreach program was
formally established to solicit input from adjacent residents, Parks, Beaches and
Recreation (PB &R) Commissioners, City Council members, and City staff who have a
daily presence at the facility. In late 2001, in conjunction with the State Parks grant
application process, a survey was mailed to approximately 1,000 households in Corona
del Mar and placed on the City's website. 180 responses from the community were
received — that's a 15% response, which is considered fairly strong. Information
gathered from the survey was used to provide additional baseline direction for the
consultants and project team. The Parks, Beaches & Recreation Commission heard an
initial presentation of project concepts in January of 2002 and was asked to provide
initial direction in their role as advisors to the City Council regarding parks and
recreation.
Following the RFP process, culminating with the selection of RJC as project architects
in September, 2002, a series of pre- design meetings were held with City departments to
identify and outline necessary refinements of the project's scope and ways that scope
might be implemented to balance competing needs and interests.
On March 4th, 2003 the project team returned to the PB &R Commission to review and
comment on three site plan alternatives prepared by the consultants. A public
workshop, with individual mailed notices sent to over 300 adjacent property owners,
was held on March 10th so that property owners and residents could also see close up
what was being considered and could provide their recommendations. We made a
similar presentation to the City Council on March 25th during Study Session.
In April 2003, project team members presented the latest options and proposals for
discussion to the boards of both the Corona del Mar Residents Association and the
CdM Business Improvement District at their monthly meetings. Board members of both
organizations responded with questions and comments.
After this series of meetings and public .hearings, suggestions and recommendations
were focused into one proposal, which was presented to a standing subcommittee of
adjacent property owners — mainly residents of Breakers Drive --on. May 1"'. Following
their recommendations, and those stemming from additional meetings with City Harbor
Resourcesi General Services, and Fire departmental staff; the site plan and building
concepts have been further defined into what is the subject of this report. Additionally,
ongoing comments have been received via the project's web page on the City's
website, where the PowerPoint presentations of all public hearings may be reviewed.
Most recently, the project was presented for conceptual approval and for direction —if
any —on budgetary issues to the P, B & R Commission on June 4th. Following
discussion from the public on a number of issues, including those related to
*Corona del Mar State Beach
July 8, 2003
Page 7
concessions and lifeguard service and facility matters, the Commission approved the
conceptual plan as presented.
One side aspect of the project should be mentioned at this time to inform the
Commission and Council. Although the "on sand" amenities —fire rings and volleyball
courts —were not formally part of the project's scope, the project team presented a
number of options to attempt to alleviate the tension between volleyball players, fire ring
users, and adjacent residents who must bear the burden of smoke and soot throughout
the year. The fire rings were the subject of much of the response from the survey, and
of heated debate from residents at the March 10th public workshop. Also, none of the
alternative arrangements appear to be suitable to the organized volleyball constituency
at the beach, who organized an e -mail effort to express their opinions.
As the volleyball court locations shown on the three-early alternative plans were not "to
scale" and thus shouldn't have been relied on as particularly accurate; and since there
is still much uncertainty as to what the California Coastal Commission will allow in terms
of ally possible reduction in the number of fire rings; and as design of the "on .sand"
facilities were not part of the consultant's scope of work but were taking up valuable
resource hours that needed to be utilized elsewhere, the project team has decided —
with the assistance and cooperation of Recreation & Sr. Services departmental staff to
defer this effort to a later date and more suitable venue. Reasonably, this outreach effort
will occur following the approval of a final hardscape design, and be led by staff from the
Recreation & Sr. Services department, with assistance from both Community &
Economic Development and General Services departments.
Site Plan
Three buildings are proposed for the site: two 1,231 gross square foot restroom
facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225
gross square foot joint -use concession, lifeguard/first aid, and marine life resources
facility that is one -story with a small lifeguard observation room on a second level (see
Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed
position of these three structures, which are proximate to the current location of the
existing structures. The restroom buildings are spread out —with the
concession /lifeguard facility between them —so that they have the ability to serve users
from the entire beach,
Prior to the recent demolition, there were 9,268 s.f. of- facilities (including-the T -beam
shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities.
Each of the two proposed restroom facilities are fully- fixtured and ADA- compliant, and
have 12 total water closets for women and four water closets and four urinals total for
men, along with changing tables in each area. These buildings are proposed in such a
• Ana del Mar State Beach
July 8, 2003
Page 8
way as to provide the maintenance and cleaning staff the ability to close half the
building (men /women) for cleaning, while leaving the other half (men/women) open for
use. Also, these buildings are located on site in such a way as to enhance visibility of
the doorways from as-many sides as possible, assisting with passive security. There
are two rinsing showers outside each of these buildings, which will utilize sand traps to
maintain adequate drainage. The aggregate additional square footage proposed for the
new structures (two identical buildings) is 96 square feet larger than the existing
restroom /changing room structures (which are presently three separate structures); and
the proposed design dramatically increases the number of bathroom fixtures available —
particularly for women —a critical element to almost everyone involved in the public
outreach process.
Likewise, the concession / iifeguard facility is more centrally - located than the existing
structures, providing both the lifeguards and the concessionaire the opportunity.to more
easily view and serve the users. This facility design has the ability to provide suitable
concession service for food service concessions, "beach rentals" (body boards,
umbrellas and similar equipment) and storage; marine life refuge educational as well as
first aid, observation, light supervisory activities for the lifeguard service. Following
discussion with adjacent residents, and after on -site facility inspection and discussion
between the consultants and lifeguards, the higher -level lifeguard observation room has
been significantly scaled back in size, to a total of 75 square feet of floor area
(approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height.
To accommodate peak beach food service concession on an "as- needed" basis —the
possible 10 -15 days per year where the project team envisions that the proposed
structural concession service may not be sufficient —a temporary vehicular concession
parking area has been located adjacent to the western side of the park. This area is
near the largest proposed area of grass to accommodate standing patrons (both before
and after service), and would not require the removal -on even a temporary basis —of
parking. A subcontract to the concessionaire could likely be established with a local
commercial food service provider, which would operate a self- sufficient van -type vehicle
at; that location adjacent to the curb. This "as- needed" location for a non- permanent
concession facility serves a number of goals: it reduces the total permanent building
mass and space adjacent to the beach; reduces 'on -going maintenance for the
concessionaire and the City; and thus saves costs.
A note about public concerns regarding the site plan: Several residents of Breakers
Drive have written the City about the proposed project. Most state that additional
permanent structures will not benefit the beach. Some have pointed to the lifeguard
facility as an unnecessary addition. We hope that design simulations and possibly story-
poles for the facilities might allay residents' concerns regarding building height, location
and view impacts.
Corona del Mar State Beach
July 8, 2003
Page 9
The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the
reduction in space available for the concession at CDM State Beach. Kilmer believes
that two separate concession spaces are needed to effectively serve the beachgoers.
The staff team associated with this project (Kill, Dalton and Berger) recommend
reducing. the size -of the concession area to better fit within the proposed project and to
help respond to residents' desires to see "fewer permanent structures." The
concessionaire has been working with the City for a number of years, although there is
not a concession agreement in place at this time. We intend to issue a Request for
Proposals (RFP) for new concession services (to which Mr. Kilmer is more than
welcome to respond) as the Project nears completion -- doing so is consistent with
Council Policy F -4 ( "Income Properties ").
. .
This report indicates the existing and proposed "space lists " —i.e., what uses are
allocated how much square footage on the site and what net increase /decrease is
proposed (see Attachment 4). A significant comparative statistic is located in the chart
titled "Miscellaneous Comparisons" (see Attachment 5). The linear building frontage —
the amount of 'building wall' a viewer sees from the ocean side or the Breakers Drive
side —is almost reduced by half. In other words, the proposed building arrangement has
greatly increased the ocean visibility for adjacent residents — particularly those whose
houses are below the bluff —by orienting the "long side" of the buildings perpendicular to
the ocean.
Finally, the existing 'sbftscape' areas adjacent to the beach — grass, trees, seating walls
and sidewalks =will be reconfigured to allow for a more appealing user experience.
Approximately 8,800 square feet of turf grass area will be added; spread out across the
length of the beachfront/pavement "strand" so users can feel more separation from each
other and so that school children attending tide pool education can be more effectively
(and safely) controlled by their chaperones as they walk to and from the tide pool areas.
However, the actual length of paving/sidewalk is not substantially increased, though
they will be widened to allow for more comfortable pedestrian circulation and more
efficient cleaning by the City's existing rolling stock. Seating walls along the strand will
allow additional `non -sand' relaxation while protecting the turf somewhat from blowing
sand build -up. These seating walls accommodate a number of breaks, however, for
visitors to easily walk to the sand and for emergency vehicle access. Further, a new
sidewalk along the along the western edge of the parking lot— connecting the strand to
the stairway leading to Ocean Boulevard —is proposed. Many of the current site's
existing palm trees will be removed and relocated in new ways to accommodate the
update in design.
t�C*a de( Mar State Beach
July 8, 2003
Page 10
Alternatives and Phasing:
We estimate that the total cost of this project —if we include each of three Alternatives —
may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million
is secured and "in- hand." The base project — without the Alternatives —is estimated at
about $1.99 million.
As such, the Council will want to determine if we should include or exclude certain
alternatives — listed below —in the project and whether or not to direct us to complete the
overall project in phases.
If the Council likes the overall project but we still need additional funding, phasing may
work well —we would complete what we can with available funds and seek funding for
the remainder. Once the remaining funding is secure, we would complete the full scope
of the project as a "Phase II."
Phase I. Phase I consists of ,demolition of the existing structures on the site, and
construction of the three replacement buildings (two restroom facilities and one multi-
use structure), along with necessary sidewalks, seating walls, utilities and landscaping
along the beachfront/pavement "strand," as noted above.
Phase II. Phase II consists of three possible add -ons. In a project of this nature —at a
facility where no significant improvements have been made for many years —there are
usually additional elements (called "add -ons" in this Staff Report) that are deemed
appropriate —even necessary—but are not critical to the project's success. The Corona
del Mar State Beach improvement project is no exception; there are three.
• Add -on #1 -- Parking Lot Improvements. Add -on #1 relates to the site parking
lot. Portions of the lot and the parking fee booth will be demolished and rebuilt . to
accomplish the main .elements of the project. However, to accommodate better
internal traffic, flow and parking accommodations (with little net change in total
spaces) and to provide a more efficient entrance kiosk, it is recommended that
the parking lot improvements be combined with the project's first phase. This
add -on does not, however; significantly alter the existing driveway in and out of
the park or the entrance to Breakers Drive. Due to the physical constraints on the
propertyi the stacking of- waiting vehicles at the top of the hill will continue to be
enforced by traffic management and police personnel when the existing lot is full,
in order to ensure access the ability of Breakers Drive residents and emergency
vehicles to enter and exit the facility at all times.
• Add -on #2 -- Picnic Areas. As a 2nd additional element, there is a call to improve
the existing picnic area at the northwest corner of the park site. Although the
details have not yet been worked out in any substantive detail, the consulting
*Orona del Mar State Beach
July 8, 2003
Page 11
architects have taken a first step in estimating sitework and landscaping
descriptions in response to recommendations by City staff. Improvements may
include: new landscape, turf and associated irrigation —but saving the existing
trees; new picnic tables and barbeque areas; hardscape pavers /paving to
accommodate year -round use of the barbeques; proper drainage to
accommodate runoff; low retaining walls as required; better pedestrian access as
required; and covering the adjacent:existing drainage swale.
• Add -on 43 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the
final portion of new facilities recommended by the Fire Department for additional
public safety presence at the park. The Fire Chief believes that, to increase
efficiency and timeliness in their duties, they may require the ability to store a
lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed
space. One possible option would be to construct a small., non - obtrusive
structure near the northwest portion of the site, perhaps in conjunction with picnic
area improvements.
These three add -ons are meant to be viewed as separate and distinct options —and not
as a part of the base scope of work. If the City Council wants to pursue these, it should
consider the allocation of additional funds in future year budgets (see Attachment 7).
Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of
clarity, add -on #3 has not been, and none are part of the initial project scope of design
for the consultants or staff. The PB &R Commission has, and City Council should, review
these add -ons, however, to understand and debate the entirety of the site - related
project.
Schedule:
Following approval of the conceptual plans by City Council, the project team must
prepare fully detailed construction plans and specifications, obtain plan approval from
the California Department of Fish and Game, the California Department of Parks and
Recreation, and permits from the City's Building Department and the California Coastal
Commission before the project may be advertised for bid. The project must be
advertised for bid by mid -June '04 so that bids may be opened by mid -July, award made
by early August, construction commence the day after Labor Day 2004, and work be
completed by Spring Break '05. A copy of the current schedule is provided (see
Attachment B).
Environmental Review:
A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302
(Replacement or Reconstruction), was filed with the Clerk of the County of Orange and
posted in March, 2003, Per the California Environmental Quality Act, "Class 2 consists
i�
Co a del Mar State Beach
July 8, 2003
Page 12
of replacement or reconstruction of existing structures and facilities where the new
structure will be located on the same site as the structure replaced and will have
substantially the same purpose and capacity as the structure replaced." (Sec. 15302)
The N.o.E. was filed prior to the project's conceptual approval, in order to comply with
procedures for obtaining the agreement required under the Proposition 12 local
assistance grant noted above. The project description outlined in the N.o.E. calls for the
project to: "replace restrooms, concession facilities and outdoor eating facilities; provide
lifeguard substation.facilities and interpretive areas."
Funding Availability:
As noted above, the City has approximately $1,320,535 allocated to the project at the
present time, minus design, engineering, and other. consulting services costs. However,
the grand total for the base scope of work is estimated at approximately $1,992,848
(see Attachment 6). Additionally, Phase It Add -on #1 improvements are estimated at
$219,385; Ph. 11 Add -on #2 improvements are estimated at $146,258; and Add -on #3
improvements are estimated at approximately $103,863 (see Attachment 7).
Staff Recommendation. Staff believes that the proposed base scope of work, as
presented in this report, is a reasonable and well- considered project appropriate to the
local community and the wider audience it serves. Additionally, the project team
believes that Phase II Add -on #1 is an appropriate addition to the overall project, which
should reasonably be constructed along with the Phase I (base scope of work)
improvements.
Therefore, we recommend that the Council approve in concept the design and cost
estimate for the base scope of work (Phase f) and Add -on 41 of Phase II for a total
project cost approximated at $2,212,233. We also recommend that the Council
authorize us to go forward with planning, design and permitting for both Phase I and
Add -on #1 of Phase II. As design and permitting are underway, we will examine
additional funding options (including grants) to reach our almost $2.5 million goal.
Prepared by:
Ge ge rger / C& gram Manager
Submitted by:
Dave Kiff, Assi tant City Manager
Attachments:
Attachment 1: Proposed F 6 Jbom Facility Plan and Elevation
Attachment 2: Proper oncession/Lifeguard/Marine Resources Plan and Elevation
Pro
Attachment 3: , ed CdM State Beach Site Plan
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 36
June 22, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
NE CRY OO
-CITY EA Y OF NEWPORT BEA
FROM: Public Works Department
Lloyd Dalton, P.E. JUN 2 2 2004
949 - 644 -3328
Idalton@city.newport- beach.ca.us
3"1
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - CONTRACT
NO. Xa*t - DETERMINATION OF AMOUNT OF FUNDING AVAILABLE
FOR AWARD
ISSUE:
How much funding should the City Council deem available for the CDM State Beach
Project prior to project award?
RECOMMENDATION:
1. Find that $2,200,000 is available to award the CDM Beach Project (as described in
this staff report's Alternative B); and
2. Authorize staff to fund the Project in a manner similar to Alternative A's provisions
should the City receive a Proposition 40 or other grant to supplant parking lot
revenue available for the Project.
DISCUSSION:
When the City Council approved the concept plan for the Corona Del Mar Beachgoer
Amenity Project, it directed staff to seek additional funding to complete the entire $2.2
million project. Staff found that additional funding might be obtained through
Proposition 40, known as the California Clean Water, Clean Air, Safe Neighborhood
Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. We applied for this grant and submitted a detailed proposal to
California State Parks to review. We have not yet heard from the State on this grant
SUBJECT.' Corona Del Mar State B &Mmprovemants - Contrecl ft. 3641 =
Oelenninadon ount ofFundngAvailable forAward
June 22, 2004
Peg& 2
application yet we are ready to award a project due to construction constraints at CDM
State Beach.
We remain optimistic that a significant portion of this grant, if not all of it, will be
awarded to the City. We have worked extensively with our local legislators and with
local advocacy groups (including Orange County CoastKeeper and Surfrider) to contact
Resource Agency officials on behalf of the grant.
On June 29u', the City Clerk will open and read bids for constructing `Base Bid" and
"Total Project" at Corona del Mar State Beach. `Base Bid" constructs only one
restroom building plus the beachfront walkways, site utilities, and a portion of the
landscaping and irrigation systems, as described on the attached April 27, 2004
Agenda Item. "Base Bid" is estimated at $950,000. "Total Project" constructs all of the
improvements detailed in the plans and specifications, and is estimated at $2,200,000.
Another 15% ($330,000) should be set -aside for construction management, making a
total of $2,530,000 needed for the full Project:
Chart 1
Description Amount
Construction Award $ 2,200,000
Construction Management and 10% contingency $ 330,000
Total Project Cost $ 2,530,000
We believe that the Total Project, rather than Base Bid, should be awarded. Chart 2
shows the two possible funding alternatives (Alternative A and B) for the Total Project's
construction. Both envision using $2 per car from the CDM Parking Lot increase that
Council approved on June 8, 2004 for the Project (as authorized in Resolution 2004 -43
— see Attachment for a copy of the Resolution). The Administrative Services Director
will determine how to use this revenue effectively — either by bonding (with Council
approval) or via a transfer from the General Fund. Alternative A assumes that we
receive the Proposition 40 grant. Alternative B assumes that we do not.
In both cases, when the Project is fully funded, the revenue from the parking lot
increase would revert to the General Fund.
Staff recommends that the City Council approve Alternative B, with a Alternative A as a
hoped -for result if we receive the Proposition 40 grant. A third alternative would be for
the Council to limit the award amount will be limited to dollars on hand approximately
$960,000 ($1,105,670 less 15% to cover the costs of construction management and
unforeseen work).
0
•
0
C�
SUBJECT.., Corona Del Mar State dW improvements - Contract No. 3641 -
Daterminat' mount of Funding Available forAward
June 22, 2004
Page 3
Chart 2
CDM State Beach Project
Funding Alternative A
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
Proposition 40 Grant (if awarded)
$
784,000
CDM Parking Lot Increase (3 years @ $220K)
$
660,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
19,670
Fund!nA Alternative B
Description
Amount
American Trader Revenue
$
633,380
Proposition 12 Grant (awarded)
$
472,290
CDM Parking Lot Increase (7 years @ $220K)
$
1,540,000
Total Project Cost
$
2,530,000
Surplus (to General Fund)
$
115,670
Environmental Review: The City Council's approval of this Agenda Item does not
require environmental review. The Project itself has already gone through CEQA.
Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act
(72 hours in advance of the public meeting at which the City Council considers the
item).
Submitted by:
WO
Prepared by:
PM2L , /,WvTV5�
.. -i..
Project Manager
Attachments: April 27, 2004 Agenda Item
Resolution 2004 -43
Submitted by:
%V4 t-0
D id A. Kin
Assistant City Manager
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
0
Agenda Item No. 21
April 27, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 -644 -3328
Idalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — APPROVAL TO
ADVERTISE FORBID (C -3641)
RECOMMENDATIONS:
1. Affirm the categorical exemption for this project.
2. Direct staff to advertise this project for bid.
DISCUSSION:
This project began during FY 2002 -03 with a $955,000 budget of American Trader Oil
Spill settlement and Proposition 12 Bond Act funds to replace and upgrade visitor and
other amenities at Corona del Mar State Beach. On September 10, 2002, the City
Council retained Robbins Jorgensen Christopher Architects (RJCA) to provide planning,
design, and construction services for the project. On December 17, 2002, the City
Council increased the budget for the project to include $365,535 generated from the
City's accumulated oil spill settlement interest and excess funds that were budgeted for
other completed oil spill projects, and amended RJCA's contract accordingly.
On July 8, 2003, the City Council approved a conceptual plan for a $2.2 million
improvement of the entire site and directed staff to prepare construction documents
such that either a first phase of construction could be awarded using the $1.1 million of
remaining budgeted funds or a complete project could be awarded in the event that
another $1.1 million was obtained for the project prior to award. (Copy of July 8, 2003
report is attached.) On January 13, 2004, the City Council again amended RJCA's
contract commensurate with RJCA's again- increased scope of services for the project.
RJCA has now completed final plans, specifications and estimate for the entire $2.2
million construction contract, and a set of the plans has been placed in the Council
Chambers for public review. The project was endorsed by the Parks, Beaches and
Recreation Commission on April 6, 2004; a Coastal Development Permit was approved
on April 14, 2004; and the Building Department is presently completing its plan check.
0
SUBJECT: Corona Del Mar Beac proval to advertise for bids •
April 27, 2004
Page 2
The $2.2 million contract provides for demolishing and removing the existing restrooms,
concession buildings, a storage building, a parking lot ticket building, parking lot
entrance improvements, beachfront walkways and planters, and landscape, irrigation
and lighting systems that have been built or installed in stages over a 53 -year period.
The contract then provides for constructing two new restroom buildings (with more than
double the number of restroom fixtures than presently exist); a concession /lifeguard/
marine life refuge supervisor's building; a parking lot ticket building; parking lot entrance
improvements that feature a much larger drop -off zone; beachfront walkways and
planters; parking lot walkways; redesigned landscaping and irrigation systems; and
interpretive signage. All mature palm trees within the demolition area will be replanted
within the redesigned site.
Since only half of the funds needed to construct the entire project are available at this
time, the bid documents require that bidder submit a base bid to demolish and haul
away all of the restrooms and concession buildings at the site, but reconstruct only a
first phase of improvements (one restroom, the beachfront walkways, site utilities, and a
portion of the landscaping and irrigation systems - see attached Exhibit). If this option
is awarded, the second restroom, the concession building, the ticket building and
parking lot entrance improvements, the parking lot walkways, the interpretive signage,
and the remainder of the landscaping and irrigation systems could be built at a later
date. [Note that City staff might then need to obtain proposals to install temporary
mobile concession services that could be used until additional funding is obtained to
construct the permanent concession /lifeguard /marine life refuge building.]
The bid documents require that each bidder submit two bid totals. "Phase 1 only"
would construct the restroom, the beachfront walkways, the site utilities, and a portion
of the landscaping and irrigation systems. RJCA's estimated for this work is $950,000.
"Total Project ", which would construct the remainder of the improvements as described
above, is estimated at $2,200,000, which is $1,250,000 more than Phase 1.
Site lighting includes lighting for new buildings and walkways and replacement of
existing beach security lighting. Fire ring, volleyball and parking lot facilities will be
relocated only to the extent needed to allow the new improvements to be built. Parking
lot lighting and fire ring, volleyball and parking facilities will not be built, refurbished or
redesigned as a portion of this project.
Plans, specifications and estimates for the project have been prepared by RJCA and by
City staff. Upon award, Staff may recommend that the City retain a construction
management firm. RJCA is already under contract to provide construction support
services and to prepare as -built drawings for the project.
Environmental Review:
Inasmuch as this project reconstructs facilities on the same site with facilities of
essentially the same purpose and capacity, the project is categorically exempt from the
provisions of CEQA. Accordingly, a categorical exemption has been prepared by staff
and posted for public review by the County Clerk (copy attached).
SUBJECT: Corona Del Mar Bea pproval to advertise for bids
ApHI 27, 2004
Page 3
Public Notice: 0
This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Funding Availability:
Adequate funds to .award a $950,000± construction contract are available in the
following accounts:
Account Description Account No. Amount
Proposition 12 Bond Act of 2000 - State Grant 7251- C5100569 $472,290
Corona del Mar State Beach - American Trader Oil Spill 7295- C5100569 $633,380
Total $1,105,670
Upon award of a contract for Phase 1 construction, the balance of the available funding,
approximately $155,000, will be needed for construction contingency and to pay for
inspection, materials testing and contract management.
When the City Council approved the concept plan for the project, it directed staff to
seek additional funding to complete the entire $2.2 million project. Staff found that
additional funding might be obtained through Proposition 40, known as the California
Clean Water, Clean Air, Safe Neighborhood Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. Staff anticipates a favorable response to this application prior to
the date for award of a construction contract.
If the Proposition 40 funding is approved, as much as $1,650,000 will then be available
for award of a construction contract. This means that approximately $550,000 may still
be needed to award a $2.2 million contract to construct the entire project. From this
Project's inception, City staffs intent has been to leverage non - General Fund revenue
sources to complete the Project — thus the use of American Trader Oil Spill dollars,
interest on those same revenues, and the Proposition 12 and 40 grants.
A shortfall of $550,000 is not insurmountable. In addition to phasing the Project, we
may be able to use enhanced concession revenue from a more dynamic concession
facility (which may still include the current concessionaire) and revenue from a parking
fee increase to fill the gap.
Regarding the parking lot fee (now at $6 per car at CDM State Beach), recall that
California State Parks plans to increase its beach parking fees to $10 per car effective
July 1, 2004 at Crystal Cove State Beach and at Huntington Beach and Bolsa Chica
State beaches. Already, State Parks' Annual Passes have gone from $67 for 12
months to $110.00. They will jump again to $125 on July 1, 2004. These increases
mean that CDM State Beach may see significant increased use if we don't raise our
parking rates to match or near the State rates. As such, we have asked the Harbor
Resources Division to recommend a new parking lot fee for CDM State Beach.
Revenue from this increase may be directed towards the Project to bridge the gap.
SUBJECT: Corona Del Mar Bea proval to advertise for bids .
April 27, 2004
Page 4
Finally, other Proposition 40 and 50 grant windows will open and close between now
and the completion of construction. We know that this Project has received widespread
support from State agencies, including State Parks — it is fair to assume that it will
continue to attract grant funding as additional grant dollars are released.
Submitted by :,--':-7
m G. Badum
Works Director
Prepared by:
. ,M. •
Project
Attachments: Exhibit - Phase 1
Categorical Exemption
July 8, 2003 Council Report
Submitted by:
Da id Kiff
Assis ant City Manager
+it .Gr
.y
F. , p��S `s � • � Ty,
.,
r
•�I �<l l T
r/
r f�
e
M ROBBTNSJO ItGENSENCT- TRT.STOPT -IER ;
CORONA DEL MAR BEACH
PHASE I PLAN-SITE PLAN
APRIL 14, 2004
J
.4
11
ti
r \
IX
} z
y., }
z:
�`
��C, Ie
<
• �
n '
"I�
�
/
,:,Cpl 1\ ; \r, a
.,
r
•�I �<l l T
r/
r f�
e
M ROBBTNSJO ItGENSENCT- TRT.STOPT -IER ;
CORONA DEL MAR BEACH
PHASE I PLAN-SITE PLAN
APRIL 14, 2004
J
.4
11
ti
r \
L
PHASE .1 RESTROOM BUILDING
TEMPORARY CONCRETE SLAB— FUTURE CONCESSION /LIFEGUARD/ MARINE LIFE- REFUGE BUILDING
TEMPORARY TURF AREA — FUlf RESTROOM BUILDING - •
PHASE I LMIT OF WORK
} z
y., }
z:
r.
PHASE .1 RESTROOM BUILDING
TEMPORARY CONCRETE SLAB— FUTURE CONCESSION /LIFEGUARD/ MARINE LIFE- REFUGE BUILDING
TEMPORARY TURF AREA — FUlf RESTROOM BUILDING - •
PHASE I LMIT OF WORK
POSTED
MAR 0 3 2003
TOM DALY, CLERK-RECORDER
BY DEPury
ArY OF NEWPORT BE*;H
3300 Newport Boulevard - P.O. Box 1768
Newport Beach, CA 92658 -8915
(949) 644 -3200
NOTICE OF EXEMPTION
F ! L E QmACHMENI
9
MAR 0 3 2003
TOM DALY, CLERK- RECORDER
DEPlr1Y
To:
From: City of Newport Beach
❑ Office of Planning and Research
1400 Tenth Street, Room 121
Planning Department
3300 Newport Boulevard -P.O. Box 1768
Sacramento, CA 95814
Newport Beach, CA 92658 -8915
(Orange County)
County Clerk, County of Orange
J
Public Services Division
Date received for filing at OPR
P.O. Box 238
Santa Ana, CA 92702
Name of Project: Corona Del Mar State Beach Amenity Improvements
Project Location: Corona Del Mar State Beach
Specific:
Project Location -City: Newport Beach Project Location- County: Orange County
Project Description: Replace restrooms, concession facilities and outdoor eating
facilities; provide lifeguard substation facilities and interpretive
areas. RECEIVED BY
PLANNING DEPARTMENT
.r
Exempt Status: (check one) 0 '3 2��3
Ministerial (Sec. 21080(b)(1);15268); ?��,
PM
Declared Emergency (Sec. 21080(b)(3); I�269(a)); y i
(i GAL � � 1 A
'!'"1='1'1 n 016
Emergency Project (Sec. 21080(b)(4): 15269(b)(c);
X Categorical Exemption. State type and section number. Class 2, S` etion 15302
Statutory Exemptions. State code number:
General Rule (Sec. 15061(b)(3))
Reasons why project is exempt: Reconstruction of existing structures and facilities on the same site with
substantially the same purposes and capacities as the existing structures and facilities.
Name of Public Agency Approving Project: City of Newport Beach
Date of Approval:
Name of Person or Agency Carrying Out Project: Lloyd Dalton, Public Works Department
Contact Person: Lloyd Da ton Title: Design Engineer
Signature: y1®�i Tel.No. 949 - 644 -3325 Date: ranuary I6, 2003
�Gy/„E+� wY7�i D /2r�rav Y �x�ccs�✓5
CITY OF NEWPORT BEACH Xpli.
CITY COUNCIL STAFF REPORT
9Y iyi,Y Gouncii
GYy 6i lVetvport sea*
Agenda Item No. 12
July 08, 2003
TO: HONORABLWAYOR AND MEMBERS OF THE CITY COUNCIL
tip_
FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt.
Program Manager; (949) 644 -3207; gaberger @city.newoort- beach.ca.us
SUBJECT: Corona del Mar State Beach — Beachgoer Amenity Improvement Project
ISSUE:
The public facilities at Corona del Mar State Beach (Big Corona) have become
antiquated and have deteriorated to the point that they should be, removed and rebuilt.
The Council is asked to consider the design and location of proposed facilities, to affirm
the Categorical Exemption, and to recommend direction regarding project funding.
Should the City Council affirm the recommendation of the Parks, Beaches, and
Recreation Commission to move forward with planned improvements to Corona del Mar
State Beach?
RECOMMENDATION:
1. Approve conceptual site plan and draft facilities concept for replacement facilities
at Corona del Mar State Beach;
2. Affirm the Categorical Exemption (copy attached);
3. Direct staff to proceed with the full site plan and facilities concept by phasing the
full project to reflect available funds and by seeking additional funding for its
completion.
DISCUSSION:
Background:
The City of Newport Beach operates and maintains the parking lot and beach facilities .
at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949,
I
0
• Co,una del Mar State Beach
July 8, 2003
Page 2
the State and the City entered into an operating agreement, renewed six times —most
recently in 1999 —that dictates the City's operations at the beach and directs the City to:
"care, maintain, and control" Big Corona "for the purposes of the State Park
System" including `playground, recreational, and beach park purposes" (that
are) "at all times accessible and subject to the use and enjoyment of all
citizens of the State of California."
Although the City does not "profit" from administering the beach at Big Corona —all
revenue generated at the facility must be used for "recreation and park purposes within
the City," according to' the City's operating agreement with the State —it has a
substantial interest in maintaining and enhancing the facilities there, as the beach park
is a significant source of passive and active recreational activity for both residents of,
and visitors to, the City.
Public facilities at Corona del Mar (CdM) State Beach have been built, operated and
maintained by the City of Newport Beach under agreement with the State of California,
which expires in 2029. Beach facilities.that were built in 1951, 1960, 1965 and 1970
have become antiquated and deteriorated in the hostile salt air environment to the
extent that they should be removed and replaced. The facilities include buildings
is containing two concession stands, a "beach rental" storage stand, two men's and two
women's restroom buildings. Concrete shade structures were also on the site, but were
removed for safety reasons. Various paving and walkway areas are present, with lawn
area, raised planters, and palm trees in place throughout the site. A picnic area is
separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at
the northwest comer of the parking lot. Finally, `on- beach" amenities include
approximately 30 concrete fire rings and 10 sets of beach volleyball standards.
Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY
2001 -2002 according to the City's lifeguards, who have kept estimates for a number of
years. Revenue collected at the park consists of two sources — parking fees and
concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the
second - highest income in the last decade ('99-'00 had the highest, at $626,626).
Concession revenue accounted for $87,633; therefore, the total revenue generated to
the City from the park was $710,253.
Proiect Scope & Description:
Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at
the aging, but beautiful and very popular beach. In 1999, the Trustees Council of
plaintiffs involved in the American Trader Oil Spill settlement assigned $476,000 to the
nascent Corona del Mar State Beach improvement project. In 2001, the City received a
one -time $479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from
orona del Mar State Beach
July 8, 2003
Page 3
the State of California Parks & Recreation Department to replace the aging concession
stands with new, more attractive and useful facilities more reflective of the Corona del
Mar atmosphere and history. Specifically, the grant award called for a year -round facility
that maximizes views of the Corona del Mar beach, the nearby Newport Jetty, and
would take advantage of the nearly 300 days of unbroken sunlight at the beach.
The project scope also included a call for the removal, redesign and new construction of
shading infrastructure, placement of interpretive signage about the tidepools at "Little
Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one-
time grant award was authorized by the State, and was paired with the "American
Trader" funds. Upon initial detailed investigation of the facilities, it was determined
that —in addition to the demolition and reconstruction of the existing concession and
shade structures —the restroom facilities were in serious need of improvement. In fact,
some roof elements of the dressing areas were removed for safety reasons, as chunks
of concrete had the potential to fall and injure patrons. In October of 2002, an additional
$365,535 in "American Trader funds" and interest were redirected by the Trustees
Council to the CdM State Beach improvement project, providing a total funding amount
of $1,320,535.
Therefore, the final scope of the project involves a total removal and reconstruction of
the existing antiquated facilities along the beachfront, along with an update of the uses
to reflect the requirements of the current beach -going resident and visitor park users. In
conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects
(RJC) —hired by the City as consulting architects and designers —a series of "design
objectives" were established. They include:
• Providing a safe beachgoing environment;
• Improving the public safety /lifeguard presence at the beach;
• Fostering environmental awareness of the tide pools and beach, while minimizing
environmental damage;
• Maintaining the natural aesthetic appeal of the beach, bluffs, and ocean view;
• Minimizing the impact of new structures and landscape on existing views;
• Sizing facilities appropriately for 'existing' level of beach use, not for expansion;
• Designing structural roofs as'Vksided" architecture;
• Designing attractive, vandal proof, easily- maintainable facilities in the harsh salt/beach
environment; and
• Mitigating conflicts where possible between fire ring users, volleyball players, and
sunbathers.
Public Safety Needs -- Lifeguard Facilities:
We believe that the City of Newport Beach also has a responsibility to provide a safe
environment for the public at Corona del Mar State Beach. This responsibility includes
lifeguard services, whose needs at CDM State Beach are outlined below by Fire Chief
Riley:
U
• fut-ona del Mar State Beach
July 8, 2003
Page 4
"Our primary reasons for providing lifeguard services are to watch the water
for potential problems, effect rescues of persons in distress, and provide
medical assistance to minor beach related injuries.
The Fire Department uses a dynamic deployment model for staffing lifeguard
towers and vehicles. Our model is based upon the time of year (summer,
spring break, spring /fall, and winter), the current weather and surf conditions,
and the current and projected beach attendance. During the summer, we
project full. deployment each day and scale back from there. So during peak
times of our beach use, we have all towers staffed and watching the water
and all vehicles staffed and providing patrol and tower back -up. A typical full
deployment at Corona del Mar Beach starts at 9:00 AM with one lifeguard
unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By
11:00 AM, we have added a supervisor in a vehicle and four lifeguards to
staff the other lifeguard towers (three more at CdM Main Beach and one at
Little Corona.) The towers remain staffed until 5:00 PM, when we begin
closing the towers over the next two hours. By 7:00 PM, we have closed all
towers and taken a lifeguard patrol vehicle out of service. From 7.-00 PM until
9:00 PM, we only have one supervisor to patrol the beach. This is our
schedule from June 15 through August 15; nine of the fifty -two weeks we
provide lifeguard services.
The other forty -three weeks of the year, we use dynamic deployment based
upon circumstances and availability of personnel. There are times when we
only have one lifeguard at CdM. This is due to light crowds or marginal
weather where few people are using the water. Sometimes it is due to the
fact that many of our seasonal staff are not available as they have returned
to their non- summer pursuits (i.e. other jobs, school.) With a new trend
towards spring break occurring during many different weeks of spring, we
have significant difficulty with varying large crowds of out -of- school visitors
and an inconsistent supply of seasonal lifeguards who may or may not be
available. Watching the water during non - summer weeks has become
increasingly challenging.
All of that being said, the Fire Department has asked for some space at CdM
to provide for the following:
1) an enclosed area to park our patrol vehicles - we currently park our
vehicles inside the crowded garage at LG Headquarters at the Newport Pier.
This provides them reasonable protection from the harsh beach environment
that already prematurely shortens the usable life of our vehicles (max four
years.) This means our personnel assigned to vehicles that patrol CdM must
first go to the Newport Pier to pick up their vehicles and drive to CdM. This is
valuable time we pay for that is not spent watching the water.
U
bona del Mar State Beach
July 8, 2003
Page 5
2) an area to provide first -aid services - we currently use the back of the
parking control kiosk (about 12 square feet) to administer minor first -aid due
to beach related injuries, such as sting ray stings, sea urchin spine
punctures, and minor bumps and bruises from being knocked down by surf.
We believe we can design our parking garage to become our first -aid area
when we pull our vehicles out to patrol the beach, eliminating the need for a
separate first -aid area. We would use this area to provide patient seating,
access to clean, hot water, and clean storage of first -aid supplies. It would
also provide a private area for paramedic to work on a patient if necessary.
3) a small observation/work area - as mentioned earlier, there are times
when only one person is assigned to CdM, frequently a full -time employee. A
strategically placed and elevated observation area would allow a single
employee the ability to view the maximum beach area from an improved
vantage point. Currently, the only way for a single person to observe all of
CdM during a non -high -usage period is to patrol in a vehicle. This does not
provide the best visibility in contrast to the proposed observation tower. To
see the strategic value of a well - placed observation tower, visit us at the
Newport Pier and see what we can see from LG Headquarters, everything
but CdM. This would also allow us to have a presence there and still allow
our full -time employees access to our computer and telephone systems to
work on projects while being available for public response.
4) a location to install an 800 MHz radio repeater - the countywide 800 MHz
law /fire /public works radio system has some obvious coverage problems due
to the topography of Orange County, particularly the areas of Balboa
Peninsula, Corona del Mar and Newport Coast. Working with the County, we
have installed radio repeaters at the Corona del Mar Fire Station and the
Crystal Heights Association entrance kiosk and still may have some
coverage problems along Corona del Mar Main Beach and the Peninsula.
This means we have areas of Newport Beach where our police and fire
personnel cannot communicate on their radios. The County staff believes
and we agree that a repeater at CdM Main Beach would solve the coverage
problems associated with these areas. The erection of a small observation
tower and garage would provide the perfect physical structure to house a
repeater.
This illustrates that this is not a frivolous request but rather a great
opportunity to improve public safety services to CdM beach visitors and their
neighbors. Each one of the reasons listed above enhances our primary
mission - to watch the water."
• Corona del Mar State Beach
July 8, 2003
Page 6
Public Outreach:
In response to the design objectives noted above, a public outreach program was
formally established to. solicit input from adjacent residents, Parks, Beaches and
Recreation (PB &R) Commissioners, City Council members, and City staff who have a
daily presence at the facility. In late 2001, in conjunction with the State Parks grant
application process, a survey was mailed to approximately 1,000 households in Corona
del Mar and placed on the City's website. 180 responses from the community were
received — that's a 15% response, which is considered fairly strong. Information
gathered from the survey was used to provide additional baseline direction for the
consultants and project team. The Parks, Beaches & Recreation Commission heard an
initial presentation of project concepts in January of 2002 and was asked to provide
initial direction in their role as advisors to the City Council regarding parks and
recreation.
Following the RFP process, culminating with the selection of RJC as project architects
in September, 2002, a series of pre- design meetings were held with City departments to
identify and outline necessary refinements of the project's scope and ways that scope
might be implemented to balance competing needs and interests.
On March 4th, 2003 the project team returned to the PB &R Commission to review and
comment on three site plan alternatives prepared by the consultants. A public
workshop, with individual mailed notices sent to over 300 adjacent property owners,
was held on March 10th so that property owners and residents could also see close up
what was being considered and could provide their recommendations. We made a
similar presentation to the City Council on March 25th during Study Session.
In April 2003, project team members presented the latest options and proposals for
discussion to the boards of both the Corona del Mar Residents Association and the
CdM Business Improvement District at their monthly meetings. Board members of both
organizations responded with questions and comments.
After this series of meetings and public hearings, suggestions and recommendations
were focused into one proposal, which was presented to a standing subcommittee of
adjacent property owners — mainly residents of Breakers Drive —on May 1st. Following
their recommendations, and those stemming from additional meetings with City Harbor
Resources, General Services, and Fire departmental staff, the site plan and building
concepts have been further defined into what is the subject of this report. Additionally,
ongoing comments have been received via the project's web page on the City's .
website, where the PowerPoint presentations of all public hearings may be reviewed.
Most recently, the project was presented for conceptual approval and fordirection —if
any —on budgetary issues to the P, B & R Commission on June 4th. Following
discussion from the public on a number of issues, including those related to
• Corona del Mar State Beach
July 8, 2003
Page 7
concessions and lifeguard service and facility matters, the Commission approved the
conceptual plan as presented.
..
One side aspect of the project should be mentioned at this time to inform the
Commission and Council. Although the "on sand" amenities —fire rings and volleyball
courts —were not formally part of the project's scope, the project team presented a
number of options to attempt to alleviate the tension between volleyball players, fire ring
users, and adjacent residents who must bear the burden of smoke and soot throughout
the year. The fire rings were the subject of much of the response from the survey, and
of heated debate from residents at the March 10th public workshop. Also, none of the
alternative arrangements appear to be suitable to the organized volleyball constituency
at the beach, who organized an e -mail effort to express their opinions:
As the volleyball court locations shown on the three early alternative plans were not "to
scale" and thus shouldn't have been relied on as particularly accurate; and since there
is still much uncertainty as to what the California Coastal Commission will allow in terms
of any possible reduction in the number of fire rings; and as design of the "on sand"
facilities were not part of the consultant's scope of work but were taking up valuable
resource hours that needed to be utilized elsewhere, the project team has decided —
with the assistance and cooperation of Recreation & Sr. Services departmental staff to
defer this effort to a later date and more suitable venue. Reasonably, this outreach effort
will occur following the approval of a final hardscape design, and be led by staff from the
Recreation & Sr. Services department, with assistance from both Community &
Economic Development and General Services departments.
Site Plan:
Three buildings are proposed for the site: two 1,231 gross square foot restroom
facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225
gross square foot joint -use concession, lifeguard /first aid, and marine life resources
facility that is one -story with a small lifeguard observation room on a second level (see
Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed
position of these three structures, which are proximate to the current location of the
existing structures. The restroom buildings are spread out —with the
concession /lifeguard facility between them —so that they have the ability to serve users
from the entire beach.
Prior to the recent demolition, there were 9,268 s.f. of facilities (including the T -beam
shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities.
Each of the two proposed restroom facilities are fully - fixtured and ADA- compliant, and
have 12 total water closets for women and four water closets and tour urinals total for
men, along with changing tables in each area. These buildings are proposed in such a
--7
Corona del Mar State Beach
July 8, 2003
Page 8
way as to provide the maintenance and cleaning staff the ability to close half the
building (men /women) for cleaning, while leaving the other half (men/women) open for
use. Also, these buildings are located on site in such a way as to enhance visibility of
the doorways from as -many sides as possible, assisting with passive security. There
are two rinsing showers outside each of these buildings, which will utilize sand traps to
maintain adequate drainage. The aggregate additional square footage proposed for the
new structures (two identical buildings) is 96 square feet larger than the existing
restroom /changing room structures (which are presently three separate structures); and
the proposed design dramatically increases the number of bathroom fixtures available —
particularly for women —a critical element to almost everyone involved in the public
outreach process.
Likewise, the concession /lifeguard facility is more centrally - located than the existing
structures, providing both the lifeguards and the concessionaire the opportunity.to more
easily view and serve the users. This facility design has the ability to provide suitable
concession service for food service concessions, "beach rentals" (body boards,
umbrellas and similar equipment) and storage; marine life refuge educational as well as
first aid, observation, light supervisory activities for the lifeguard service. Following
discussion with adjacent residents, and after on -site facility inspection and discussion
between the consultants and lifeguards, the higher -level lifeguard observation room has
been significantly scaled back in size, to a total of 75 square feet of floor area
(approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height.
To accommodate peak beach food service concession on an "as- needed" basis —the
possible 10 -15 days per year where the project team envisions that the proposed
structural concession service may not be sufficient —a temporary vehicular concession
parking area has been located adjacent to the western side of the park. This area is
near the largest proposed area of grass to accommodate standing patrons (both before
and after service), and would not require the removal —on even a temporary basis —of
parking. A subcontract to the concessionaire could likely be established with a local
commercial food service provider, which would operate a self- sufficient van -type vehicle
at, that location adjacent to the curb. This "as- needed" location for a non - permanent
concession facility serves a number of goals: it reduces the total permanent building
mass and space adjacent to the beach; reduces 'on -going maintenance for the
concessionaire and the City; and thus saves costs.
A note about public concerns regarding the site plan: Several residents of Breakers
Drive have written the City about the proposed project. Most state that additional
permanent structures will not benefit the beach. Some have pointed to the lifeguard
facility as an unnecessary addition. We hope that design simulations and possibly story-
poles for the facilities might allay residents' concerns regarding building height, location
and view impacts.
a
frona del Mar State Beach
July 8, 2003
Page 9 •
The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the
reduction in space available for the concession at CDM .State Beach. Kilmer believes
that two separate concession spaces are needed to effectively serve the beachgoers.
The staff team associated with this project (Kill, Dalton and Berger) recommend
reducing the size of the concession area to better fit within the proposed project and to
help respond to residents' desires to see "fewer permanent structures." The
concessionaire has been working with the City for a number of years, although there is
not a concession agreement in place at this time. We intend to issue a Request for
Proposals (RFP) for new concession services (to which Mr. Kilmer is more than
welcome to respond) as the Project nears completion -- doing so is consistent with
Council Policy F -4 ( "Income Properties ").
This report indicates the existing and proposed "space lists " —i.e., what uses are
allocated how much square footage on the site and what net increase /decrease is
proposed (see Attachment 4). A significant comparative statistic is located in the chart
titled "Miscellaneous Comparisons" (see Attachment 5). The linear building frontage —
the amount of 'building wall' a viewer sees from the ocean side or the Breakers Drive
side —is almost reduced by half. In other words, the proposed building arrangement has
greatly increased the ocean visibility for adjacent residents — particularly those whose •
houses are below the bluff —by orienting the "long side" of the buildings perpendicular to
the ocean.
Finally, the existing 'softscape' areas adjacent to the beach -- grass, trees, seating walls
and sidewalks —will be reconfigured to allow for a more appealing user experience.
Approximately 8,800 square feet of turf grass area will be added; spread out across the
length of the beachfront/pavement "strand" so users can feel more separation from each
other and so that school children attending tide pool education can be more effectively
(and safely) controlled by their chaperones as they walk to and from the tide pool areas.
However, the actual length of paving /sidewalk is not substantially increased, though
they will be widened to allow for more comfortable pedestrian circulation and more
efficient cleaning by the City's existing rolling stock. Seating walls along the strand will
allow additional 'non -sand' relaxation while protecting the turf somewhat from blowing
sand build -up. These seating walls accommodate a number of breaks, however, for
visitors to easily walk to the sand and for emergency vehicle access. Further, a new
sidewalk along the along the western edge of the parking lot— connecting the strand to
the stairway leading to Ocean Boulevard —is proposed. Many of the current site's
existing palm trees will be removed and relocated in new ways to accommodate the
update in design.
•
n
•
• Corona del Mar State Beach
July 8, 2003
Page 10
Alternatives and Phasin
We estimate that the total cost of this project —if we include each of three Alternatives —
may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million
is secured and "in- hand." The base project — without the Alternatives —is estimated at
about $1.99 million.
As such, the Council will want to determine if we should include or exclude certain
alternatives — listed below —in the project and whether or not to direct us to complete the
overall project in phases.
If the Council likes the overall project but we still need additional funding, phasing may
work well —we would complete what we can with available funds and seek funding for
the remainder. Once the remaining funding is secure, we would complete the full scope
of the project as a "Phase II."
Phase I. Phase I consists of demolition of the existing structures on the site, and
construction of the three replacement buildings (two restroom facilities and one multi-
use structure), along with necessary sidewalks, seating walls, utilities and landscaping
along the beachfront/pavement "strand," as noted above.
Phase II. Phase it consists of three possible add -ons. In a project of this nature —at a
facility where no significant improvements have been made for many years —there are
usually additional elements (called "add -ons" in this Staff Report) that are deemed
appropriate —even necessary—but are not critical to the project's success. The Corona
del Mar State Beach improvement project is no exception; there are three.
• Add -on #1 -- Parking Lot Improvements. Add -on #1 relates to the site parking
lot. Portions of the lot and the parking fee booth will be demolished and rebuilt to
accomplish the main elements of the project. However, to accommodate better
internal traffic flow and parking accommodations (with little net change in total
spaces) and to provide a more efficient entrance kiosk, it is recommended that
the parking lot improvements be combined with the project's first phase. This
add -on does not, however, significantly alter the existing driveway in and out of
the park or the entrance to Breakers Drive. Due to the physical constraints on the
property, the stacking of waiting vehicles at the top of the hill will continue to be
enforced by traffic management and police personnel when the existing lot is full,
in order to ensure access the ability of Breakers Drive residents and emergency
vehicles to enter and exit the facility at all times.
• Add -on #,2 — Picnic Areas. As a 2nd additional element, there is a call to improve
the existing picnic area at the northwest corner of the park site. Although the
details have not yet been worked out in any substantive detail, the consulting
• frona del Mar State Beach
July 8, 2003
Page 11
architects have taken a first step in estimating sitework and landscaping
descriptions in response to recommendations by City staff. Improvements may
include: new landscape, turf and associated irrigation —but saving the existing
trees; new picnic tables and barbeque areas; hardscape pavers /paving to
accommodate year -round use of the barbeques; proper drainage to
accommodate runoff; low retaining walls as required; better pedestrian access as
required; and covering the adjacent_existing drainage swale.
• Add -on #3 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the
final portion of new facilities recommended by the Fire Department for additional
public safety presence at the park. The Fire Chief believes that, to increase
efficiency and timeliness in their duties, they may require the ability to store a
lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed
space. One possible option would be to construct a small, non - obtrusive
structure near the northwest portion of the site, perhaps in conjunction with picnic
area improvements.
These three add -ons are meant to be viewed as separate and distinct options —and not
as a part of the base scope of work. If the City Council wants to pursue these, it should
consider the allocation of additional funds in future year budgets (see Attachment 7).
Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of
clarity, add -on #3 has not been, and none are part of the initial project scope of design
for the consultants or staff. The PB &R Commission has, and City Council should, review
these add -ons, however, to understand and debate the entirety of the site - related
project.
Schedule:
Following approval of the conceptual plans by City Council, the project team must
prepare fully detailed construction plans and specifications, obtain plan approval from
the California Department of Fish and Game, the California Department of Parks and
Recreation, and permits from the City's Building Department and the California Coastal,
Commission before the project may be advertised for bid. The project must be
advertised for bid by mid -June '04 so that bids may be opened by mid -July, award made
by early August, construction commence the day after Labor Day 2004, and work be
completed by Spring Break '05. A copy of the current schedule is provided (see
Attachment 8).
Environmental Review:
A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302
(Replacement or Reconstruction), was filed with the Clerk of the County of Orange and
posted in March, 2003. Per the California Environmental Quality Act, "Class 2 consists
• Corona del Mar State Beach
July 8, 2003
Page 12
of replacement or reconstruction of existing structures and facilities where the new
structure will be located on the same site as the structure replaced and will have
substantially the same purpose and capacity as the structure replaced." (Sec. 15302)
The N.o.E. was filed prior to the project's conceptual approval, in order to comply with
procedures for obtaining the agreement required under the Proposition 12 local
assistance grant noted above. The project description outlined in the N.o.E. calls for the
project to: "replace restrooms, concession facilities and outdoor eating facilities; provide
lifeguard substation.facilities and interpretive areas."
Funding Availability:
As noted above, the City has approximately $1,320,535 allocated to the project at the
present time, minus design, engineering, and other. consulting services costs. However,
the grand total for the base scope of work is estimated at. approximately $1,992,848
(see Attachment 6). Additionally, Phase 11 Add -on #1 improvements are estimated at
$219,385; Ph. II Add -on #2 improvements are estimated at $146,258; and Add -on #3
improvements are estimated at approximately $103,863 (see Attachment 7).
Staff Recommendation. Staff believes that the proposed base scope of work, as
presented in this report, is a reasonable and well- considered project appropriate to the
local community and the wider audience it serves. Additionally, the project team
believes that Phase II Add -on #1 is an appropriate addition to the overall project, which
should reasonably be constructed along with the Phase 1 (base scope of work)
improvements.
Therefore, we recommend that the Council approve in concept the design and cost
estimate for the base scope of work (Phase 1) and Add -on #1 of Phase II for a total
project cost approximated at $2,212,233. We also recommend that the Council
authorize us to go forward with planning, design and permitting for both Phase I and
Add -on #1 of Phase ll. As design and permitting are underway, we will examine
additional funding options (including grants) to reach our almost $2.5 million goal.
Prepared by:
,l G )
GeVge Urger / C& D Pr gram Manager
Submitted by:
Dave Kiff, Ass! tant City Manager
Attachments:
Attachment 1: Proposed Restroom Facility Plan and Elevation
Attachment 2: Proposed Concession /Lifeguard /Marine Resources Plan and Elevation
Attachment 3: Proposed CdM State Beach Site Plan
17
rona del Mar State Beach
July 8, 2003
Page 13
Attachment 4: Space List
Attachment 5: Miscellaneous Comparisons List
Attachment 6: Conceptual Cost Estimate — Base Scope of Work
Attachment 7: Conceptual Cost Estimates — Phase II Add -ons 1 -3
Attachment 8: Current Project Schedule
Attachment 9: Notice of Categorical Exemption
0
0
12
Corona del Mar State Beach
Beachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Space List
space
existing
proposed
Restrooms
area
area
Women
590 (lOWC's)
1,056 (24 WC's)
Men
590 ( 6 WC's + 6UR)
624 (SWC's + 8UR)
Equipment Storage (in plumbing chase)
N.A.
464
Lifeguard Substation (1st floor)
N.A.
571
Lifeguard Observation room (2nd Floor)
N.A.
75
Marine Life Refuge Supervisor's Office
N.A.
126
Tidepools Storage
N.A.
51
Concessions
2,460
1,046
Changing Rooms
404
0
Subtotal
N.A
4,013
Grossing Factor = 17%
N.A
674
Total
4,044
4,687
0
0
n
w
n
a
Cor*el Mar State Beach
Beachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Miscellaneous Comparisons
Item.
existing
proposed
Building Area
4,044sf
4,687sf
Permanent Shade Structures
5,224sf (demolished)
1,000sf
Linear Building Frontage
215' -0"
103' -6"
Paving / Walkways
33,443sf
34,017sf
Landscaped areas
Lawn
12,664sf
30,328sf
Raised Planters
4,508sf
Osf
17,172sf
30,328sf
total landscaped area
n
L J
D
w
3
m
cn
e
RESOLUTION NO. 2004- 43
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH ESTABLISHING A REVISED
SCHEDULE OF RATES FOR THE BALBOA PIER
PARKING LOT AND THE CORONA DEL MAR PARKING
LOT AND RESCINDING RESOLUTION NO. 92-105
WHEREAS, the City maintains and operates parking lots of the Balboa Pier and the
Corona del Mar State and City Beach Park; and
WHEREAS, the City Council of the City of Newport Beach adopted Resolution No.
2000 -18 which establishes, among other things, rate schedules for Balboa Pier Parking Lot and
the Corona del Mar State and City Beach Parking Lot.
WHEREAS, the City Council desires to desires to establish new fees for parking in the
Balboa Pier Parking Lot and the Corona del Mar State and City Beach Parking Lot.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport
Beach, as follows:
1. The City Manager shall determine the days upon which parking control shall be
maintained and evaluate whether there is sufficient demand for the use of said lots to justify
providing a parking attendant, or activating an automatic parking gate.
2. For each date that parking control is maintained, the following fees shall be
charged for the use of said lots:
I. BALBOA PIER PARKING LOT RATES:
Motorcycles and Handicapped: $.25 each 20 minutes to maximum of $4.00 per each
24 -hour period.
Autos: $.50 each 20 minutes to maximum of $8.00 per each 24 -hour period.
Vehicles 20 feet or longer: $1.00 every 20 minutes to maximum of $16.00 per each 24-
hour period.
0
L I
f
•
II. CORONA DEL MAR STATE AND CITY BEACH PARKING LOT RATES:
Motorcycles and Handicapped: $4.00 weekday/ $5.00 weekend and holidays.
Autos: $8.00 weekday/ $10.00 weekend and holidays.
Vehicles 20 feet or longer: $16.00 weekday/ $20.00 weekend and holiday.
III. The City Manager is authorized to waive any of the aforesaid fees established herein
when a special event of a charitable or civic nature is being held and it is in the best
interests of the City and the general public that fees not be charged for the use of any
such parking lot in connection. with said special event.
3. That the City Manager is directed to use additional revenue from the CDM State
Beach parking fee increase for the purposes of constructing the CDM State Beach `Beachgoer
Amenity Project" until such time as the Project is fully paid for. At that time, the City Manager
shall direct that the revenue be placed in the General Fund.
BE IF FURTHER RESOLVED that Resolution No. 92 -105 is hereby rescinded.
ADOPTED this 8s' of June.
MAY
STATE OF CALIFORNIA }
COUNTY OF ORANGE } as.
CITY OF NEWPORT BEACH }
1, Lavonne M. Harkless, City Clerk of the City of Newport Beach, California, do
hereby certify that the whole number of members of the City Council is seven, that the foregoing
resolution, being Resolution No. 2004 -43 was duly and regularly introduced before and adopted by
the City Council of said City at a regular meeting of said Council, duly and regularly held on the 81h
day of June, 2004, and that the same was so passed and adopted by the following vote, to wit:
Ayes: Heffernan, Rosansky, Adams, Bromberg, Webb, Nichols, Mayor Ridgeway
Noes: None
Absent: None
Abstain: None
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the
official seal of said City this 9th day of June, 2004.
(Seal)
�% —k –M-
City Clerk
Newport Beach, California
0
TO:
• i �3811��4)
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 21
April 27, 2004
HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, PE
949 -644 -3328
ldalton@city.newport-beach.ca.us
APR 2 7 2004
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS — APPROVAL TO
ADVERTISE FOR BID (C;, 6W) G- 341'x1
RECOMMENDATIONS:
1. Affirm the categorical exemption for this project.
2. Direct staff to advertise this project for bid.
DISCUSSION:
This project began during FY 2002 -03 with a $955,000 budget of American Trader Oil
Spill settlement and Proposition 12 Bond Act funds to replace and upgrade visitor and
other amenities at Corona del Mar State Beach. On September 10, 2002, the City
Council retained Robbins Jorgensen Christopher Architects (RJCA) to provide planning,
design, and construction services for the project. On December 17, 2002, the City
Council increased the budget for the project to include $365,535 generated from the
City's accumulated oil spill settlement interest and excess funds that were budgeted for
other completed oil spill projects, and amended RJCA's contract accordingly.
On July 8, 2003, the City Council approved a conceptual plan for a $2.2 million
improvement of the entire site and directed staff to prepare construction documents
such that either a first phase of construction could be awarded using the $1.1 million of
remaining budgeted funds or a complete project could be awarded in the event that
another $1.1 million was obtained for the project prior to award. (Copy of July 8, 2003
report is attached.) On January 13, 2004, the City Council again amended RJCA's
contract commensurate with RJCA's again - increased scope of services for the project.
RJCA has now completed final plans, specifications and estimate for the entire $2.2
million construction contract, and a set of the plans has been placed in the Council
Chambers for public review. The project was endorsed by the Parks, Beaches and
Recreation Commission on April 6, 2004; a Coastal Development Permit was approved
on April 14, 2004; and the Building Department is presently completing its plan check.
SUBJECT: Corona Del Mar Bea* Approval to advertise forbids •
ApN 27.2004
Page 2
The $2.2 million contract provides for demolishing and removing the existing restrooms,
concession buildings, a storage building, a parking lot ticket building, parking lot
entrance improvements, beachfront walkways and planters, and landscape, irrigation
and lighting systems that have been built or installed in stages over a 53 -year period.
The contract then provides for constructing two new restroom buildings (with more than
double the number of restroom fixtures than presently exist); a concession /lifeguard/
marine life refuge supervisor's building; a parking lot ticket building; parking lot entrance
improvements that feature a much larger drop -off zone; beachfront walkways and
planters; parking lot walkways; redesigned landscaping and irrigation systems; and
interpretive signage. All mature palm trees within the demolition area will be replanted
within the redesigned site.
Since only half of the funds needed to construct the entire project are available at this
time, the bid documents require that bidder submit a base bid to demolish and haul
away all of the restrooms and concession buildings at the site, but reconstruct only a
first phase of improvements (one restroom, the beachfront walkways, site utilities, and a
portion of the landscaping and irrigation systems - see attached Exhibit). If this option
is awarded, the second restroom, the concession building, the ticket building and
parking lot entrance improvements, the parking lot walkways, the interpretive signage,
and the remainder of the landscaping and irrigation systems could be built at a later
date. (Note that City staff might then need to obtain proposals to install temporary
mobile concession services that could be used until additional funding is obtained to
construct the permanent concession/lifeguard/marine life refuge building.)
The bid documents require that each bidder submit two bid totals. "Phase 1 only"
would construct the restroom, the beachfront walkways, the site utilities, and a portion
of the landscaping and irrigation systems. RJCA's estimated for this work is $950,000.
"Total Project", which would construct the remainder of the improvements as described
above, is estimated at $2,200,000, which is $1,250,000 more than Phase 1.
Site lighting includes lighting for new buildings and walkways and replacement of
existing beach security lighting. Fire ring, volleyball and parking lot facilities will be
relocated only to the extent needed to allow the new improvements to be built. Parking
lot lighting and fire ring, volleyball and parking facilities will not be built, refurbished or
redesigned as a portion of this project.
Plans, specifications and estimates for the project have been prepared by RJCA and by
City staff. Upon award, Staff may recommend that the City retain a construction
management firm. RJCA is already under contract to provide construction support
services and to prepare as -built drawings for the project.
Environmental Review:
Inasmuch as this project reconstructs facilities on the same site with facilities of
essentially the same purpose and capacity, the project is categorically exempt from the
provisions of CEQA. Accordingly, a categorical exemption has been prepared by staff
and posted for public review by the County Clerk (copy attached).
SUBJECT: Corona Del Mar Bea*Approval to advertise forbids •
April 27. 2004
Page 3
Public Notice:
This agenda item may be noticed according to the Ralph M. Brown Act (72 hours in
advance of the public meeting at which the City Council considers the item).
Funding Availability:
Adequate funds to award a $950,000± construction contract are available in the
following accounts:
Account Description Account No. Amount
Proposition 12 Bond Act of 2000 - State Grant 7251- C5100569 $472,290
Corona del Mar State Beach - American Trader Oil Spill 7295- C5100569 $633,380
Total $1,105,670
Upon award of a contract for Phase 1 construction, the balance of the available funding,
approximately $155,000, will be needed for construction contingency and to pay for
inspection, materials testing and contract management.
When the City Council approved the concept plan for the project, it directed staff to
seek additional funding to complete the entire $2.2 million project. Staff found that
additional funding might be obtained through Proposition 40, known as the California
Clean Water, Clean Air, Safe Neighborhood Parks, and Coastal Protection Act of 2002.
On January 27, 2004 the City Council adopted a resolution to apply for a $784,400
Proposition 40 grant. Staff anticipates a favorable response to this application prior to
the date for award of a construction contract.
If the Proposition 40 funding is approved, as much as $1,650,000 will then be available
for award of a construction contract. This means that approximately $550,000 may still
be needed to award a $2.2 million contract to construct the entire project. From this
Project's inception, City staffs intent has been to leverage non - General Fund revenue
sources to complete the Project — thus the use of American Trader Oil Spill dollars,
interest on those same revenues, and the Proposition 12 and 40 grants.
A shortfall of $550,000 is not insurmountable. In addition to phasing the Project, we
may be able to use enhanced concession revenue from a more dynamic concession
facility (which may still include the current concessionaire) and revenue from a parking
fee increase to fill the gap.
Regarding the parking lot fee (now at $6 per car at CDM State Beach), recall that
California State Parks plans to increase its beach parking fees to $10 per car effective
July 1, 2004 at Crystal Cove State Beach and at Huntington Beach and Bolsa Chica
State beaches. Already, State Parks' Annual Passes have gone from $67 for 12
months to $110.00. They will jump again to $125 on July 1, 2004. These increases
mean that CDM State Beach may see significant increased use if we don't raise our
parking rates to match or near the State rates. As such, we have asked the Harbor
Resources Division to recommend a new parking lot fee for CDM State Beach.
Revenue from this increase may be directed towards the Project to bridge the gap.
SUBJECT: Corona Del Mar Bea pproval to advertise for bids •
April 27, 2004
Page 4
Finally, other Proposition 40 and 50 grant windows will open and close between now
and the completion of construction. We know that this Project has received widespread
support from State agencies, including State Parks — it is fair to assume that it will
Continue to attract grant funding as additional grant dollars are released.
Submitted
m V. Barium
Works Director
Prepared by:
► �
. OI) P.E.
Project Manag
Attachments: Exhibit - Phase 1
Categorical Exemption
July 8, 2003 Council Report
Submitted by:
Da id tGff
Assis ant City Manager
ar _
ZJI •C S \n \ rl
es ' A ti Ij�p Syr ij \„
fy
ROBBLNSJOLLGTNSLMCI-t&LSTOPEGR
CORONA DEL MAR.BEACH
PHASE I PLAN SITE PLAN
APRIL 14, 2004
T ,
5.:
/
:
-t
J /
J`
•
i
"L'k J, 1
1
T ,
5.:
/
:
-t
J /
J`
•
i
r
t J.
:v
a
1 "J/
LPHASE I RESTROOM BUILDING
TEMPORARY CONCRETE SLAB — FUTURE CONCESSION J LIFEGUARD I MARINE LIFE REFUGE BUILDING
TEMPORARY TURF AREA— FUTURE RESTROOM BUILDING
PHASE I LMIT OF WORK
POSTED TY OF NEWPORT BPWH
3300 Newport Boulevard - P.O. Box 1768
MAR 0 3 2003 Newport Beach, CA 92658 -8915
(949) 644 -3200
TOM DALY. CLERK - RECORDER
N DEPwy NOTICE OF EXEMPTION
F I L E [ATTACHMENT
9
MAR 0 3 2003
TOM DALY, CLERK - RECORDER
DEPUTY
To:
From: City of Newport Beach
❑ Office of Planning and Research
1400 Tenth Street, Room 121
Planning Department
3300 Newport Boulevard - P.O. Box 1768
Sacramento, CA 95814
Newport Beach, CA 92658 -8915
(Orange County)
County Clerk, County of Orange
J
❑X Public Services Division
Date received for filing at OPR
P.O. Box 238
Santa Ana, CA 92702
Name of Project: Corona Del Mar State Beach Amenity Improvements
Project Location: Corona Del Mar State Beach
Specific:
Project Location -City: Newport Beach Project Location- County: Orange County
Project Description: Replace restroonts, concession facilities and outdoor eating
facilities; provide lifeguard substation facilities and interpretive
areas. RECEIVED BY
PLANNING DEPAR T MIEN T
CITY �- s,- „,yr, -.�• ��,
Exempt Status: (check one)
L ” IU03
Ministerial (Sec. 21080(b)(1);15268); Aii`I
Declared Emergency (Sec. 21080(b)(3); 15269(a)); r 9 t @�IYr���
Emergency 7 t1�1`ii ��jl "�i�Ni` 144-IS 2Is
o- Project (Sec. _1080(b)(4); 15- 69(b)(c); , I i I U
X Categorical Exemption. State type and section number. Class 2, S- tion 15302
Statutory Exemptions. State code number:
General Rule (Sec. 15061(b)(3))
Reasons why project is exempt: Reconstruction of existing structures and facilities on the same site u4th
substantially the same purposes and capacities as the existing structures and facilities.
Name of Public Agency Approving Project: City ofNewport Beach
Date of Approval:
Name of Person or Agency Carrying Out Project: Lloyd Dalton, Public Works Department
Contact Person: Lloyd Da ton Title: Design Engineer
Signature: Tel.No. 949 - 644 -3328 Date: January 16, 2003
%- ��'ii�'.- (- '�/iL?/J w t %// �-C r!v�✓ Tci fix' /efi'✓�
}
CITY OF NEWPORT BEACH 'fff S 2tiit3
CITY COUNCIL STAFF REPORT
k City council
Ctfy of Newport B@,
Agenda Item No. 12
July 08, 2003
TO: HONORABLVAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt.
Program Manager; (949) 644 -3207; gaberoer @city.newport- beach.ca.us
SUBJECT: Corona del Mar State Beach — Beachgoer Amenity Improvement Project
ISSUE:
The public facilities at Corona del Mar State Beach (Big Corona) have become
antiquated and have deteriorated to the point that they should be removed and rebuilt.
The Council is asked to consider the design and location of proposed facilities, to affirm
the Categorical Exemption, and to recommend direction regarding project funding.
Should the City Council affirm the recommendation of the Parks, Beaches, and
Recreation Commission to move forward with planned improvements to Corona del Mar
State Beach?
RECOMMENDATION:
1. Approve conceptual site plan and draft facilities concept for replacement facilities
at Corona del Mar State Beach;
2. Affirm the Categorical Exemption (copy attached);
Direct staff to proceed with the full site plan and facilities concept by phasing the
full project to reflect available funds and by seeking additional funding for its
completion.
DISCUSSION:
Background:
The City of Newport Beach operates and maintains the parking lot and beach facilities
at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949,
Cofuna del Mar State Beach
July 8, 2003
Page 2
the State and the City entered into an operating agreement, renewed six times --most
.recently in 1999 —that dictates the City's operations at the beach and directs the City to:
"care, maintain, and control" Big Corona "for the purposes of the State Park
System" including `playground, recreational, and beach park purposes" (that
are) "at all times accessible and subject to the use and enjoyment of all
citizens of the State of California."
Although the City does not "profit' from administering the beach at Big Corona —all
revenue generated at the facility must be used for "recreation and park purposes within
the City," according to the City's operating agreement with the State —it has a
substantial interest in maintaining and enhancing the facilities there, as the beach park
is a significant source of passive and active recreational activity for both residents of,
and visitors to, the City.
Public facilities at Corona del Mar (CdM) State Beach have been built, operated and
maintained by the City of Newport Beach under agreement with the State of California,
which expires in 2029. Beach facilities that were built in 1951, 1960, 1965 and 1970
have become antiquated and deteriorated in the hostile salt air environment to the
extent that they should be removed and replaced. The facilities include buildings
containing two concession stands, a "beach rental" storage stand, two men's and two
women's restroom buildings. Concrete shade structures were also on the site, but were
removed for safety reasons.' Various paving and walkway areas are present, with lawn
area, raised planters, and palm trees in place throughout the site. A picnic area is
separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at
the northwest comer of the parking lot. Finally, "on- beach" amenities include
approximately 30 concrete fire rings and 10 sets of beach volleyball standards.
Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY
2001 -2002 according to the City's lifeguards, who have kept estimates for a number of
years. Revenue collected at the park consists of two sources — parking fees and
concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the
second - highest income in the last decade ('99 -'00 had the highest, at $626,626).
Concession revenue accounted for $87,633; therefore, the total revenue generated to
the City from the park was $710,253.
Project Scope & Description:
Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at
the aging, but beautiful and very popular beach. In 1999, the Trustees Council of
plaintiffs involved in the American Trader Oil Spill settlement assigned $476,000 to the
nascent Corona del Mar State Beach improvement project. In 2001, the City received a
one -time $479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from
• • rona del Mar State Beach
July 8, 2003
Page 3
the State of California Parks & Recreation Department to replace the aging concession
stands with new, more attractive and useful facilities more reflective of the Corona del
Mar atmosphere and history. Specifically, the grant award called for a year -round facility
that maximizes views of the Corona del Mar beach, the nearby Newport Jetty, and
would take advantage of the nearly 300 days of unbroken sunlight at the beach.
The project scope also included a call for the removal, redesign and new construction of
shading infrastructure, placement of interpretive signage about the tidepools at "Little
Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one-
time grant award was authorized by the State, and was paired with the "American
Trader" funds. Upon initial detailed investigation of the facilities, it was determined
that —in addition to the demolition and reconstruction of the existing concession and
shade structures —the restroom facilities were in serious need of improvement. In fact,
some roof elements of the dressing areas were removed for safety reasons, as chunks
of concrete had the potential to fall and injure patrons. In October of 2002, an additional
$365,535 in "American Trader funds" and interest were redirected by the Trustees
Council to the CdM State Beach improvement project, providing a total funding amount
of $1,320,535.
Therefore, the final scope of the project involves a total removal and reconstruction of
the existing antiquated facilities along the beachfront, along with an update of the uses
to reflect the requirements of the current beach -going resident and visitor park users. In
conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects
(RJC) —hired by the City as consulting architects and designers —a series of "design
objectives" were established. They include:
• Providing a safe beachgoing environment;
• Improving the public safety /lifeguard presence at the beach;
• Fostering environmental awareness of the tide pools and beach, while minimizing
environmental damage;
• Maintaining the natural aesthetic appeal of the beach, bluffs, and ocean view;
• Minimizing the impact of new structures and landscape on existing views;
• Sizing facilities appropriately for `existing' level of beach use, not for expansion;
• Designing structural roofs as "5'h- sided" architecture;
• Designing attractive, vandal proof, easily - maintainable facilities in the harsh salt/beach
environment; and
• Mitigating conflicts where possible between fire ring users, volleyball players, and
sunbathers.
Public Safety Needs -- Lifeguard Facilities:
We believe that the City of Newport Beach also has a responsibility to provide a safe
environment for the public at Corona del Mar State Beach. This responsibility includes
lifeguard services, whose needs at CDM State Beach are outlined below by Fire Chief
Riley:
• Cu ona del Mar State Beach
July 8, 2003
Page 4
"Our primary reasons for providing lifeguard services are to watch the water
for potential problems, effect rescues of persons in distress, and provide
medical assistance to minor beach related injuries.
The Fire Department uses a dynamic deployment model for staffing lifeguard
towers and vehicles. Our model is based upon the time of year (summer,
spring break, spring/fall, and winter), the current weather and surf conditions,
and the current and projected beach attendance. During the summer, we
project full deployment each day and scale back from there. So during peak
times of our beach use, we have all towers staffed and watching the water
and all vehicles staffed and providing patrol and tower back -up. A typical full
deployment at Corona del Mar Beach starts at 9:00 AM with one lifeguard
unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By
11:00 AM, we have added a supervisor in a vehicle and four lifeguards to
staff the other lifeguard towers (three more at CdM Main Beach and one at
Little Corona.) The towers remain staffed until 5:00 PM, when we begin
closing the towers over the next two hours. By 7.00 PM, we have closed all
towers and taken a lifeguard patrol vehicle out of service. From 7.•00 PM until
9:00 PM, we only have one supervisor to patrol the beach. This is our
schedule from June 15 through August 15; nine of the fifty -two weeks we
provide lifeguard services.
The other forty -three weeks of the year, we use dynamic deployment based
upon circumstances and availability of personnel There are times when we
only have one lifeguard at CdM. This is due to light crowds or marginal
weather where few people are using the water. Sometimes it is due to the
fact that many of our seasonal staff are not available as they have retumed
to their non - summer pursuits (i.e. other jobs, school.) With a new trend
towards spring break occurring during many different weeks of spring, we
have significant difficulty with varying large crowds of out -of- school visitors
and an inconsistent supply of seasonal lifeguards who may or may not be
available. Watching the water during non - summer weeks has become
increasingly challenging.
All of that being said, the Fire Department has asked for some space at CdM
to provide for the following:
1) an enclosed area to park our patrol vehicles - we currently park our
vehicles inside the crowded garage at LG Headquarters at the Newport Pier.
This provides them reasonable protection from the harsh beach environment
that already prematurely shortens the usable life of our vehicles (max four
years.) This means our personnel assigned to vehicles that patrol CdM must
first go to the Newport Pier to pick up their vehicles and drive to CdM. This is
valuable time we pay for that is not spent watching the water.
• Corona del Mar State Beach
July 8, 2003
Page 5
2) an area to provide first -aid services - we currently use the back of the
parking control kiosk (about 12 square feet) to administer minor first -aid due
to beach related injuries, such as sting ray stings, sea urchin spine
punctures, and minor bumps and bruises from being knocked down by sun.
We believe we can design our parking garage to become our first -aid area
when we pull our vehicles out to patrol the beach, eliminating the need for a
separate first -aid area. We would use this area to provide patient seating,
access to clean, hot water, and clean storage of first -aid supplies. It would
also provide a private area for paramedic to work on a patient if necessary.
3) a small observation/work area - as mentioned earlier, there are times
when only one person is assigned to CdM, frequently a full -time employee. A
strategically placed and elevated observation area would allow a single
employee the ability to view the maximum beach area from an improved
vantage point Currently, the only way for a single person to observe all of
CdM during a non - high -usage period is to patrol in a vehicle. This does not
provide the best visibility in contrast to the proposed observation tower. To
see the strategic value of a well- placed observation tower, visit us at the
Newport Pier and see what we can see from LG Headquarters, everything
but CdM. This would also allow us to have a presence there and still allow
our full -time employees access to our computer and telephone systems to
work on projects while being available for public response.
4) a location to install an 800 MHz radio repeater - the countywide 800 MHz
law /fire /public works radio system has some obvious coverage problems due
to the topography of Orange County, particularly. the areas of Balboa
Peninsula, Corona del Mar and Newport Coast. Working with the County, we
have installed radio repeaters at the Corona del Mar Fire Station and the
Crystal Heights Association entrance kiosk and still may have some
coverage problems along Corona del Mar Main Beach and the Peninsula.
This means we have areas of Newport Beach where our police and fire
personnel cannot communicate on their radios. The County staff believes
and we agree that a repeater at CdM Main Beach would solve the coverage
problems associated with these areas. The erection of a small observation
tower and garage would provide the perfect physical structure to house a
repeater.
This illustrates that this is not a frivolous request but rather a great
opportunity to improve public safety services to CdM beach visitors and their
neighbors. Each one of the reasons listed above enhances our primary
mission - to watch the water."
Orona del Mar State Beach
July 8, 2003
Page 6
Public Outreach:
In response to the design objectives noted above, a public outreach program was
formally established to solicit input from adjacent residents, Parks, Beaches and
Recreation (PB &R) Commissioners, City Council members, and City staff who have a
daily presence at the facility. In late 2001, in conjunction with the State Parks grant
application process, a survey was mailed to approximately 1,000 households in Corona
del Mar and placed on the City's website. 180 responses from the community were
received — that's a 15% response, which is considered fairly strong. Information
gathered from the surrey was used to provide additional baseline direction for the
consultants and project team. The Parks, Beaches & Recreation Commission heard an
initial presentation of project concepts in January of 2002 and was asked to provide
initial direction in their role as advisors to the City Council regarding parks and
recreation.
Following the RFP process, culminating with the selection of RJC as project architects
in September, 2002, a series of pre- design meetings were held with City departments to
identify and outline necessary refinements of the project's scope and ways that scope
might be implemented to balance competing needs and interests.
On March 4th• 2003 the project team returned to the PB &R Commission to review and
comment on three site plan alternatives prepared by the consultants. A public
workshop, with individual mailed notices sent to over 300 adjacent property owners,
was held on March 10th so that property owners and residents could also see close up
what was being considered and could provide their recommendations. We made a
similar presentation to the City Council on March 25th during Study Session.
In April 2003, project team members presented the latest options and proposals for
discussion to the boards of both the Corona del Mar Residents Association and the
CdM Business Improvement District at their monthly meetings. Board members of both
organizations responded with questions and comments.
After this series of meetings and public hearings, suggestions and recommendations
were focused into one proposal, which was presented to a standing subcommittee of
adjacent property owners — mainly residents of Breakers Drive —on May 1St. Following
their recommendations, and those stemming from additional meetings with City Harbor
Resources, General Services, and Fire departmental staff, the site plan and building
concepts have been further defined into what is the subject of this report. Additionally,
ongoing comments have been received via the project's web page on the City's
website, where the PowerPoint presentations of all public hearings may be reviewed.
Most recently, the project was presented for conceptual approval and for direction —if
any —on budgetary issues to the P, B & R Commission on June 4th. Following
discussion from the public on a number of issues, including those related to
to
r
Corona del Mar State Beach
July 8, 2003
Page 7
concessions and lifeguard service and facility matters, the Commission approved the
conceptual plan as presented.
One side aspect of the project should be mentioned at this time to inform the
Commission and Council. Although the "on sand" amenities —fire rings and volleyball
courts —were not formally part of the project's scope, the project team presented a
number of options to attempt to alleviate the tension between volleyball players, fire ring
users, and adjacent residents who must bear the burden of smoke and soot throughout
the year. The fire rings were the subject of much of the response from the survey, and
of heated debate from residents at the March 10ffi public workshop. Also, none of the
alternative arrangements appear to be suitable to the organized volleyball constituency
at the beach, who organized an e-mail effort to express their opinions.
As the volleyball court locations shown on the three early alternative plans were not "to
scale" and thus shouldn't have been relied on as particularly accurate; and since there
is still much uncertainty as to what the California Coastal Commission will allow in terms
of any possible reduction in the number of fire rings; and as design of the "on sand"
facilities were not part of the consultant's scope of work but were taking up valuable
resource hours that needed to be utilized elsewhere, the project team has decided—
with the assistance and cooperation of Recreation & Sr. Services departmental staff to
defer this effort to a later date and more suitable venue. Reasonably, this outreach effort
will occur following the approval of a final hardscape design, and be led by staff from the
Recreation & Sr. Services department, with assistance from both Community &
Economic Development and General Services departments.
Site Plan:
Three buildings are proposed for the site: two 1,231 gross square foot restroom
facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225
gross square foot joint -use concession, lifeguard/first aid, and marine life resources
facility that is one -story with a small lifeguard observation room on a second level (see
Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed
position of these three structures, which are proximate to the current location of the
existing structures. The restroom buildings are spread out —with the
concession /lifeguard facility between them —so that they have the ability to serve users
from the entire beach.
Prior to the recent demolition, there were 9,268 s.f. of facilities (including the T -beam
shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities.
Each of the two proposed restroom facilities are fully - fixtured and ADA- compliant, and
have 12 total water closets for women and four water closets and four urinals total for
men, along with changing tables in each area. These buildings are proposed in such a
oi ona del Mar State Beach
July 8, 2003
Page 8
way as to provide the maintenance and cleaning staff the ability to close half the
building (men/women) for cleaning, while leaving the other half ( menvwomen) open for
use. Also, these buildings are located on site in such a way as to enhance visibility of
the doorways from as many sides as possible, assisting with passive security. There
are two rinsing showers outside each of these buildings, which will utilize sand traps to
maintain adequate drainage. The aggregate additional square footage proposed for the
new structures (two identical buildings) is 96 square feet larger than the existing
restroom /changing room structures (which are presently three separate structures); and
the proposed design dramatically increases the number of bathroom fixtures available—
particularly for women —a critical element to almost everyone involved in the public
outreach process.
Likewise, the concession /lifeguard facility is more centrally - located than the eiisting
structures, providing both the lifeguards and the concessionaire the opportunity.to more
easily view and serve the users. This facility design has the ability to provide suitable
concession service for food service concessions, "beach rentals" (body boards,
umbrellas and similar equipment) and storage; marine life refuge educational as well as
first aid, observation, light supervisory activities for the lifeguard service. Following
discussion with adjacent residents, and after on -site facility inspection and discussion
between the consultants and lifeguards, the higher -level lifeguard observation room has
been significantly scaled back in size, to a total of 75 square feet of floor area
(approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height.
To accommodate peak beach food service concession on an "as- needed" basis —the
possible 10 -15 days per year where the project team envisions that the proposed
structural concession service may not be sufficient —a temporary vehicular concession
parking area has been located adjacent to the western side of the park. This area is
near the largest proposed area of grass to accommodate standing patrons (both before
and after service), and would not require the removal —on even a temporary basis —of
parking. A subcontract to the concessionaire could likely be established with a local
commercial food service provider, which would operate a self- sufficient van -type vehicle
at that location adjacent to the curb. This "as- needed" location for a non - permanent
concession facility serves a number of goals: it reduces the total permanent building
mass and space adjacent to the beach; reduces on -going maintenance for the
concessionaire and the City; and thus saves costs.
A note about public concerns regarding the site plan: Several residents of Breakers
Drive have written the City about the proposed project. Most state that additional
permanent structures will not benefit the beach. Some have pointed to the lifeguard
facility as an unnecessary addition. We hope that design simulations and possibly story-
poles for the facilities might allay residents' concerns regarding building height, location
and view impacts.
91
Corona del Mar State Beach
July 8, 2003
Page 9
The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the
reduction in space available for the, concession at CDM State Beach. Kilmer believes
that two separate concession spaces are needed to effectively serve the beachgoers.
The staff team associated with this project (Kill, Dalton and Berger) recommend
reducing the size of the concession area to better fit within the proposed project and to
help respond to residents' desires to see "fewer permanent structures." The
concessionaire has been working with the City for a number of years, although there is
not a concession agreement in place at this time. We intend to issue a Request for
Proposals (RFP) for new concession services (to which Mr. Kilmer is more than
welcome to respond) as the Project nears completion -- doing so is consistent with
Council Policy F -4 ( "Income Properties ").
..
This report indicates the existing and proposed "space lists " —i.e., what uses are
allocated how much square footage on the site and what net increase /decrease is
proposed (see Attachment 4). A significant comparative statistic is located in the chart
titled "Miscellaneous Comparisons" (see Attachment 5). The linear building frontage —
the amount of 'building wall' a viewer sees from the ocean side or the Breakers ,Drive
side —is almost reduced by half. In other words, the proposed building arrangement has
- - greatly increased the ocean visibility for adjacent residents — particularly those whose
houses are below the bluff —by orienting the "long side" of the buildings perpendicular to
the ocean.
Finally, the existing 'softscape' areas adjacent to the beach — grass, trees, seating walls
and sidewalks —will be reconfigured to allow for a more appealing user experience.
Approximately 8,800 square feet of turf grass area will be added; spread out across the
length of the beachfront/pavement "strand" so users can feel more separation from each
other and so that school children attending tide pool education can be more effectively
(and safely) controlled by their chaperones as they walk to and from the tide pool areas.
However, the actual length of paving /sidewalk is not substantially increased, though
they will be widened to allow for more comfortable pedestrian circulation and more
efficient cleaning by the City's existing rolling stock. Seating walls along the strand will
allow additional 'non -sand' relaxation while protecting the turf somewhat from blowing
sand build -up. These seating walls accommodate a number of breaks, however, for
visitors to easily walk to the sand and for emergency vehicle access. Further, a new
sidewalk along the along the western edge of the parking lot-- connecting the strand to
the stairway leading to Ocean Boulevard —is proposed. Many of the current site's
existing palm trees will be removed and relocated in new ways to accommodate the
update in design.
3
arona del Mar State Beach
July 8, 2003
Page 10
Alternatives and Phasin
We estimate that the total cost of this project —if we include each of three Alternatives—
may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million
is secured and "in- hand." The base project— without the Altematives —is estimated at
about $1.99 million.
As such, the Council will want to determine if we should include or exclude certain
alternatives — listed below —in the project and whether or not to direct us to complete the
overall project in phases.
If the Council likes the overall project but we still need additional funding, phasing may
work well —we would complete what we can with available funds and seek funding for
the remainder. Once the remaining funding is secure, we would complete the full scope
of the project as a "Phase ll."
Phase I. Phase I consists of demolition of the existing structures on the site, and
construction of the three replacement buildings (two restroom facilities and one multi-
use structure), along with necessary sidewalks, seating walls, utilities and landscaping
along the beachfront/pavement "strand," as noted above.
Phase II. Phase II consists of three possible add -ons. In a project of this nature —at a
facility where no significant improvements have been made for many years —there are
usually additional elements (called "add -ons" in this Staff Report) that are deemed
appropriate even necessary—but are not critical to the project's success. The Corona
del Mar State Beach improvement project is no exception; there are three.
• Add -on #1 – Parking Lot Improvements. Add -on #1 relates to the site parking
lot. Portions of the lot and the parking fee booth will be demolished and rebuilt to
accomplish the main elements of the project: However, to accommodate better
internal traffic flow and parking accommodations (with little net change in total
spaces) and to provide a more efficient entrance kiosk, it is recommended that
the parking lot improvements be combined with the project's first phase. This
add -on does not, however, significantly alter the existing driveway in and out of
the park or the entrance to Breakers Drive. Due to the physical constraints on the
property, the stacking of waiting vehicles at the top of the hill will continue to be
enforced by traffic management and police personnel when the existing lot is full,
in order to ensure access the ability of Breakers Drive residents and emergency
vehicles to enter and exit the facility at all times.
• Add -on #2 -- Picnic Areas. As a 2nd additional element, there is a call to improve
the existing picnic area at the northwest corner of the park site. Although the
details have not yet been worked out in any substantive detail, the consulting
10
Corona del Mar State Beach
July 8, 2003
Page 11
architects have taken a first step in estimating sitework and landscaping
descriptions in response to recommendations by City staff. Improvements may
include: new landscape, turf and associated irrigation —but saving the existing
trees; new picnic tables and barbeque areas; hardscape pavers /paving to
accommodate year -round use of the barbeques; proper drainage to
accommodate runoff; low retaining walls as required; better pedestrian access as
required; and covering the adjacent existing drainage swale.
• Add -on #3 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the
final portion of new facilities recommended by the Fire Department for additional
public safety presence at the park. The Fire Chief believes that, to increase
efficiency and timeliness in their duties, they may require the ability to store a
lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed
space. One possible option would be to construct a small, non - obtrusive
structure near the northwest portion of the site, perhaps in conjunction with picnic
area improvements.
These three add -ons are meant to be viewed as separate and distinct options —and not
as a part of the base scope of work. If the City Council wants to pursue these, it should
consider the allocation of additional funds in future year budgets (see Attachment 7).
Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of
clarity, add -on #3 has not been, and none are part of the initial project scope of design
for the consultants or staff. The PB &R Commission has, and City Council should, review
these add -ons, however, to understand and debate the entirety of the site - related
project.
Schedule:
Following approval of the conceptual plans by City Council, the project team must
prepare fully detailed construction plans and specifications, obtain plan approval from
the California Department of Fish and Game, the California Department of Parks and
Recreation, and permits from the City's Building Department and the California Coastal
Commission before the project may be advertised for bid. The project must be
advertised for bid by mid- June'04 so that bids may be opened by mid -July, award made
by early August, construction commence the day after Labor Day 2004, and work be
completed by Spring Break '05. A copy of the current schedule is provided (see
Attachment 8).
Environmental Review:
A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302
(Replacement or Reconstruction), was filed with the Clerk of the County of Orange and
posted in March, 2003. Per the California Environmental Quality Act, "Class 2 consists
0
Corona del Mar State Beach
July 8, 2003
Page 12
of replacement or reconstruction of existing structures and facilities where the new
structure will be located on the same site as the structure replaced and will have
substantially the same purpose and capacity as the structure replaced." (Sec. 15302)
The N.o.E, was filed prior to the project's conceptual approval, in order to comply with
procedures for obtaining the agreement required under the Proposition 12 local
assistance grant noted above. The project description outlined in the N.o.E. calls for the
project to: "replace restrooms, concession facilities and outdoor eating facilities, provide
lifeguard substation facilities and interpretive areas."
Funding Availability:
As noted above, the City has approximately $1,320,535 allocated to the project at the
present time, minus design, engineering, and other consulting services costs. However,
the grand total for the base scope of work is estimated at approximately $1,992,848
(see Attachment 6). Additionally, Phase 11 Add -on #1 improvements are estimated at
$219,385; Ph. II Add -on #2 improvements are estimated at $146,258; and Add -on #3
improvements are estimated at approximately $103,863 (see Attachment 7).
Staff Recommendation. Staff believes that the proposed base scope of work, as
presented in this report, is a reasonable and well- considered project appropriate to the
local community and the wider audience it serves. Additionally, the project team
believes that Phase II Add -on #1 is an appropriate addition to the overall project, which
should reasonably be constructed along with the Phase I (base scope of work)
improvements.
Therefore, we recommend that the Council approve in concept the design and cost
estimate for the base scope of work (Phase 1) and Add -on #1 of Phase II for a total
project cost approximated at $2,212,233. We also recommend that the Council
authorize us to go forward with planning, design and permitting for both Phase I and
Add -on 91 of Phase 11. As design and permitting are underway, we will examine
additional funding options (including grants) to reach our almost $2.5 million goal.
Prepared by: Submitted by:
Ge ge rger / C8, D P gram Manager Dave Kiff, Assi tant City Manager
Attachments:
Attachment 1: Proposed Restroom Facility Plan and Elevation
Attachment 2: Proposed Con cession/Lffeguard/Marine Resources Plan and Elevation
Attachment 3: Proposed CdM State Beach Site Plan
17.
Corona del Mar State Beach
July 8, 2003
Page 13
Attachment 4: Space List
Attachment 5: Miscellaneous Comparisons List
Attachment 6: Conceptual Cost Estimate — Base Scope of Work
Attachment 7: Conceptual Cost Estimates — Phase II Add -ons 1 -3
Attachment 8: Current Project Schedule
Attachment 9: Notice of Categorical Exemption
Corona del Mar State Beach
Deachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Space List
space
existing
proposed
Restrooms
area
area
Women
590 (10WC's)
1,056 (24 WC's)
Men
590 (6 WC's + 6UR)
624 (8WC's + 8UR)
Equipment Storage (in plumbing chase)
N.A.
464
Lifeguard Substation (1st floor)
N.A.
571
Lifeguard Observation room (2nd Floor)
N.A.
75
Marine Life Refuge Supervisor's Office
N.A.
126
Tidepools Storage
N.A.
51
Concessions
2,460
1,046
Changing Rooms
404
0
Subtotal
N.A
4,013
Grossing Factor = 17%
N.A
674
Total
4,044
4,687
S,
C1
r
w
0
s
3
m
.a
Corona del Mar State Beach
Beachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Miscellaneous Comparisons
Item
existing
proposed
Building Area
4,044sf
4,687sf
Permanent Shade Structures
5,224sf (demolished)
1,000sf
Linear Building Frontage
215' -0"
103' -6"
Paving / Walkways
33,443sf
34,017sf
Landscaped areas
Lawn
12,664sf
30,328sf
Raised Planters
4,508sf
0sf
17,172sf
30,328sf
total landscaped area
a
N
n
s
3
m
0
GRWML %IER,WAL
f4RR00ma
F96id ,4 'SHINrC--
AG&iN6
i
2 ROOFPIAN
I
t
CORONA DEL MAR STATEBEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
FLOOR PLAN
-% tle eYd
Attachment 1
RESTROOM PLANS `\ IL
A-1
JUNE04,2m ROBBLNSJORGENSENCHRISPOPhIER
n T`.11NORTl11SOLrN ELEVATION
<P._Id
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
ELEVATION
al
MAY 05, 200.1
IS
ROBBINS JORGENSEN 0-MISI70PHER
�SARVmi7.
_K OORFLANBl[Ek'"GH-60ER
AMENITY 1100R.0-VEMENTS PROJECT
�
u
CONCESSIONS
�;li
�«S,np«sz
3.45 SF
_FIRST FLOOR PL�l
FLOOR PLANS
�Y 05. 2003 RoBBINSJORGENSENICHRISTOPHER
u
CONCESSIONS
�;li
�«S,np«sz
3.45 SF
_FIRST FLOOR PL�l
FLOOR PLANS
�Y 05. 2003 RoBBINSJORGENSENICHRISTOPHER
-o 0
SOUTH ELEVATION
TOP OF ROOF
i -G
SECO.ID FLOOR
m -o•
FIRST FLOOR
-6"
n WES7 ELEVATION
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT ELEVATIONS
0
1-]
w y C5. - m ROBBINS JORGENSEN CMSMPHER
EXISTING TRASH
•
EYEERGENCY VEHICLE ACCESS
�LlDataTLRD6�' •.
NORTH
SCALE; ISO
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
SHADE STRUCTURES
CONCESSIONS S PATIo
S PATIO
UARDS, CONCESSIONS, 6 TDEPOOL PROGRAUS
AID PATIO
:XCONC. 6EAT WALL
AREA TYP.
. SIDEWLIC TYP.
Attachment 3
EXISTING PARKING 538 SPACES
PROPOSED PARKING 541 SPACES
TYP.
I, BASE SCOPE OF WORK
SITE PLAN %,. )S
NNE 03, 2803 ROBBINS JORGBNSEN CHRIMPHER
0
•
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
• C3g�
January 13, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, P.E.
949 - 644 -3328
ldalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT
NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS
JORGENSEN CHRISTOPHER ARCHITECTS
RECOMMENDATIONS:
Approve Amendment No. 2 to the Professional Services Agreement with Robbins
Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to execute
the Amendment.
DISCUSSION:
On September 10, 2002, the City Council approved a $111,670 professional services
agreement (PSA) with Robbins Jorgensen Christopher Architects (RJCA) for the CDM
State Beach Improvements. The PSA provided for planning, schematic design,
contract preparation and construction support to construct or reconstruct approximately
$750,000 of improvements at Corona del Mar State Beach. The original scope of work
included the replacement of restroom and concession facilities only.
On December 12, 2002, the City Council increased the budget for this project by
$350,000 and approved an amendment to the PSA. The amendment provided a
$31,330 fee increase for performing the additional contract preparation and
construction support services for the additional construction budget.
On July 8, 2003, the City Council approved RJCA's conceptual plan for an estimated
$2,500,000 construction project, thus increasing the construction budget by $1,400,000.
Also, the City Council instructed that plans and specifications for the project be
prepared such that construction could be phased in the event that insufficient funding
was available to award a $2,500,000 construction contract next summer. The currently
funded Phase I work scope includes the demolition of the existing structures and the
construction of three replacement buildings (two restrooms and one multi -use
structure), along with the necessary sidewalks, seat walls, utilities, and landscaping.
The currently unfunded Phase II work scope includes reconstruction of the parking lot
drop - off /entry, entrance kiosk, improved picnic areas (northwest portion of the park) and
I
SUBJECT: Corona Del Mar BeacOmendment 2 to the Professional Services AgreenWth Robbins Jorgensen Christopher
Architects
January 13, 2004
Page 2
a satellite lifeguard facility including overnight vehicle storage space, first aid /office
space, and small observation deck . (See attached City Council Report dated July 8,
2003 for more detailed information)
On November 25, 2003, RJCA submitted a proposal to provide services for the
additional construction for a fee of $71,500. A staff report was brought before the City
Council on December 9, 2003, recommending that the City Council approve
Amendment No. 2 with RJCA. The City Council asked for additional information
concerning Amendment No. 2 and continued the item.
City Council's July 8, 2003, direction added approximately $1,100,000 of Phase II
construction to the project. RJCA's scope of work now includes providing plans,
specifications, estimates and construction support services for reconstruction of the
parking lot entry/drop -off area, the parking lot ticket booth, the restrooms, the
concession facilities, the ocean front promenade, the landscape, and the lighting and
signage, in addition to constructing a new lifeguard facility. Staff negotiated the
additional compensation for these addition services with RJCA, and feels that the
agreed fee is fair and appropriate.
Note that RJCA's original fee for all services was $14.9% of the amount available for
construction, whereas the increase in fee for the $1,450,000 increase in construction
budget is 7.1 %. The difference in percentages represents the amount of time RJCA
used for staff and community meetings, planning and schematically designing the
project prior to commencing preparation of construction plans, specifications and
estimates for the project.
Adequate funds are available for approving Amendment No. 2 in the following account:
Account Description
Corona del Mar State Beach Improvements
Prepared by:
9,P --� 0,
Lloyd D ton, P.E.
Project Manager
Account Number Amount
7295- C5100569 $71,500.00
Submitted by:
r(i G. Badum
Works Director
Attachments: Copy of Proposed Amendment No. 2 with RJCA
Copy of Executed PSA with RJCA
Copy of Executed Amendment No. 1 with RJCA
July 8, 2003, Council Memo
0
9
•
AMENDMENT NO.2 TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of , 200_, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter
referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
(RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter
referred to as "CONSULTANT'), is made with reference to the following:
RECITALS:
WHEREAS,
10 A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as 'PROJECT; and
B. On December 12, 2002, CITY and CONSULTANT entered into an
amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for
additional professional services needed for PROJECT; and
C. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
D. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT or AMENDMENT NO. 1; and
E. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
0
0
E
F. CITY and CONSULTANT mutually desire to amend AGREEMENT
and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as
provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 2 according to "Exhibit A" dated November 25, 2003,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five
Hundred and no/100 Dollars ($71,500.00), thus increasing total compensation for
PROJECT to $214,500.00.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO.
2 on the date first above w;' [ten.
CITY OF NEWPORT BEACH,
A municipal corporation
By:
APPROVED AS TO FORM: Tod W. Ridgeway, Mayor
City of Newport Beach
City Attorney
ROBBINS JORGENSEN
CHRISTOPHER ARCHITECTS
ATTEST: By:
Print name
By: _
LaVonne Harkless
City Clerk
f: \users\pbvAshared \agreementslfy 02- 03 \rjcai -amend no. 2 -odm state beach.doc
u
7
•
•
•
ROBBINS JORGENSEN CHRISTOPHER
F
C . 1 h}9WPCn
November 25, 2003
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Re: CDM State Beach Improvements
RJC Job No. 0223
Dear Lloyd,
This letter is to submit our additional fee for professional services related to the increase in scope
and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is
as follows:
1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 7/8/03.
Fee at 9.7% of construction cost: $ 21 300.0
2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by
council on 7/8/03.
Fee at 9.7% of construction cost: $ 50.200.00
3. Preparation of additional /unforeseen presentation material during schematic design
phase. (Approx 40 hours) NOT INCLUDED c
TOTAL
$ 71,500.00
The construction value for the project has been increased by approximately 60% again. In order
to meet the requirements of the City, we believe that we can complete the project, including the
additional scope for $214,500.00
Please feel free if you have any questions on this revised proposal.
Sincerely,
R bins Jorgense Christopher, Inc.
oberta Jorgen n FAIA
President
Accepted by:
City of Newport Beach Date
2800 LAFAYEITE
NEWPORT BEACH,
CALIFORNIA 92663
PH 949.166.0060
FAR. 949.566.0083
WEB' www.quren.�9m
R:�Aelice Prnicct981223`A:.mtract EFee Pmptna1%,.Ad(N -r% I I203u03A
PROFESSIONAL SERVICES AGREEMENT
FOR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AGREEMENT, .entered into this & day of 2002, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette,
Newport Beach, California, 92663, (hereinafter referred to as "Consultant"), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of Califomia with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to replace improvements at Corona del Mar State Beach
( "Project").
C. City desires to engage Consultant to provide architectural services for
Project upon the terms and conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Roberta W.
Jorgensen, FAIA
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
1]
-1-
. desires to contract with Consultant under the terms and conditions provided
in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the /( day o and
shall terminate on the 11 day of January 2004, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
0 3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit T" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall not exceed the total contract price of one hundred eleven
thousand, six hundred seventy dollars ($111,670).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
-2-
0 •
computer printing, postage, mileage, etc.
3.2 Consultant shall submit monthly progress invoices to City payable by City
Within thirty (30) days of receipt of invoice.
3.3 Consultant shall not receive compensation for extra work without prior
written authorization of City. Authorized compensation shall be paid in accordance with
the schedule of the billing rates as set forth in Exhibit `B ".
3.4 City shall reimburse Consultant only for those costs or expenses, which
have been authorized by this Agreement, or specifically approved in advance by City. `
Such reimbursement shall be limited and shall include nothing more than the following
costs incurred by Consultant:
A. Costs of subconsultants for performance of any of the services which
0
Consultant agrees to render pursuant to this Agreement which have been .
awarded in accordance with the terms and conditions of this Agreement.
B. Other costs and /or payments specifically authorized in advance in writing by
City and incurred by Consultant in the performance of this Agreement.
4. STANDARD OF CARE
All of the services shall be performed by Consultant. or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all. services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant has
0
Egli
0
or shall obtain all licenses, pen-nits, qualifications and approvals required of its profession,
and Consultant shall keep in effect all such licenses, permits and approvals during the
term of this Agreement.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the
details and means of performing the work provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement which may appear to give City
the right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's Project
Administrator. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Roberta W. Jorgensen, FAIA, to be its
KI
• •
Project Manager. Consultant shall not bill any personnel to Project other than those .
personnel identified in Exhibit "B ", whether or not considered to be key personnel, without
City's prior written approval by name and hourly billing rate. Consultant shall not remove
or reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City s approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement. 0
Consultant shall not be responsible for delays which are due to causes beyond
Consultant's reasonable control; however, in the case of any such delay in the services to
be provided for Project, each party hereby agrees to provide notice to the other party so
that all delays can be addressed.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance "of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
E
-5-
-'* ; -0
• federal law, regulations and permit requirements and be subject to approval of the Project
11
Administrator.
11. PROGRESS.
Consultant is responsible to keep the Project Administrator informed on a regular
basis regarding the status and progress of the work, activities performed and planned,
and any meetings that have been scheduled or are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers. and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
le
• !
described below and satisfactory to City. Certification of all required policies shall be 0
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising -any right or - performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, employees, and volunteers as
additional insured for all liability arising from Consultant's services as described herein.
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies admitted to do business in the State
of California and assicined Best's A- VII or better rating:
A. Workers compensation insurance, including 'Wavier of Subrogation"
clause, covering all employees and principals of Consultant, per the laws of
the State of California. •
B. Commercial general liability insurance, including additional insured and
primary and non - contributory wording, covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured wording endorsement covering any owned and rented vehicles of
-7-
11
0 Consultant in a minimum amount of $1 million combined single limit per
accident for bodily injury and property damage.
D. Professional errors and omissions insurance, which covers the services, to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
. Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, which
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing workers compensation, comprehensive general,
and automotive liability insurance to either Consultant or City with respect to the services
of Consultant herein, a waiver of any right of subrogation, which any such insurer of said
Consultant may acquire against City by virtue of the payment of any loss under such
insurance.
14. . PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
go
• 0
operation of law or otherwise without prior written consent of City. Any attempt to do so 0
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint - venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint-venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
0
In
V •0
! Consultant shall, at such time and in such forms as City may require, fumish
0
reports concerning the status of services required under this Agreement.
16.. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. Access to and upon request of Consultant, one copy of all existing record
information on file at City. Consultant shall field review to verify the
accuracy of information provided by City or others City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. All reproduction shall be the responsibility of Consultant.
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Lloyd Dalton, PE,
shall be the Project Administrator and shall have the authority to act for City under this
Agreement. The Project Administrator shall represent City in all matters pertaining to the
services to be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
-10-
• 0
records with respect to the costs incurred under this Agreement. All such records shall be 0
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records: Consultant shall
allow inspection, of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum fro m the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and/or a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
9
-11-
• Z •
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the .right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
• of this Agreement by City. Consultant shall indemnify and hold harmless
•
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
SPZ
postage prepaid, first class mail, addressed as hereinafter provided. •
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Lloyd Dalton, PE ..
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
(949)'644 -3328
Fax (949) 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Roberta W. Jorgensen, FAIA
Robbins Jorgensen Christopher Architects
2800 Lafayette
Newport Beach, CA 92663.
(949) 566 -0080 •
Fax (949) 566 -0082
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
0
-13-
a
41 0
9 City shall have the option, at its sole discretion and without cause, of terminating
this Agreement by giving seven (7) days' prior written notice to Consultant as provided
herein. Upon termination of this Agreement, City shall pay to Consultant that portion of
compensation specified in this Agreement that is earned and unpaid prior to the effective
date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
• same or any other term, covenant or condition contained herein whether of the same or a
•
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
-14-
Consultant has no control over the cost of labor and material, or over competitive bidding 0
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification or
misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy
or readability of CADD data due to inappropriate storage conditions or duration; or (c) any
use by City, or anyone authorized by City, of CADD data for additions to this Project, for
the completion of this Project by others, or for any other project, excepting only such use
as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to •
indemnify Consultant for damages and liability resulting from the modification or misuse of
such CADD data.
All drawings shall be transmitted to the City in the City's latest adopted version of
AutoCAD in "dwg" file format. All written documents shall be transmitted to the City in the
City's latest adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
0
-15-
4
• IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
•
0
on the day and year first written above.
APPROVED AS TO FORM:
-16-
CITY OF NEWPORT BEACH
A Municipal Corporation
By: �.
Mayor
ROBBINS JORGENSEN CHRISTOPHER
ARCHITECTS
�rilL1% /
END-
Corona DefMar
State Beach
Improvements
t �
work
The narrative below describes the proposed conceptual design effort and corresponds to the Scope of Work
outlined in Attachment "B" of the RFP.
Planning and Pre - Design
Kickoff Meeting
Althikickoff meeting we will begin with introductions and a discussion of oommunlcaflonsangj poriing
protocols. Wewili•revbei theprojecigoas ,budyeyfundmg,andschedule. We will retriewexislingproject
infomration and informationsoums. We will discuss major milestone dal •esgothatadetaledprokecl
schedule mey be developed. We will develop a fill of project slakeholds s and discuss how and when these
�_..: ..,r -: .
stakeholders may participate in the desion process. A will discuss thepofillcafapPe'3 aorydontextfor
design and approval.
Review Misting Data
We will review all existing data, including City /property owneragreament,, zoning and indvse regulations,
applicable City,"ces, Coastal Commission and otherregulafoi }agency,requ� meMs,landdevelop-
ment ordinances, topographic and boundarysurvei, easements, geoteclfn�fcal`raports, traffic and padding
plans or studiiK part jhg requirements, and ezisfing on sn= public facifitiesand plans.
Determine speaiiallywhat addPJonal information +lll n_ = =_dto be gaily
'and coordinate with the Cftyto
protddeor secure that data mm most cost etieclivsmanner.
•
Site Investigation and Scope Identification
She innvsticationr combinad vdlh the available existing sle data vdll allow us
'tosefine.10.9 stop= of workfor
.survern and soils mve, ig3tion. Utilities willbe identified, a,id needed mrp�m'Yee
ed.ihe •
scope of galling, drainage, paving, and lighting will all be determined atthal time.
Programmatic Requirements
Discuss with City representatives the Programmatic requirements for !he project.
E�st abifsb the requirements for a successful desion, Inducing function and operat
raFm, muirti• acceptant =_, appropriate design, srfing,•and implementation with a mfr
This location is visited by thousands of people every y ear. If Is important that the City of Newport Beach is
well represented by the appearance and operations of the facilities for many year to come. This an be
accomplished by placing an emphasis on ora- dasign and establishing up front the pdorliss for the projact,
aid the uliiaation of the funds available.
Because Robbins Jorgensen Christopher provides almost all of our architectural services iopublic clients,
we are familiar dfhihe need lodesign for the reality oilongfeinmanienance-1 ndsxHh e
Nevrill
discuss with the City our rewmmendations and expad =_nce with mai= dais and systems that can wl'nstand the
requirements of public ullization. Durable building materials will be utilized while still designing an interesting
and invit ing beach facility.
r A
ROBbLr \TSJORGEI\TSEN7CHFLISTOPHER
\_ J
scope f work
Design and Construction Documents
CoronaDel91far
Develop Conceptual Designs
Our o6icedoes not have preconceived notions about form or style, and each project represents a search for
an appropriatearchfectural response tocontext. You will see the vadetyo_f iesgresponseswhenyou
State Beach
review our work.
Improvements
Wewill pre,pereopti6nsof design drawingsf ar public rastrooms, concssionbuildngs ;fifeguardtower/
substation, storage room and vehicular garage. Additionally, we will prepare a she plan with improvements to
beach spbitsfacilities,barbacueare s, parking, irescfiow, spaces forinlerpretiveezhiolsandeducational
outreach, signage, fighting, seating and landscape.
For the rdeguard tower/substation, as in anyememency response facility, the Ta saving mission %sill be given
priory above all other design considerations. We have completed design for over 35 Emergency Response
Facilities, so we are fanuTiar with the critical priority of lifesaving related operations and equipment. The bu0dng
must 49 functionally efedive.Onthis site, however, aesth= ticeonsiderxtionsi and long term m�nfinan _6and
p aingconcenswill alsobeCrucially irnporfant. I /Jewilladdressvan8alismandmadne `corrosion
We should admit to ourone and only design preconception: every public building should embodythe values
of its citizens. We believe fhat the City of Newport Beach's environmental sensitivity, should extend to its caphal
improvement projects. Ourdesjon will maximize the use of sustainable building materials and minimize the
consumption e non- renevrble resoures.
The se, sniviiyof the Corona del Mar Stele Beach site will require that the conceptual designs be developed as
computer models and placed intotheexistingconi -M so that allintersle.. s 'mkehokders can ssbaiore-and -a`ier
Wewfl use
.
pnoloreaflstic renderingso,11he design proposals from the vantagqlooints of critical view sheds.
AutoCAD 2000 software to develop the computer models. The images wg71 then be integrated into digital
photographs of she using PhotoShop software.
We can print these renderings in- house on large boards usino our, iour -color, high resolution HP plotters, or the
digital images can be projected as?owerPoint sfides.
-esnmacs - - -- •- - --. .
Conceptual cost estimates will be developed that reference m3lerials aid_worklo the numerical CSI sections of
ireoraliminary specifications. T hop estimates will include IabTV.cosiK. srocosts,andcifsteoDSS.7heGeneral
Contractor's oeneral conditions, overhead, and profit rates wilf be identified s=eparately. Unless instructed
otherwise_, the cost estimate will be based on Davis -Bacon labor rats. The cost.estimale will include a confio-.
genry' allowance appmpriate to the specificity of the design and will include an es�lafb; n factor pro -rating the
estimate to the midpoint of raastrucfic.
ADA Accessability
We havemdensiveexperiencewiththeapplicationofADAtopublicfaclitis ,andwehaveourselvesa ferias
ADA consultants for Cal Poly Pomona (davelopment of an ADA Access Plan for the 1600 acre site), the City of
Long Beach, and the City of San Diego.
Af the Santee Lakes Regional Pad; we have designed a Fishing Pier for the Severely Disabled. Accessibility,
whan integrated early into design options, provides a successful and impleme_ntable solution for everyone.
Present Design Concept at Public Meetings
The most important issue in presenting a design to the public and to elected officials is allowing them to
understand the process s well as the conclusion. Council representatives need to understand their constitu-
ents' concerns, and they naves to understand clearly how the design responds directly to lhose cpnc =_ms. Public
projectsneedtobe barn- raisingethafra6forcecommunity spirit ratherthan inflaming controversy.
K�•cf •
-L S
^
A.
3 \• t
=t` =• ROBBINIS JORGE!\TSEI\ CHRISTOPHER
scope of work
Corona"Def%ar
State Beach
Improvements
Develop Construction Documents
Once design decisions have been secured, we will develop Construction Documents suitable for bidding and
construction. These will include drawings of architectural, civil, landscape, mechanicaUplumbing, and electrical
disciplines, The Project Manual will incorporate and coordinate with the City's requirements for the Gen a.
Contractor. We will assist the City in securing Agency Approvals.
Constructlbility
Construction implementation will be a cdtical element of this project. Because of the very high use and public
nature of the site, access a ndfunctionaliry vill need to be maintained at ei times. Ourd>velepment of a phasing
plan jo` tra(tic, p irwhg and conslrucPm j unit be informed by dui experience not only as archiects, but as
Program managers as 1Ve11. liese services were provided forcrients who were using'other arehitectual firms,
but who wanted our expertise as managers and implementers. We have provided Program Management
services through desion and construction (often on- she)'for the Coast Community College District and Orange
County 'nre Authoriy, among others. We have also been hired to provide Constructibiliy Review of construc-
tion documents prepared by others by numerous public agencies.
Construction Administration
We x411 attend meetings, review specmed submiltas, respond to responsible RR's, and coordinate with the City's
representative. Once construction is completed, we will prepare as -built drawings from the conractor's docu
meniation.
Statement of Understanding
Robbins Jorgensen Christopher generally understands and agrees with the General requirements of Section C of
the RFP.
Comments on "Professional Services Agreement','
We would Mks to discuss with you oaragap Aand i 61 the Professional Sen z
ces Agament.
In � St
rn�• ,� ROBBINSJORGENSENT HRISTOPHER
Cl
E
I*
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of Z)CC en, D c — 2002, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred
to as "CITY "), and Robbins Jorgensen Christopher Architects (RJCA), whose address
is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as
"CONSULTANT "), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT; and
B. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT; and
C. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT; and
D. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT; and
E. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 11", as provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
11
•
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 1 according to "Exhibit A" dated November 8, 2002,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 1 shall not exceed thirty -one thousand three
hundred thirty and no /100 Dollars ($31,330.00), thus increasing total compensation
for Project to $143,000.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT
NO. 1 on the date first above written.
APPROVED AS TO FORM:
By:
City A omey
ATTEST:
J,,,, �-n.
LaVonne Harkless
City Clerk
CITY OF NEWPORT BEACH,
A municipal corporation
City of Newport Beach
Consultant
Print Name
i�
fluserslpbvAshareftgreementsUy 02 -03kjca- amendno7 -cdm state beach.doc
16
0
i
E
S�
ROBBINSJORGENSENCHRISTOPHER
M
8 November 02
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
RE:'CdM State Beach Improvements, #3461
Dear Lloyd,
Exhibit A
NOV 1 $ 2002
We have reviewed the additional fee for professional services related to the increase in
scope and cost for the Corona del Mar State Beach Improvements project. The increase
in scope will result in additional building area, therefore additional design and
construction document time will be required. Also additional construction administration
services will be needed. Since the project augmentation will now allow for the
programming, design and construction of Lifeguard facilities in addition to the
concession and restroom facilities funded by the original scope, we will need to add
some additional time to the computer generated massing studies that will be developed
to study the community views.
The construction value, as well as our liability, has been increased by approximately
60 %. in order to meet the requirements of the City, we believe that we can complete the
project, including the additional scope, for $143,000.
Please call me if you have any questions on this revised proposal.
Sincerely,
Rob ins Jorgense hristopher, Inc.
Roberta W. Jor n, FAIA
President
1800 LAFAYERf
HEWVORI BEACH,
CALIFORNIA. 92663
PH 9AB 566 0080
FAA, 909 566.008:
wEB .r ww "F.", tam
. r
Il
•
CITY OF NEWPORT BEACHtf +-
?�
CITY COUNCIL STAFF REPORT by Olty of Newport BeaA
i
Agenda Item No. 12
July 08, 2003
TO: HONORABLEMAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Planning Department: George A. Berger, AICP, Comm. & Econ. Devt.
Program Manager; (949) 644 -3207; aaberger @city.newport- beach.ca.us
SUBJECT: Corona del Mar State Beach — Beachgoer Amenity Improvement Project
ISSUE:
The public facilities at Corona del Mar State Beach (Big Corona) have become
antiquated and have deteriorated to the point that they should be removed and rebuilt.
The Council is asked to consider the design and location of proposed facilities, to affirm
the Categorical Exemption, and to recommend direction regarding project funding.
Should the City Council affirm the recommendation of the „Parks, Beaches, and
Recreation Commission to move forward with planned improvements to Corona del Mar
State Beach?
RECOMMENDATION:
1. Approve conceptual site plan and draft facilities concept for replacement facilities
at Corona del Mar State Beach;
2. Affirm the Categorical Exemption (copy attached);
3.' Direct staff to proceed with the full site plan and facilities concept by phasing the
full project to reflect available funds and by seeking additional funding for its
completion.
DISCUSSION:
Background:
The City of Newport Beach operates and maintains the parking lot and beach facilities
at Corona del Mar State Beach on behalf of the State of California. On August 19, 1949,
C6 una del Mar State Beach
July 8, 2003
Page 2 •
the State an_d.the City entered into an operating agreement, renewed six times —most .
recently in 1999 -that dictates the City's operations at the beach and directs the City to:
"care, maintain, and control' Big Corona "for the purposes of the State Park
System" including "playground, recreational, and beach park purposes' (that
are) "at all times accessible and subject to the use and enjoyment of all
citizens of the State of California."
Although the City does not "profit" from administering the beach at Big Corona —all
revenue generated at the facility must be used for "recreation and park purposes within
the City," according to the City's operating agreement with the State —it has a
substantial interest in .maintaining and enhancing the facilities there, as the beach park
is a significant source of passive and active recreational activity for both residents of,
and visitors to, the City.
Public facilities at Corona del Mar (CdM) State Beach have been built, operated and
maintained by the. City of Newport Beach under agreement with the State of California,
which expires in 2029. Beach facilities that were built in 1951, 1960, 1965 and 1970
have become antiquated and deteriorated in.the hostile salt air environment to the
extent that they _should be removed and replaced. The facilities include buildings
containing two concession stands, a "beach rental" storage stand, two men's and two
women's restroom buildings. Concrete shade structures were also on the site, but were
removed for safety reasons. Various paving and walkway areas are present, with lawn
area, raised planters, and palm trees in place throughout the site. A picnic area is
separate from the bulk of the "beachfront" facilities, adjacent to the base of the jetty at
the northwest corner of the parking lot. Finally, "on- beach" amenities include
approximately 30 concrete fire rings and 10 sets of beach volleyball standards.
Approximately 800,000 – 1,000,000 users visited Corona del Mar State Beach in FY
2001 -2002 according to the City's lifeguards, who have kept estimates for a number of
years. Revenue collected at the park consists of two sources - parking fees and
concession revenue. In FY 01 -02, parking revenue generated $622,620, which was the
second - highest income in the last decade ('99 -'00 had the highest, at $626,626).
Concession revenue accounted for $87,633; therefore, the total revenue generated to
the City from the park was $710,253.
Proiect Scope & Description:
Beginning in 1999, City leaders began a push to find funds to upgrade the facilities at
the aging, but beautiful and very popular beach. In 1999, the Trustees Council of
plaintiffs involved in the American Trader Oil Spill settlement assigned $476,000 to the
nascent Corona del Mar State Beach improvement project. In 2001, the City received a •
one -time $479,000 Proposition 12 Bond Act (the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000) local assistance grant from
7
Corona del Mar State Beach
. July 8, 2003
Page 3
the State of California -Parks & Recreation Department to replace the aging concession
stands with new, more attractive and useful facilities more reflective of the Corona del
Mar atmosphere and history. Specifically, the grant award called for a year -round facility
that maximizes views of the Corona del- Mar beach, the nearby Newport Jetty, and
would take advantage of the nearly 300 days of unbroken sunlight at the beach.
The project scope also included a call for the removal, redesign and new construction of
shading infrastructure, placement of interpretive signage about the tidepools at 'Little
Corona," and a permanent lifeguard facility. These facilities met grant criteria; a one-
time grant award was authorized by the State, and was paired with the "American
Trader" funds: Upon initial detailed investigation of the facilities, it was determined
that —in addition to the demolition and reconstruction of the existing concession and
shade structures the restroom facilities were in serious need of improvement. In fact,
some roof elements of the dressing areas were removed for safety reasons, as chunks
of concrete had the potential to fall and injure patrons. In October of 2002, an additional
$365,535 in "American Trader funds" and interest were redirected by the Trustees
Council to the CdM State Beach improvement project, providing a total funding amount
of $1,320,535:
Therefore, the final scope of the project involves a total removal and reconstruction of
the existing antiquated facilities along the beachfront, along with an update of the uses
to reflect the requirements of the current beach -going resident and visitor park users. In
conjunction with the architectural firm of Robbins, Jorgensen, Christopher Architects
(RJC) —hired by the City as consulting architects and designers —a series of "design
objectives" were established. They include:
• Providing a safe beachgoing environment;
• Improving the public safety /lifeguard presence at the beach;
Fostering environmental awareness of the tide pools and beach, while minimizing
environmental damage;
• Maintaining the natural aesthetic appeal of the beach, bluffs, and ocean view;
• Minimizing the impact of new structures and landscape on existing views;
• Sizing facilities appropriately for `existing' level of beach use, not for expansion;
• Designing structural roofs as "5t"- sided" architecture;
• Designing attractive, vandal proof, easily - maintainable facilities in the harsh salt/beach
environment; and
• Mitigating conflicts where possible between fire ring users, volleyball players, and
sunbathers.
Public Safety Needs -- Lifeguard Facilities:
We believe that the City of Newport Beach also has a responsibility to provide a safe
environment for the public at Corona del Mar State Beach. This responsibility includes
lifeguard services, whose needs.at CDM State Beach are outlined below by Fire Chief
Riley:
Corona del Mar State Beach
July 8, 2003 •
Page 4
"Our primary reasons for providing lifeguard services are to watch the water
for potential problems, effect rescues of persons in distress, and provide
medical assistance to minor beach related injuries.
The Fire Department uses a dynamic deployment model for staffing lifeguard
towers and vehicles. Our model is based upon the time of year (summer,
spring break, spring /fall, and winter), the current weather and surf conditions,
and the current and projected beach attendance. During the summer, we
project full deployment each day and scale back from there. So during peak
times of our beach use, we have all towers staffed and watching the water
and all vehicles staffed and providing patrol and tower back -up. A typical full
deployment at Corona del Mar Beach starts at 9 :00 AM with one lifeguard
unit patrolling the beach and one lifeguard assigned to a lifeguard tower. By
11 :00 AM, we have added a supervisor in a vehicle and four lifeguards to
staff the other lifeguard towers (three more at CdM Main Beach and one at
Little Corona.) The towers remain staffed until 5 :00 PM, when we begin
closing the towers over the next two hours. By 7.•00 PM, we have closed all
towers and taken a lifeguard patrol vehicle out of service. From 7.•00 PM until
9 :00 PM, we only have one supervisor to patrol the beach. This is our
schedule from June 15 through August 15, nine of the fifty -two weeks we
provide lifeguard services.
The other forty-three weeks of the year, we use dynamic deployment based
upon circumstances and availability of personnel. There are times when we
only have one lifeguard at CdM. This is due to light crowds or marginal
weather where few people are using the water. Sometimes it is due to the
fact that many of our seasonal staff are not available as they have returned
to their non - summer pursuits (i.e. other jobs, school.) With a new trend
towards spring break occurring during many different weeks of spring, we
have significant difficulty with varying large crowds of out -of- school visitors
and an inconsistent supply of seasonal lifeguards who may or may not be
available. Watching the water during non - summer weeks has become
increasingly challenging.
All of that being said, the Fire Department has asked for some space at CdM
to provide for the following.
1) an enclosed area to park our patrol vehicles - we currently park our
vehicles inside the crowded garage at LG Headquarters at the Newport Pier.
This provides them reasonable protection from the harsh beach environment
that already prematurely shortens the usable life of our vehicles (max. four •
years.) This means our personnel assigned to vehicles that patrol CdM must
first go to the Newport Pier to pick up their vehicles and drive to CdM. This is
valuable time we pay for that is not spent watching the water.
0
Corona del Mar State Beach
July 8, 2003
Page 5
2) an area to provide first -aid services - we currently use the back of the
parking control kiosk (about 12 square feet) to administer minor first -aid due
to beach related injuries, -such as sting ray stings, sea urchin spine
punctures, and minor bumps and bruises from being knocked down by surf.
We believe we can design our parking garage to become our first -aid area
when we pull our vehicles out to patrol the beach, eliminating the need for a
separate first -aid area. We would use this area to provide patient seating,
access to clean, hot water, and clean storage of first -aid supplies. It would
also provide a private area for paramedic to work on a patient if necessary.
3) a small observation /work area - as mentioned earlier, there are times
when only one person is assigned to CdM, frequently a full -time employee. A
strategically placed and elevated observation area would allow a single
employee the ability to view the maximum beach area from an improved
vantage point: Currently, the only way for a single person to observe all of
CdM during a' non =high -usage period is to patrol in a vehicle. This does not
provide the best visibility in contrast to the proposed observation tower. To
see the strategic value of a well - placed observation tower, visit us at the
Newport Pier and see what we can see from LG Headquarters; everything
but CdU This would also allow us to have a presence there and still allow
our full -time employees access to our computer and telephone systems to
work on projects while being available for public response.
4) a location to install an 800 MHz radio repeater - the countywide 800 MHz
law /fire /public works radio system has some obvious coverage problems due
to the topography of Orange County, particularly the areas of Balboa
Peninsula, Corona del Mar and Newport Coast. Working with the County, we
have installed radio repeaters at the Corona del Mar Fire Station and the
Crystal Heights .Association entrance klosk and still . may have some
coverage problems along Corona del Mar Main Beach and the Peninsula.
This means we have areas of Newport Beach where our police and fire
personnel cannot communicate on their radios. The County staff believes
and we agree that a repeater at CdM Main Beach would solve the coverage
problems associated with these areas. The erection of a small observation
tower and garage would provide the perfect physical structure to house a
repeater.
This illustrates that this is not a frivolous request but rather a great
opportunity to improve public safety services to CdM beach visitors and their
neighbors. Each one of the reasons listed above enhances our primary
• mission - to watch the water."
Corona del Mar State Beach
July 8, 2003
Page 6
Public Outreach:
In response. to the design objectives noted above, a. public outreach program was
formally established to solicit input from adjacent residents, Parks, Beaches and
Recreation (PB &R) Commissioners, City Council members, and City staff who have a
daily presence at the facility. In late 2001, in conjunction with the State Parks grant
application process, a survey was mailed to approximately 1,000 households in Corona
del Mar and placed on the City's website. 180 responses from the community were
received — that's a 15% response, which is considered fairly strong. Information
gathered from the survey was used to provide additional baseline .direction for the
consultants and project team. The Parks, Beaches & Recreation Commission heard an
initial presentation of project concepts in January of 2002 and was asked to provide
initial direction in their role as advisors to the City Council regarding parks and
recreation.
Following the RFP process, culminating with the selection of RJC as project architects
in September, 2002, a series of pre - design meetings were held with City departments to
identify and outline necessary refinements of the project's scope and ways that scope
might be implemented to balance competing needs and interests. •
On March 4th. 2003 the project team returned to the PB &R Commission to review and
comment on three site plan alternatives prepared by the consultants. A public
workshop, with individual mailed notices sent to over 300 adjacent property owners,
was held on March 10th so that property owners and residents could also see close up
what was being considered and could provide their recommendations. We made a
similar presentation to the City Council on March 25th during Study Session.
In April 2003, project team members presented the latest options and proposals for
discussion to the boards of both the Corona del Mar Residents Association and the
CdM Business Improvement District at their monthly meetings. Board members of both
organizations responded with questions and comments.
After this series of meetings and public hearings, suggestions and recommendations
were focused into one proposal, which was presented to a standing subcommittee of
adjacent property owners — mainly residents of Breakers Drive —on May 1St. Following
their recommendations, and those stemming from additional meetings with City Harbor
Resources, General Services, and Fire departmental staff, the site plan and building
concepts have been further defined into what is the subject of this report. Additionally,
ongoing comments have been received via the project's web page on the City's
website, where the PowerPoint presentations of all public hearings may be reviewed.
Most recently, the project was presented for conceptual approval and for direction —if •
any —on budgetary issues to the P, B & R Commission on June 4th. Following
discussion from the public on a number of issues, including those related to
Corona del Mar State Beach
July 8, 2003
Page 7
concessions and lifeguard service and facility matters, the Commission approved the
conceptual plan as presented.
One side aspect of the project should be mentioned at this time to inform the
Commission and Council. Although the "on sand" amenities —fire rings and volleyball
courts —were not formally part of the project's scope, the project team presented a
number of options to attempt to alleviate the tension between volleyball players, fire ring
users, and adjacent residents who must bear the burden of smoke and soot throughout
the year. The fire rings were the subject of much of the response from the survey, and
of heated debate from residents at the March 10"' public workshop. Also, none of the
alternative arrangements appear to be suitable to the organized volleyball constituency
at the beach, who organized an e-mail effort to express their opinions.
As the volleyball court locations shown on the three early alternative plans were not "to
scale" and thus shouldn't have been relied on as particularly accurate; and since there
is still much uncertainty as to what the California Coastal Commission will allow in terms
of any possible reduction in the number of fire rings; and as design of the "on .sand"
facilities were not part of the consultant's scope of work but were taking up valuable
resource hours that needed to be utilized elsewhere, the project team has decided —
with the assistance and cooperation of Recreation & Sr. Services departmental staff to
defer this effort to a laterdate and more suitable venue. Reasonably, this outreach effort
will occur following the approval of a final hardscape design, and be led by staff from the
Recreation & Sr. Services department, with assistance from both Community &
Economic Development and General Services departments.
Site Plan:
Three buildings are proposed for the site: two 1,231 gross square foot restroom
facilities, each having both men's and women's rooms (see Attachment 1); and a 2,225
gross square foot joint -use concession, lifeguard /first aid, and marine life resources
facility that is one -story with a "small lifeguard observation room on a second level (see
Attachment 2). The proposed site plan (see Attachment 3) indicates the proposed
position of these three structures, which are proximate to the current location of the
existing structures. The restroom buildings are spread out —with the
concession /lifeguard facility between them —so that they have the ability to serve users
from the entire beach.!
Prior to the recent demolition, there were 9,268 s.f. of facilities (including- the T -beam
shade structures) at CDM State Beach. This site plan envisions 5,687 s.f. of facilities.
Each of the two proposed restroom facilities are fully- fixtured and ADA- compliant, and
have 12 total water closets for women and four water closets and four urinals total for
men, along with changing tables in each area. These buildings are proposed in such a
Coiona del Mar State Beach
July 8, 2003
Page 8
way as to provide the maintenance and cleaning staff the ability to close half the
building (men /women) for cleaning, while leaving the other half (men /women) open for
use. Also, these buildings are located on site in such a way as to enhance visibility of
the doorways from as many sides as possible, assisting with passive security. There
are two rinsing showers outside each of these buildings, which will utilize sand traps to
maintain adequate drainage. The aggregate additional square footage proposed for the
new structures (two identical buildings) is 96 square feet larger than the existing
restroom/changing room structures (which are presently three separate structures); and
the proposed design dramatically increases the number of bathroom fixtures available —
particularly for women —a critical element to almost everyone involved in the public
outreach process.
Likewise, the concession /lifeguard facility is more centrally - located than the existing
structures, providing both the lifeguards and the concessionaire the opportunity.to more
easily view and serve the users. This facility design has the ability to provide suitable
concession service for food service concessions, "beach rentals" (body boards,
umbrellas. and similar equipment) and storage; marine life refuge educational as well as
first aid, observation, light supervisory activities for the lifeguard service. Following
discussion with adjacent residents, and after on -site facility inspection and discussion
between the consultants and lifeguards, the higher -level lifeguard observation room has •'
been significantly scaled back in size, to a total of 75 square feet of floor area
(approximately 8.4' wide by 9' deep) and approximately 19 feet in total exterior height.
To accommodate peak beach food service concession on an "as- needed" basis —the
possible 10 -15 days per year where the project team envisions that the proposed
structural concession service may not be sufficient —a temporary vehicular concession
parking area has been located adjacent to the western side of the park. This area is
near the largest proposed area of grass to accommodate standing patrons (both before
and after service), and would not require the removal —on. even a temporary basis —of
parking. A subcontract to the concessionaire could likely be established with a local
commercial food service provider, which would operate a self- sufficient van -type vehicle
at. that location adjacent to the curb. This "as- needed" location for a non - permanent
concession facility serves a number of goals: it reduces the total permanent building
mass and space adjacent to the beach; reduces 'on -going maintenance for the
concessionaire and the City; and thus saves costs.
A note about public concerns regarding the site plan: Several residents of Breakers
Drive have written the City about the proposed project. Most state that additional
permanent structures will not benefit the beach. Some have pointed to the lifeguard
facility as an unnecessary addition. We hope that design simulations and possibly story-
poles for the facilities might allay residents' concerns regarding building height, location •
and view impacts.
Corona del Mar State Beach
July 8,2
Page e 9 9
The existing concessionaire -- Mr. Gordon Kilmer -- has also raised concerns about the
reduction in space available for the concession at CDM State Beach. Kilmer believes
that two separate concession spaces are needed to effectively serve the beachgoers.
The staff team associated with this project (Kill, Dalton and Berger) recommend
reducing the size of the concession area to better fit within the proposed project and to
help respond to residents' desires to see "fewer permanent structures." The
concessionaire has been working with the City for a number of years, although there is
not a concession agreement in place at this time. We intend to issue a Request for
Proposals (RFP) for new concession services (to which Mr. Kilmer is more than
welcome to respond) as the Project nears completion- -- doing so is consistent with
Council Policy F -4 ( "Income Properties ").
This report indicates the existing and proposed "space lists " —i.e., what uses are
allocated how much square footage on the site and what net increase /decrease is
proposed (see Attachment 4). A significant comparative statistic is located in the chart
titled "Miscellaneous Comparisons" (see Attachment 5): The linear building frontage —
the amount of 'building wall' a viewer sees from the ocean side or the Breakers ,Drive
"side =is almost reduced by half. In other words, the proposed building arrangement has
greatly increased the ocean visibility for' adjacent residents—particularly those whose
houses are below the bluff —by orienting the "long side" of the buildings perpendicular to
the ocean.
Finally, the existing'softscape' areas adjacent to the beach — grass, trees, seating walls
and sidewalks —will be reconfigured to' allow for a more appealing user- experience.
Approximately 8,800 square feet of turf grass area will be added; spread out across the
length of the beachfront/pavement "strand" so users can feel more separation from each
other and to that school children attending tide pool education can be more effectively
(and safely) controlled by their chaperones as they walk to and from the tide pool areas.
However, the actual length of paving /sidewalk is not substantially increased, though
they will be widened to allow for more comfortable pedestrian circulation and more
efficient cleaning by the City's existing rolling stock. Seating walls along the strand will
allow additional 'non -sand' relaxation while protecting the turf somewhat from blowing
sand build -up. These seating, walls accommodate a number of breaks, however, for
visitors to easily walk to the sand and for emergency vehicle access. Further, a new
sidewalk along the along the western edge of the parking lot— connecting the strand to
the stairway leading to Ocean Boulevard —is proposed. Many of the current site's
ekistirig palm trees will be removed and relocated in new ways to accommodate the
update in design.
•
Corona del Mar State Beach
July 8, 2003
Page 10
Alternatives and Phasing:
We estimate that the total cost -of this project —if we include each of three Alternatives —
may be in the range of $2.1 to $2.4 million. As noted previously, only about $1.3 million
is secured and "in- hand." The base project—without the Alternatives —is estimated at
about $1.99 million.
As such, the Council will want to determine if we should include or exclude certain
alternatives — listed below —in the project and whether or not to direct us to complete the
overall project in phases.
If the Council likes the overall project but we still need additional funding, phasing may
work well —we would complete what we can with available funds and seek funding for
the remainder. Once the remaining funding is secure, we would.complete the full scope
of the project as a "Phase II:"
Phase 1. Phase I consists of demolition of the existing structures. on the site, and
construction of the three replacement- buildings (two. restroom facilities and one multi-
use structure), along. with necessary sidewalks, seating walls, utilities: and landscaping
along the beachfront/pavement "strand," as noted above.
Phase 11. Phase II consists of three possible add -ons. In a project of this nature —at a
facility where no significant improvements have been made for many years —there are
usually additional elements. (called - "add -ons" in this Staff. Report) that are deemed
appropriate —even necessary—but are not critical -to the project's success. The Corona
del Mar State Beach improvement project is no exception-, there are three.
• Add -on #1 -- Parking Lot Improvements. Add -on. #1 relates to.the site parking
lot. Portions of the lot and the parking fee booth will be demolished and rebuilt to
accomplish the main elements of the. project. However, to accommodate better
internal traffic. flow, and parking accommodations (with litt le net change in total
spaces) and to provide a more efficient entrance kiosk, it is recommended that
the parking lot improvements be combined with the project's first phase. This
add -on does not, however; significantly alter the existing driveway in and out of
the park or the entrance to Breakers Drive. Due to the physical constraints on the
property, the stacking of waiting vehicles at the top. of the hill will continue to be
enforced by traffic management and police.personnel when the existing lot is full,
in order to ensure access the ability of Breakers Drive residents and emergency
vehicles to enter and exit the facility at all times.
• Add -on #2 -- Picnic Areas. As a 2 "d additional element, there is a call to improve S
the existing picnic area at the northwest corner of the park site. Although the
details have not yet been worked out in any substantive detail, the consulting
-- Corona del Mar State Beach
July 8, 2003
Page 11
architects have taken a first step in estimating sitework and landscaping
descriptions in response to recommendations by City staff. Improvements may
include: new landscape, turf and associated irrigation —but saving the existing
trees; new picnic -tables and barbeque- areas; hardscape pavers/paving to
accommodate year -round use of the barbeques; proper drainage to
accommodate runoff; low retaining walls as required; better pedestrian access as
required; and covering the adjacent: existing drainage swale.
• Add -on #3 -- Additional Lifeguard Vehicular Storage. Add -on #3 concerns the
final portion of new facilities recommended by the Fire Department for additional
public safety presence at the park. The Fire Chief believes that, to increase
efficiency and timeliness in their duties, they may require the ability to store a
lifeguard vehicle (truck) away from the proposed lifeguard facility in an enclosed
space. One possible option would be to construct a small, non- obtrusive
structure near the northwest portion of the site, perhaps in conjunction with picnic
area improvements.
These three add -ons are meant to be viewed as separate and distinct options —and not
as a part of the base scope of work, If the City Council wants to pursue these, it should
consider the allocation of additional funds in future year budgets (see Attachment 7).
Although add -ons #1 and #2 are indicated on the proposed site plan for purposes of
clarity, add -on #3 has not been, and none are part of the initial project scope of design
for the consultants or staff. The PB &R Commission has, and City Council should, review
these add -ons, however, to understand and debate the entirety of the site - related
project.
Schedule:
Following approval of the conceptual plans by City Council, the project team must
prepare fully detailed construction plans and specifications, obtain plan approval from
the California. Department of Fish and Game, the California Department of Parks and
Recreation, and permits from the City's Building Department and the California Coastal
Commission before the project may be advertised for bid. The project must be
advertised for bid by mid -June '04 so that bids may be opened by mid -July, award .made
by early August, construction commence the day after Labor Day 2004, and work be
completed by Spring Break '05. A copy of the current schedule is provided (see
Attachment 8).
Environmental Review:
• A Notice of Exemption, utilizing Categorical Exemption Class 2, Section 15302
(Replacement or Reconstruction), was filed with the Clerk of the County of Orange and
posted in March, 2003. Per the California Environmental Quality Act, "Class 2 consists
Corona del Mar State Beach
July 8, 2003
Page 12
of replacement or reconstruction of existing structures and facilities where the new
structure will be located on the same site as the structure replaced and will have
substantially the same purpose and capacity as the structure replaced." (Sec. 15302)
The N.o.E. was filed prior to the project's conceptual approval, in order to comply with
procedures for obtaining the agreement required under the Proposition 12 local
assistance grant noted above. The project description outlined in the N.o.E. calls for the
project to: "replace restrooms, concession facilities and outdoor eating facilities; provide
lifeguard substation facilities and interpretive areas."
Funding Availability:
As noted above, the City has approximately $1,320,535 allocated to the project at the
present time, minus design, engineering, and other . consulting services costs. However,
the grand total for the .base scope of work is estimated at. approximately $1,992,848
(see Attachment 6). Additionally,' Phase If Add -on #1 improvements are estimated at
$219,385; Ph. 11 Add -on #2 improvements are estimated at $146,258; and Add -on #3
improvements are estimated at approximately $103,863 (see Attachment 7).
Staff Recommendation. Staff believes that the proposed base scope of work, as
presented in this report, is a reasonable and well- considered project appropriate to the
local community and the wider audience it serves. Additionally, the project team
believes that Phase II Add -on #1 is an appropriate addition to the overall project, which
should reasonably be constructed along with the Phase l (base scope of work)
improvements.
Therefore, we recommend that the Council approve in concept the design and cost
estimate for the base scope of work (Phase 1) and Add -on #1 of Phase II for a total
project cost approximated at $2,212,233. We also recommend that the Council
authorize us to go forward with planning, design and permitting for both Phase I and
Add -on #1 of Phase II. As design and permitting are underway, we will examine
additional funding options (including grants) to reach our almost $2.5 million goal.
Prepared by: Submitted by:
Ge ge Urger/ C&O bDPr gram Manager Dave Kiff, Assi taut City Manager
Attachments: •
Attachment 1: Proposed Restroom Facility Plan and Elevation
Attachment 2: Proposed Concession/Lifeguard/Marine Resources Plan and Elevation
Attachment 3: Proposed CdM State Beach Site Plan
Pi
•
Corona del Mar State Beach
July 8, 2003
Page 13
Attachment 4: Space List
Attachment 5: Miscellaneous Comparisons List
Attachment 6: Conceptual Cost Estimate — Base Scope of Work
Attachment 7: Conceptual Cost Estimates— Phase II Add -ons 1 -3
Attachment 8: Current Project Schedule
Attachment 9: Notice of Categorical Exemption
i-,>
J
2)f6 FIBaR COMPOSITE
RAFTERS
GRAVEL OVER COAL
TAR ROOFING
rmERGLAss SHINGLE
ROOFING
OPEN
Mil
Z ROOF PI AN
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
Attachment 1
RESTROOM PLANS
A-1
JUNE N. 2003 ROBBINS JORGENSEN CHRISTOPHER
l
,
1
-
I
SHOWER
i
AGREGATE CONIC.
r---_________________�
!
l
"F—CHANGINGCD
";CFIA GMGy<-t l
1
J
�_— r •
_—
�' —
--- 1
FLOOR
tI
L
1
1
CERAMIC
I
r
1
7
2X6 FILTER*T't-I
COMPOSITE
f----_ —
DECKING
II
- -_
I
L'
MAINT.
L RESTROOM
--
•
STORAGE/
26{5F—
—__�WOMEN'5----
PLUMBING
_ �_...y.a,•
--' --
CMU WALL
✓
RESTROOM
CHASE
—
TYP.
26: BF
220 SF
1
--
MEN'SEj
--
RESTROOM
7 _
Q N--4F--L-�-
CERAMIC TILE
ON 51 CMU
TOILET PAP
I
TYP.
-7---
I
I ---
__-
-'q
CD
,xHANGB�fa��
e
F 50. GALV. STEEL'
—
- T
COLUMN Wf TOWEL
----_-------_______
J
HOOKS,TYP,
I
.. SHOWER.
I
I
1
1
1
i
1 ,
1
1C HIGH CONC.
1
SEAT WALL
l
��
1
V _
1
10•-4•
5•-0'
9'A'
FLOOR' LAN
Attachment 1
RESTROOM PLANS
A-1
JUNE N. 2003 ROBBINS JORGENSEN CHRISTOPHER
i
7 7w NORTH /EOVTHELEVATION
U IM•I'O
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
ELEVATION ® IS
Al
NA. m � RGBB[NS JORGENSEN CHR %opo ERR
Attachment 2
SECOND FLWRPLM
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
fWWOPLAN
FLOOR PLANS
MAY w 2GO3 ROBBINS JORGENSEN CHRISTOPHER
•
•
0-
SDUtM ELEVAtIDN
to -is": ra
/1 NES' E:EVAiION
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
TOP OF ROOF
tg -6'
SECOND FLOOR
t
RS °LDOR
ELEVATIONS ® 1-7
�- « - ROBBINS JORGENSEN C HMSMPHER
EXISTING TRASH LOCATION
EMERGENCY VEHICLE ACCESS
eA.EoP£OFr�alix
A EF:7 Timi
(D
D 25 50 TDO 20D
M
NORTH
SCALE: ISD
CORONA DEL MAR STATE BEACH
BEACHGOER AMENITY IMPROVEMENTS PROJECT
C
SHADE STRUCTURES
CONCESSIONS 6 PATO
AID PATIO
--------- o -
8 TIDEPOOL PROGRAMS
TYP.
3H CONC. SEAT WALL
AREA TYP.
. SIDEWLK TYP.
EXISTING PARKING
PROPOSED PARKING
536 SPACES
S4I SPACES
—I
C
Y VEHICLE ACCESS
OUSTING PALM TREE, TYP.
i, BASE SCOPE OF WORK
SITE PLAN 0
Attachment 3
IN
JUNE m, 2003 ROBBINS JORGENSEN CHRISMPHER
Corona Mar State Beach •
Beachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Space List
space
existing
proposed
Restrooms
area
area
Women
590 (1OWC's)
1,056 (24 WC's)
Men
590 (6 WC's + 6UR)
624 (8WC's + 8UR)
Equipment Storage (in plumbing chase)
N.A.
464
Lifeguard Substation (1st floor)
N.A.
571
Lifeguard Observation room (2nd Floor)
N.A.
75
Marine Life Refuge Supervisor's Office
N.A.
126
Tidepools Storage
N.A.
51
Concessions
2,460
1,046
Changing Rooms
404
0
Subtotal
N.A
4,013
Grossing Factor = 17%
N.A
674
Total
4,044
4,687
4
U
n
_
w
3
m
Corona del Mar State Beach
Beachgoer Amenity Improvement Project
Robbins Jorgensen Christopher
Miscellaneous Comparisons
Item
existing
proposed
Building Area
4,044sf
4,687sf
Permanent Shade Structures
5,224sf (demolished)
1,000sf
Linear Building Frontage
215' -0"
103' -6"
Paving / Walkways
33,443sf
34,017sf
Landscaped areas
Lawn
12,664sf
30,328sf
Raised Planters
4,508sf
Osf
17,172sf
30,328sf
total landscaped area
D
w
n
3
® m
Irr
Corona del Mar Stare Beach
Beachgoer Amenity Improvements Project
Conceptual Cost Estimate
Description
Area/Quantity Unit
Unit Cost
Total Costs
Demolition:
Demo Existing Concrete Planters
4,508 sf
$1.50
$6,762
Demo Existing Lawn
12,664 sf
$050
$6,332
Demo Existing Conaete Sidewalk
33,443 sf
$1.10
$36,787
Demo Existing Buildings
4,044 sf
$6.00
$24,264
subtotal
$74,145
Buildings:
Restroom Buildings (incl. Showers)
2,462 sf
$100
$246,200
Lifeguard / Concessions Building
2,225 sf
$85
$189,125
Permanent Shade Structures
1,000 sf
$35
$35,000
subtotal
$470,325
Sifework:
Curb & Gutter
1,220 If
$12.00
$14,640
Asphalt Repair
6,100 sf
$2.00
$12,200
Soil Prep and Grading
51,015 sf
$0.50
$25,508
Compaction (at site)
30,328 sf
$1.50
$45,492
Compaction (at buildings)
5,687 sf
$1.50
$8,531
New 4" concrete walk
22,678 sf
$5.00
$113,390
New 4" enhanced paving
11,339 sf
$650
$73,704
Concrete Seat Wall
750 If
$100.00
$75,000
_ Utility Conncections
is
$10,000
subtotal
$378,464
Landscape:
New Palm Trees (mature)
10 ea
$4,500
$45,000
Relocate Existing Palm Trees
32 ea
$2,250
$72,000
Shrubs & Groundcover
15,000 sf
-55.00
$75,000
Turf
30,328 sf
$2.00
$60,656
Concrete Mow Strip
500 If
$9.00
$4,500
Irrigation
45,328 sf
$1.50
$67,992
Landscape & Pathway Lighting
is
$15,000
Drinking Fountains
4 ea
$1,500
$6,000
Picnic Tables
8 ea
$1,500
$12,000
Trash Cans
8 ea
$800
$6,400
subtotal
$364,548
Allowances:
Interpretive Signage
Is
$25,000
Electrical Upgrade
Is
$10,000
Lifeguard Communication Equip.
is
$15,000
subtotal
$50,000
Total Construction Costs
total
$1,337,482
General Contractor Fees:
Bond
1%
$13,375
General Conditions
9%
$120,373
Overhead & Profit
9%
$120,373
Contingency
15%
$200,622
Project Management
15%
$200,622
grand total
$1,992,848
0
June 25, 2003
Attachment 6
7�
0 W.. . . .
Corona del Mar State Beach Attachment 7
Beachgoer Amenity Improvements Project
Conceptual Cost Bstimate 0
Phase M Add On 1: Puking Lot Improvements
Description AreaMuantity Unit Unit Cost Total Costs
Demolition:
Demo Existing Buildings 200 sf $6.00 $1,200
Demo existing curbs 1,129 If $1.25 $1,411
subtotal $2,611
Buildings
New Parking Attendant Building
200 sf
$85
$17,000
Sitervork:
Concrete curbs
2,258 If
$8.00
$18,064
4" Concrete Walkways
1,176 sf
$5.00
$5,880
New A.C. Paving
7,000 sf
$2.00
$14,000
Patch /Repair Exist. Paving
1544 is
$1.00
$11544
New Sea] Coat
30,881 at
$092
$9,882
New Stnpmg
30,881 sf
$0.07
$2162
subtotal
$33,468
Landscape:
Parking Islands
963 sf
$150
$2,408
Shrubs & Groundcover
5,643 sf
$5.00
$28,217
Turf
2,822 sf
$2.00
$5,643
Relocate Existing Palm Trees
15 ea
$2,250
$33,750
Irrigation
9,428 sf
$1.50
$14142
subtotal
$84,160
•
Allowances:
Entrance Lighting
is
$5,000
Se=ty Gates
is
$5,000
subtotal
$10,000
Total Construction Costs
total
$147,238
Genera] Contractor Fees:
Bond
1%
$1,472
General Conditions
9%
$13,251
Overhead & Profit
9%
$13,251'
Contingency
15%
$22,086
Project Management
15%
$22,086
grand total
$219,385
June 25, 2003
0
Z2.
Corona del Mar State Beach
Beachgoer Amenity Improvements Project
Conceptual Cost Estimate
Phase 11, Add On 2. Picnic Area Improvements
Description
Area/Quantity Unit
Unit Cost
Total Costs
Sitework
Soil Prep and Grading
9,990 sf
$0.50
$4,995
Compaction (at site)
9,990 sf
51,50
$14,985
Concrete Retaining Walls
35 If
$150.00
$5,250
4" Concrete Walkways
850 sf
$5.00
$4,250
subtotal
$4,250
Landscape.
Shrubs & Groundcover
3,047 sf
$5.00
$15,233
Turf
6,093 sf
$2.00
$12,187
Relocate Existing Palm Trees
15 ea
$2,250
$33,750
Concrete Mow Strip
200 If
$9.00
$1,800
irrigation
6,093 sf
$1.50
$9,140
Landscape & Pathway Lighting
is
$5,000
Drinlang Fountains
2 ea
$1,500
$3,000
Picnic Tables
6 ea
$1500
$9,000
Trash Cans
6 ea
$800
$4,800
Barbeque Grills
6 ea
$800
$4,800
Coal Receptic -1
2 ea
$800
$1,600
subtotal
$93,910
Total Construction Costs
total
$98,160
General Contractor Fees.
Bond
1%
$982
General Conditions
9%
$8,834
Overhead & Profit
9%
$8,834
Contingency
15%
$14,724
Project Management
15%
$14,724
grand total
$146,258
June 25, 2003
0
0
Corona del Mar State Beach
Beachgoer Amenity Improvements Project
Conceptual Cost Estimate .
Phase 11, Add On 3: Lifeguard Vehicle Storage
Description AreWQuanfity Unit Unit Cost Total Costs
Demolition:
De no Existing A.C. Paving 1295 sf $1.00 $1,295
Buildings:
Lifeguard Vehicle Storage Building 695 sf $85 $59,075
Sitework:
Asphalt Repair
925 sf
$2.00
$1,850
Soil Prep and Grading
695 sf
$0.50
$348
Compaction (at buildings),
695 at
$LSO
$1,043
_Utility Conncections
Is
$10,000
subtotal
$13,240
Landscape:
Shrubs & GToundcover
600 at
$5.00
$3,000
Irrigation
600 sf
$1.50
$900
subtotal
$3,900
Total Construction Costs
total
$77,510
General Contractor Fees:
Bond
1%
$775
General Conditions
9%
$6,976
Overhead & Profit
9%
$6,976
Contingency
15%
$11,627
Project Management
15%
$11,627
grand total
$103,863
June 25, 2003
0
2-q
4
4
POSTED k�� OF NEWPORT BE �'H F I L E QATTACHMEN-
3300 Newport Boulevard - P -O. Box 1768 MAR 0 3 2003
MAR 0 3 2003 Newport Beach, CA 92658 -8915
(949) 644 -3200 TOM DALY, CLERK - RECORDER
TOM DALY. CLERK- RECORDER
D9 DEPUTY NOTICE OF EXEMPTION DEPUTY
To:
From: City of Newport Beach
❑ Office of Planning and Research
1400 Tenth Street Room 121
Planning Department
3300 Newport Boulevard - P.O. Box 1768
Sacramento, CA 95814
Newport Beach, CA 92658 -8915
(Orange County)
County Clerk, County of Orange
v
❑X Public Services Division
P.O. Box 238
Date received for filing at OPR
Santa Ana, CA 92702
Name of Project: Corona Del Mar State Beach Amenity Improvements
Project Location: Corona Del Mar State Beach
Specific:
Project Location -City: Newport Beach Project Location- County: Orange County
Project Description: Replace restrooms, concession facilities and outdoor eating
facilities; provide lifeguard substation facilities and interpretive
areas. RECEIVED BY
PLANNING DEPARTMENT
Exempt Status: (check one) 0 2003 Ministerial (Sec. 21080(b)(1);15268); AMi
Declared Emergency (Sec. 21080(b)(3); 15269(a)); PM
tl � sJ•S.� l,'vl' w J .
Emergency Project (Sec. 21080(b)(4); 15269(b)(c);
X Categorical Exemption. State type and section number. Class 2, Section 15302
Statutory Exemptions. State code number:
General Rule (Sec. 15061(b)(3))
Reasons why project is exempt: Reconstruction of existing structures and facilities on the same site 147ith
substantially the same purposes and capacities as the existing structures and facilities.
Name of Public Agency Approving Project: City ofNewport Beach
Date of Approval:
Name of Person or Agency Carrying Out Project: Lloyd Dalton Public Works Department
1
Contact Person: Lloyd Dalton Title: Design Engineer
Signature: Tel.No. 949 - 644 -3328 Date: January 16, 2003
J
2(a
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
COUNCIL AGENDA
NO. a-0
Agenda Item No. 22
December 9, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, P.E.
949 - 6443328
Idalton @city.newport- beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT
NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS
JORGENSEN CHRISTOPHER ARCHITECTS
RECOMMENDATIONS:
Approve Amendment No. 2 to Professional Services Agreement with Robbins
Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to execute
the Amendment.
DISCUSSION:
On September 10, 2002, the City Council approved a Professional Services Agreement
with Robbins Jorgensen Christopher Architects (RJCA) for $111,670.00 to provide
planning, design, and construction services for a project to improve and upgrade visitor
and other amenities at Corona del Mar State Beach (Copy attached). On December
12, 2002, the City Council increased the budget for the project and approved
Amendment No. 1 for $31,330.00 to compensate RJCA for additional services (Copy
attached). The additional budget was generated from the City's accumulated American
Trader oil spill interest and from excess funds budgeted for other completed oil spill
projects.
On June 24, 2003, the City Council approved a conceptual plan that included parking
lot entrance modifications and a provisional increase in the budget for the project. This
budget increase was approved with the provision that a construction contract could be
awarded for either the approximate $1.1 million that is currently budgeted or for a larger
project in the event that the City can obtain additional funding. Staff is presently
searching for funds needed to award the entire project estimated at $2.5 million.
RJCA is presently completing final design, and has submitted a proposal to amend their
scope of services to provide the additional design and construction services needed for
the entrance modifications and the provisional increase in budget for the project (See
attached Amendment No. 2). Staff has negotiated RJCA's compensation, which will
increase their fee from $143,000.00 to $214,500.00. Staff feels the additional
SUBJECT: Corona Del Mar SeapAmendment 2 to the Professional Services Agree with Robbins Jorgensen Christopher
Architects
December 9, 2003
Page 2
$71,500.00 is appropriate for the additional -scope of— services that is needed, and
recommends Council approval.
Environmental Review:
The design services for this project do not require an environmental review. The project
itself will require environmental review.
Public Notice:
Not applicable at this time.
FundinQ- Availability:
Adequate funds are available for approving Amendment No. 2 in the following account:
Account Description
Corona del Mar State Beach Improvements
Prepared by:
ViM Pr
ait -
Account Number Amount
7295- C5100569 $71,500.00
Submitted by:
tep en . Badum
ublic Works Director
Attachments: Copy of Executed PSA with RJCA
Copy of Executed Amendment No. 1 with RJCA
Copy of Proposed Amendment No. 2 with RJCA
0
40
is
4
PROFESSIONAL SERVICES AGREEMENT
FOR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AGREEMENT, .entered into this i day of 2002, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette,
Newport Beach, California, 92663, (hereinafter referred to as "Consultant"), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to replace improvements at Corona del Mar State Beach
('Project").
C. City desires to engage Consultant to provide architectural services for
'Project upon the terms and conditions contained in this Agreement.
D. The principal member, of Consultant for purpose of Project is Roberta W.
Jorgensen, FAIR
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
-1-
desires to contract with Consultant under the terms and conditions provided
in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the/O d y o, 2002, and
shall terminate on the I' day of January 2004, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A° and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit `B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement, .including all reimbursable items and
subconsultant fees, shall, not exceed the total contract price of one hundred eleven
thousand, six hundred seventy dollars ($111,670).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including-reproductions,
16
IPZ
i -�
• computer printing, postage, mileage, etc.
3.2 Consultant shall submit monthly progress invoices to City payable by City
0
within thirty (30) days of receipt of invoice.
3.3 Consultant shall not receive compensation for extra work without prior
written authorization of City. Authorized compensation shall be paid in accordance with
the schedule of the billing rates as set forth in Exhibit °B °.
3.4, City shall reimburse Consultant only for those costs or expenses, which
have been authorized by this Agreement, or specifically approved in advance by City.
Such reimbursement shall be limited and shall include nothing more than the following
costs incurred by Consultant:
A. Costs of subconsultants for performance of any of the services which
Consultant agrees to render pursuant to this Agreement which have been
awarded in accordance with the terms and conditions of this Agreement.
B. Other costs and /or payments specifically authorized in advance in writing by
City and incurred by Consultant in the performance of this Agreement.
4. STANDARD OF CARE
All of the services shall be performed by Consultant: or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the •services required by this Agreement and that A will
perform all services in a manner . commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant has
-3-
or shall obtain all licenses, permits, qualifications and approvals required of its profession,
and Consultant shall keep in effect all such licenses, permits and approvals during the
term of this Agreement.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the
details and means of performing the work provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement which may appear to give City
the right to direct Consultant as'to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's Project
Administrator. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Roberta W. Jorgensen, FAIA, to be its
0
-4-
16 Project Manager. Consultant shall not bill any personnel to Project other than those
personnel identified in Exhibit "B", whether or not considered to be key personnel, without
City's prior written approval by name and hourly billing rate. Consultant shall not remove
or reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City s approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel: assigned to the performance of services upon written request of City.
Consultant warrants it will continuously fumish the necessary personnel to complete
Project as contemplated by this Agreement.
8. TIME OF PERFORMANCE
. Time is of the essence in the performance of the services under this Agreement.
E
Consultant shall not be responsible for delays which are due to causes beyond
Consultants reasonable control; however, in the case of any such delay in the services to
be provided for Project, each party hereby agrees to provide notice to the other party so
that all delays can be addressed.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
7.0. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
-5-
federal law, regulations and permit requirements and be subject to approval of the Project .
Administrator.
11. PROGRESS
Consultant is responsible to keep the Project Administrator informed on a regular
basis regarding the status and progress of the work, activities performed and planned,
and any meetings that have been scheduled or are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers.and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of ,this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
L
in
L•
• described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising .any .right or performing any work pursuant to this.
Agreement._ Except workers compensation and errors and omissions, all insurance
policies shall add Gity, its elected officials, officers, employees, and volunteers as.
additional insured for all liability arising from Consultant's services as described herein.
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies admitted to do business in the State
of California and assigned Best's A- VII or better rating:
A. Worker's compensation insurance, including 'Wavier of Subrogation"
clause, covering all employees and principals of Consultant, per.the laws of
1 0 the State of California.
0
B. Commercial general liability insurance, including additional insured and
Primary and non - contributory wording, covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured wording endorsement covering any owned and rented vehicles of
-7-
Consultant in a minimum amount of $1 million combined single limit per •
accident for bodily injury and property damage.
D. Professional errors and omissions insurance, which covers the services, to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said. policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has "
agreed to provide comprehensive general and automotive liability insurance, which
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing workers compensation, comprehensive general,
and automotive liability insurance to either Consultant or City with respect to the services
of Consultant herein, a waiver of any right of subrogation, which any such insurer of said
Consultant may acquire against City by virtue of the payment of any loss under such
insurance.
14. . PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
0
5:11
9
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership or joint-venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
91
6:
Consultant shall, at such time and in such forms as City may require, furnish 16
reports concerning the status of services required under this Agreement.
96.. CONFIDENTIALITY
The inforimmation, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. Access to and upon request of Consultant, one copy of all existing record
information on file at City. Consultant shall field review to verify the
accuracy of information provided by City or others City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. All reproduction shall be the responsibility of Consultant.
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Lloyd Dalton, PE,
shall be the Project Administrator and shall have the authority to act for City under this
Agreement. The Project Administrator shall represent City in all matters pertaining to the
services to be rendered pursuant to'this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement Consultant shall maintain complete and accurate
0
sill
0 records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. -Consultant shall allow a representative of City during normal business
hours to examine, . audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
iwithholding. Consultant shall have an immediate right to appeal to the City Manager or
0
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and/or a restoration expense shall be borne by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
-11-
9
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS •
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
u
-12-
. postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Lloyd Dalton, FIE ..
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
(949)644 -3328
Fax (949) 6443308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Roberta W. Jorgensen, FAIA
Robbins Jorgensen Christopher Architects
2800 Lafayette
Newport Beach, CA 92663,
(949) 566 -0080
Fax (949) 566 -0082
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the, provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or If more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party wrtten notice thereof.
•
-13-
City shall have the option, at its sole discretion and without cause, of terminating
this Agreement by giving seven (7) days' prior written notice to Consultant as provided
herein. Upon termination 'of this Agreement, City shall pay to Consultant that portion of
compensation specified in this Agreement that is earned and unpaid prior to the effective
date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a 0
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both Cfij and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
SEE
,4 ,4
• Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City
31. COMPUTER DEWERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification or
misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy
or readability of CADD data due to inappropriate storage conditions or duration; or (c) any
use by City, or anyone authorized by City, of CADD data for additions to this Project, for
the completion of this Project by others, or for any other project, excepting only such use
as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse of
such CADD data.
All drawings shall be transmitted to the City in the City's latest adopted version of
AutoCAD in "dwg" file format. All written documents shall be transmitted to the City in the
City's latest adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify' City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-15-
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed 0
on the day and year first written above.
APPROVED AS TO FORM:
'EVI'M all
-16-
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
ROBBINS JORGENSEN CHRISTOPHER
ARCHITECTS
r �'wl
1
0
0
t�
scope of work'
• 1
Corona EdMar
State Beard
Improvements
The narrative below describes the,proposed conceptual design enod and corresponds to the Scope of Work
oull'med in Attachment'' of the R.P.
Planning and Pre - Design
Kickoff Meeting
At the kickoff meeting we uIII begin with introductions and a discussion of communications and reporting
protocols. We Mli revi6w'the project goajs, budget, funding, end s0nedu1e; We will r_2view.e)usti_hg project
infom .,tion and inionrrafonsources. We will dscuss major milestone datk "so that 9 detailed projectt
schedule may be developed. We will develop a list of erojel stakeholders and discuss how and when these
stakeholders may participate in the desion process. WevAll discuss thepolihcalangreopiaor rokteztfor
design andapproval.
Review Existing Data '
We will review all edsl lingdata, induding City/property owner agreemsncsrzo A,2olandLS regulations,
applicable Cly. ordinanc= s, Coastal Commission andotherreoulatoi} %ag ncryrequ�rzmenis,landdevelop-
mentocunancEs_ topp gr--ohicandb oundary surveys,EZSemEnts,geofych oal'2pons,trafiicandparking
plans or slum' =_s(daring . quirement s, andei cisfingonsit epublicIaclitidsandplans.
:.,
Detem ne speciiicatty yrhat addlfonal Irfrormago,. will need io be oatnefa, "'and coordinate with the City to
provide orsecure that data in the most cost eaective winner.
She Investigation and Scope Idenfffication
Site investigation, cambinsdWt h the avalableexisting site data will allow us ,to.refine-4h scope of work for
surveymo a7tlspis investigation. Utilities will be id=_ntmed, and needed imorovemems.o=,emrned. The
-: _..W 2V ";.vr r- air =':e ,a•
scope of paging, drainage, paving, and lighting .will all bed=_temined at tha time.
Programmaffc Requirements
Discuss with Cry r=_presenta,'ives the programmatic requirements forth=_ pr
°slablish the requiramenis for a successful d y ion, including funclon and o
m mmuridyaccepl aice,approprata5--sigh sring,-andimplamar. ionwith
.._�
This location is visited by thousands of people every year. It is important that the City of Newport Beach is
well represented by the appearance and operatlons of facilities for many years to come. This can be
accomplished by placing an emphasis on pre- d=esign and establishing up front the pdondes for the pmjao,,,
and the ullzation of the funds avalable.
Beause Robbins Jorgensen Christopher prorides almost all of ourarchlsotural servicas_to ubfic�ents,
' we are famiffar vri�the need todesipn for the raftyoilongtemmzintenance�andh ,�ac�sz.WeVail
discpss with the Cfty ourrecommendations andexp=_dance wiG' mater 2ls and systems that can withstand the
requirements of public utilization. Durable buloino materials %vi l be ulleed while still designing an interesting
and inviting beach facility.
-'' Fo ROBBLhTS JORGE-,-SEI\' CHPISTOPHER
t
scope work
Corona Del Mar
State Beach
Improvements
. r.5,w.�•pt -�
Desion and Construction Documents
Develop Conceptual Designs
Ourosce does not have preconceived notions about form or style, and each project represents a search for
an appropriatearchhechral response tocomext. You All sea- the variety ofthese responses when you
review our work. -
We will prepare optionsof design dravifngs jarpubfiorestrooms, concession buildings; lifeguardtowerl
subsistion, s'io, mom and vehicular garage. Add fionalfy, vie All prepare a site plan vi tin improvements to
beach sports facilities, barbecue areas, paring, I. flow, spaces for interpretive exhioits and educational
outreach, sionage, fighting, seating and landscape.
For the lifeauard tower/substation, as in anyemergency response facility, fins fre sewng mission All be given
priority above all other design considerations. We have completed design for over t'S Emergency Response
Facnnies, sowea -afamiTiar with the critical priority of lifesaving related operations and equipment. ihebuilding
MLgLbe functionallyeffecive.Onthssite, however, ashetyonsider�lionsandlongtemmantzr 6s and
operahrgnone-- nsVAHalsobecnrcaflyfmporan t.GdevriOaddressvah'o
'at: "and marine'.'
_. _
We should admfitoourone and onlydesignpreconception: every public building should embodythe values
of its citizens. We believe That the City of Newport Beach's environmental sensitivity should extend to its caphal
improvemem projects. Our design vrill maximize the use of sustainable bundfng materials and minimize the
consumoiion of norreeweble resources.
Tna sensitivity of the Coma del hoar Siale Beach site iAl require thal the conceptual designs be developed as
cornputermuie! sandolacedintothe existing cortiaxisoLief all interested s takeliddars can see beioea attar
photo'realstic renderings of the design propose -Is from the vantage points of cr fcal view sheds. We will use
AutoCAD 2000 software to develop the conputer models. The images will then be imeaatad into dialtal
photographs of she using PhotaShop so'iware.
We can print fineese renderings in-house on large boards using our four-color, high resolution HP Plotfars, of the
digital Images can be projected as PowerPoint slides.
Coiceplual cost esfinat:s will be dava!oped that ref= -canes riiteria!s and workto the numeric CSI sections of
e•
the relining' spe cmcelons .Tnsees:inatesvn'Oinclude -- i .Costs,srecosts,an din- .M6
r!.•,
Cotractors general conditions, overhead, and prom rates will be identified separately. Unlss instructed
othenvisa, the cost estimate vdll be based on Davis-Bacon tabor rats. The first estimate All include d antio-.
en allowanceappropriate tothes e^fnc of theds nand All includes an escalaionfaclorpro-ratingthe
9- % P -- i'Y 9
estimate to the midpoint of ca-tsructon.
ADA Ac_-ssabifity
We have mdensive,experience with the 05ficatfon of ADA to public facilries, and we have ourselves acted as
ADP. consultarts.for Cal Pofy Pomona (development of an ADA Access Plan forihe i600 acre site), the City of
Long Beach, and the Cry oI San Diego.
Af the Santee Lakes Regional Par;we have designed a Fishing Pierforthe Severely Disabled. Accessibility,
when integrated early into design options, Provides a successful and imdlementable solution for everyone.
•
Present Desion Concept at Public Meetings
i he most important issue in presenlino a design to the public and to elected officials is allowing them to
understand the orocss as well as the conclusion. Council reoresenfaiives need to understand their constitu-
ems' concems, and !hey need tounderstandcl=. arlyhowthedsignrespcnsdiredtytoingsaconcems .Public -
Projects ee_ dtobay- rrrafsings° thafrainforcecommuniysoidirahe _rtinaninilamingce, rovzrsy.
R' OBBINS JORGENTSEN' CHPUTOPIiER
f wor
scope, o, kr�-
COr0ha De[Mar
State Beach -
Improvements
E
-Develop Construction Documents
Once desigri decisions have been secured, we vrill develop ponsMicfion Documents suitable forbidding and
construction. These will include drawings of architectural, civil, landscape, mechanical/plumbing, and electrical
disciplines. The Project Manual will incorporate and coordinate with the City's requirements for the General
Contractor. We will assist the City in securing Agency Approvals. .
Constructibility
Construction implemenfalion will be a critical element of this project. Because of the very high use and public
nature of the sfis, access and functional fiywill need to be maintained at a0 times. Our development of a phasing
plan foutraYic, panting and Wrisitrubtiort viill be informed out experience not only as aichited`s, but as
Program managers as Well. These senddes wereprovided for dents who were using other architectural firms,
but who wanted our expertise as managers and implementers. We have provided Program Management
services through 6sign and construction (often on-sftayior the 'Coast Community College District and Orange
County Fire Authority, among others. Nre have also been hired to provide Constructibility Review of construc-
tion documents prepared by omers by numerous public agencies.
Construction Administration -
Wewia
ll tend mestings, review specified submittals, respond toresponsible RF1's, and coordinate with the Chys .
represantative. Once consh-uciion is comol=_ted, we will prepare as -built drawings front the conbacfo's docu
menfation.
Statement of Understanding
Robbins Jorgensen Christopher generally unders,ands and agrees with the Ganeral requirements of Section C of
the RFP.
Comments on "Professional Sorvices-Agreement; ;,
We would like to discus with you' p raI �a _aph�(12�and �i oflhe Professional Services Agreement.
ROSELN'SJORGENSENCHRISTOPHER
0 9
AMENDMENT NO. 1 •
TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this dayof Z)CC e;ij 2002, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred
to as "CITY "), and Robbins Jorgensen Christopher Architects (RJCA), whose address
is 2800 Lafayette, Newport Beach, Califomia, 92663 (hereinafter referred to as
"CONSULTANT'), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT'; and
B. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT; and
C. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT; and
D. CITY degires -to compensate CONSULTANT for additional
professional services not included in AGREEMENT; and
E. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1 ", as provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows: 40
n
LJ
1. CONSULTANT shall be compensated for services performed
• pursuant to AMENDMENT NO. 1 according to "Exhibit A" dated November 8, 2002,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 1 shall not exceed thirty -one thousand three
hundred thirty and no/100 Dollars ($31,330.00), thus increasing total compensation
for Project to $143,000.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT
NO. 1 on the date first above written.
APPROVED AS TO FORM:
By:
City A omey
ATTEST:
LaVonne Harkless
City Clerk
LI
CITY OF NEWPORT BEACH,
A municipal corporation
AN
City of Newport Beach
Consultant
BY:
Print Name t " "6rkz_'�
f:luserslpbwlsharedlagreements* 02- 031dea- amendnol -cdm state beach.doo
ROBBINSJORGENSENCHRISTOPHER
• -'
Exhibit A
8 November 02
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
RE:-CdM State Beach Improvements, #3461
Dear Lloyd,
NOV T 3 2002
We have reviewed the additional fee for professional services related to the increase in
scope and cost for the Corona del Mar State Beach Improvements project. The increase
in scope will result in additional building area, therefore additional design and
construction document time will be required. Also additional construction administration
services will be needed. Since the project augmentation will now allow for the
programming, design and construction of Lifeguard facilities in addition to the
concession and restroom facilities funded by the original scope, we will need to add
some additional time to the computer generated massing studies that will be developed
to study the community views.
The construction value, as well as our liability, has been increased by approximately
60 %. In order to meet the requirements of the City, we believe that we can complete the
project, including the additional scope, for $143,000.
Please call me if you have any questions on this revised proposal.
Sincerely,
Rob ins Jorgense hristopher, Inc.
1
Roberta W. Jor n, FAIA
President
•
2000 LAfAYETT6
NEw>OR1 BEACH.
CALIFORNIA. 9)663
RFC 949.565 9060
FAX 9.9366 0092
.13 mw "iu,rn'.m
0
• AMENDMENT NO.2 TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
FOR CORONA. DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of , 200_, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter
referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
(RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter
referred to as "CONSULTANT'), is made with reference to the following:
RECITALS:
WHEREAS,
• A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT, for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT "; and
B. On December 12, 2002, CITY and CONSULTANT entered into an
amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for
additional professional services needed for PROJECT; and
C. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
D. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT or AMENDMENT NO. 1; and
E. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
0
• •
F. CITY and CONSULTANT mutually desire to amend AGREEMENT •
and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as
provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 2 according to "Exhibit A" dated November 25, 2003, . .
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five
Hundred and no/100 Dollars ($71,500.00), thus increasing total compensation for
PROJECT to $214,500.00.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO.
2 on the date first above written.
CITY OF NEWPORT BEACH,
A municipal corporation
APPROVED AS TO FORM: By.
Steven Bromberg, Mayor
By:
City of Newport Beach
City Attorney
ROBBINS JORGENSEN
CHRISTOPHER ARCHITECTS
-
ATTEST: By.
By:
Print name
LaVonne Herkless
City Clerk
f: \users \pbwlshared\agreements \fy 02 -03*a -amend no. 2 -cdm state beach.doc
•
U
•
•
0
ROBBINS JORGENSENCHRISTOPHER
November 25, 2003
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach '
3300 Newport Boulevard
Newport Beach, CA 92663
Re: CDM State Beach Improvements
RJC Job No. 0223
Dear Lloyd,
4wh, bi0 A
' N Rr r r: 3
This letter is to submit our additional fee for professional services related to the increase in scope
and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is
as follows:
1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 718/03.
Fee at 9.7% of construction cost: $ 21.300.00
2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by
council on 7/8/03.
Fee at 9.7% of construction cost: $ 50.200.00
3. Preparation of additional /unforeseen presentation material during schematic design
phase. (Approx 40 hours) NOT INCLUDED
TOTAL
$ 71,500.00
The construction value for the project has been increased by approximately 60% again. In order
to meet the requirements of the City, we believe that we can complete the project, including the
additional scope for $214,500.00
Please feel free if you have any questions on this revised proposal.
Sincerely,
R a ""SJorgense Christopher, Inc.
rta Jorgen n FAIA
President
Accepted by:
City of Newport Beach Date
0a 00 6AWITTE
BEwa0R1 BEACe.
C4IIFOBMIA 9 2663
lu 181:.00'
Ba9
en %. 9a9 0 8. DB3
wFB: www r�<ame com
R. 4uki : 11roiec&%022.N maracr, %Fcc 1'Gop4Ax1N%;W&Icn I1_'00 id, w
C,31llel
AMENDMENT NO. 2 TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of J Q / (I , 2001 by and
between the CITY OF NEWPORT BEACH, a municipal cor oration (hereinafter
referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
(RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter
referred to as "CONSULTANT"), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT; and
B. On December 12, 2002, CITY and CONSULTANT entered into an
amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for
additional professional services needed for PROJECT; and
C. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
D. CONSULTANT has proposed to provide additional Orofessional
services not included in AGREEMENT or AMENDMENT NO. 1; and
E. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
F. CITY and CONSULTANT mutually desire to amend AGREEMENT
and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as
provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 2 according to °Exhibit A" dated November 25, 2003,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five
Hundred and no /100 Dollars ($71,500.00), thus increasing total compensation for
PROJECT to $214,500.00.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO.
2 on the date first above written.
•• ti [on
LIM,
LaVonne Harkless
City Clerk
CITY OF NEWPORT BEACH,
A municipal corporation
By:
tod N. Ridgew
City of Newpo each
ROBBINS JORGENSEN
CHRIS OPHER ARCHITECTS
By:
Print name 4161 444 L)0rg4e4-11en
fAusers\pbwlshareMagreementsUy 02 -03kjcaamend no. 2cdm state beach.doc
Extiosbi� A
ROBBINS]ORGENSEN CHRISTOPHER
F
N:td f% eJ
November 25, 2003
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Re: CDM State Beach Improvements
RJC Job No. 0223
Dear Lloyd,
This letter is to submit our additional fee for professional services related to the increase in scope
and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is
as follows:
1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 7/8/03.
Fee at 9.7% of construction cost: $ 21.300.00
2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by
council on 7/8/03.
Fee at 9.7% of construction cost: $ 50 200.00
3. Preparation of additionallunforeseen presentation material during schematic design
phase. (Approx 40 hours) NOT INCLUDED
TOTAL $ 71,500.00
The construction value for the project has been increased by approximately 60% again. In order
to meet the requirements of the City, we believe that we can complete the project, including the
additional scope for $214,500.00
Please feel free if you have any questions on this revised proposal.
Sincerely,
pbin s J
or4FAIA ristopher, Incta Jorg
President
Accepted by:
City of Newport Beach Date
3800 LAFAYETTE
NEWPORT BEACH,
CALIFORNIA 93663
PH: 949.566.0080
FAX 949.566.0083
WEB: www.rycarch cum
R:vwtirc. Itnpmak AddSen 11202oU3.dnc
. /7tiE Cis: GOLvCiL� ����
d na �•�;v.�c=.� _eacH L L �o y
DEC 0 9 2003
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPO R �3
Agenda Item No. 2 400
December 9, 2003
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Lloyd Dalton, P.E.
949 - 6443328
ldalton@city.newport-beach.ca.us
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT
NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS
JORGENSEN CHRISTOPHER ARCHITECTS
RECOMMENDATIONS:
Approve Amendment No. 2 to Professional Services Agreement with Robbins
Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to execute
the Amendment.
DISCUSSION:
On September 10, 2002, the City Council approved a Professional Services Agreement
with Robbins Jorgensen Christopher Architects (RJCA) for $111,670.00 to provide
planning, design, and construction services for a project to improve and upgrade visitor
and other amenities at Corona del Mar State Beach (Copy attached). On December
12, 2002, the City Council increased the budget for the project and approved
Amendment No. 1 for $31,330.00 to compensate RJCA for additional services (Copy
attached). The additional budget was generated from the City's accumulated American
Trader oil spill interest and from excess funds budgeted for other completed oil spill
projects.
On June 24, 2003, the City Council approved a conceptual plan that included parking
lot entrance modifications and a provisional increase in the budget for the project. This
budget increase was approved with the provision that a construction contract could be
awarded for either the approximate $1.1 million that is currently budgeted or for a larger
project in the event that the City can obtain additional funding. Staff is presently
searching for funds needed to award the entire project estimated at $2.5 million.
RJCA is presently completing final design, and has submitted a proposal to amend their
scope of services to provide the additional design and construction services needed for
the entrance modifications and the provisional increase in budget for the project (See
attached Amendment No. 2). Staff has negotiated RJCA's compensation, which will
increase their fee from $143,000.00 to $214,500.00. Staff feels the additional
SUBJECT: Corona Del Mar BSA Amendment 2 to the Professional Services Agree With Robbins Jorgensen Christopher
Architects
December 9, 2003
Page 2
$71,500.00 is appropriate for the additional scope of services that is needed, and
recommends Council approval.
Environmental Review:
The design services for this project do not require an environmental review. The project
itself will require environmental review.
Public Notice:
Not applicable at this time.
Funding Availability:
Adequate funds are available for approving Amendment No. 2 in the following account:
Account Description
Corona del Mar State Beach Improvements
Prepared by:
ger- .
.�_
Me
Manager
Account Number Amount
7295- C5100569 $71,500.00
Submitted by:
'Tteptfeng. Badum
ublic Works Director
Attachments: Copy of Executed PSA with RJCA
Copy of Executed Amendment No. 1 with RJCA
Copy of Proposed Amendment No. 2 with RJCA
:- • I - -i
PROFESSIONAL SERVICES AGREEMENT
FOR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AGREEMENT, .entered into this %k day of 2002, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette,
Newport Beach, Califomia, 92663, (hereinafter referred to as "Consultant "), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to replace improvements at Corona del Mar State Beach
("Project).
C. City desires to engage Consultant to provide architectural services for
Project upon the terms and conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Roberta W.
Jorgensen, FAIA
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and.
-1-
desires to contract with Consultant under the terms and conditions provided
in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the/Q d y of�, 2002, and
shall terminate on the 15` day of January 2004, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit °B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall not exceed the total contract price of one hundred eleven
thousand, six hundred seventy dollars ($111,670).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
-2-
computer printing, postage, mileage, etc.
3.2 Consultant shall submit monthly progress invoices to City payable by City
Within thirty (30) days of receipt of invoice.
3.3 Consultant shall not receive compensation for extra work without prior
written authorization of City. Authorized compensation shall be paid in accordance with
the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses, which
have been authorized by this Agreement, or specifically approved in advance by City.
Such reimbursement shall be limited and shall include nothing more than the following
costs incurred by Consultant:
A. Costs of subconsultants for performance of any of the services which
Consultant agrees to render pursuant to this Agreement which have been
awarded in accordance with the terms and conditions of this Agreement.
B. Other costs and /or payments specifically authorized in advance in writing by
City and incurred by Consultant in the performance of this Agreement.
4. STANDARD OF CARE
All of the services shall be performed by Consultant, or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant has
-3-
or shall obtain all licenses, permits, qualifications and approvals required of its profession,
and Consultant shall keep in effect all such licenses, permits and approvals during the
term of this Agreement.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the
details and means of performing the work provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement which may appear to give City
the right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's Project
Administrator. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Roberta W. Jorgensen, FAIA, to be its
151
A
Project Manager. Consultant shall not bill any personnel to Project other than those
personnel identified in Exhibit "B ", whether or not considered to be key personnel, without
City's prior written approval by name and hourly billing rate. Consultant shall not remove
or reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project as contemplated by this Agreement.
8. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement.
Consultant shall not be responsible for delays which are due to causes beyond
Consultant's reasonable control; however, in the case of any such delay in the services to
be provided for Project, each party hereby agrees to provide notice to the other party so
that all delays can be addressed.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
-5-
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator.
11. PROGRESS
Consultant 'is responsible to keep the Project Administrator informed on a regular
basis regarding the status and progress of the work, activities performed and planned,
and any meetings that have been scheduled or are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers. and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
la
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement.. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, employees, and volunteers as
additional insured for all liability arising from Consultant's services as described herein.
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies admitted to do business in the State
of California and assigned Best's A- VII or better rating:
A. Worker's compensation insurance, including 'Wavier of Subrogation"
clause, covering all employees and principals of Consultant, per the laws of
the State of California.
B. Commercial general liability insurance, including additional insured and
primary and non - contributory wording, covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured wording endorsement covering any owned and rented vehicles of
-7-
!.
Consultant in a minimum amount of $1 million combined single limit per
accident for bodily injury and property damage.
D. Professional errors and omissions insurance, which covers the services, to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, which
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing workers compensation, comprehensive general,
and automotive liability insurance to either Consultant or City with respect to the services
of Consultant herein, a waiver of any right of subrogation, which any such insurer of said
Consultant may acquire against City by virtue of the payment of any loss under such
insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
go
14 4
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint - venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty -five percent (25 %) or more of the assets of the
corporation, partnership orjoint - venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
0.
Consultant shall, at such time and in such forms as City may require, fumish
reports concerning the status of services required under this Agreement.
16.. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. Access to and upon request of Consultant, one copy of all existing record
information on file at City. Consultant shall field review to verify the
accuracy of information provided by City or others City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. All reproduction shall be the responsibility of Consultant.
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Lloyd Dalton, PE,
shall be the Project Administrator and shall have the authority to act for City under this
Agreement. The Project Administrator shall represent City in all matters pertaining to the
services to be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
-10-
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and/or a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
-11-
9
•
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the .right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may. be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personalty or on the third business day after the deposit thereof in the United States mail,
SPA.'
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at: _
Lloyd Dalton, PE
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
(949)644 -3328
Fax (949) 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Roberta W. Jorgensen, FAIA
Robbins Jorgensen Christopher Architects
2800 Lafayette
Newport Beach, CA 92663_
(949) 566 -0080
Fax (949) 566 -0082
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
partywritten notice thereof.
-13-
City shall have the option, at its sole discretion and without cause, of terminating
this Agreement by giving seven (7) days' prior written notice to Consultant as provided
herein. Upon termination of this Agreement, City shall pay to Consultant that portion of
compensation specified in this Agreement -that is earned and unpaid prior to the effective
date of termination.
V. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
-14-
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification or
misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy
or readability of CADD data due to inappropriate storage conditions or duration; or (c) any
use by City, or anyone authorized by City, of CADD data for additions to this Project, for
the completion of this Project by others, or for any other project, excepting only such use
as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse of
such CADD data.
All drawings shall be transmitted to the City in the City's latest adopted version of
AutoCAD in "dwg" file format. All written documents shall be transmitted to the City in the
City's latest adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-15-
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
-16-
CITY OF NEWPORT BEACH
A Municipal Corporation
By
Mayor
ROBBINS JORGENSEN CHRISTOPHER
ARCHITECTS
R
/ i
scope work' r
Corona DdMar
,State Beach
Improvements
The narrative below describes the proposed conceptual design effort and corresponds to tine Scope of Work
outlined in Attachment "T of the RFR
Planning and Pre - Design
Kickoff Meeting
At the kickoff meeting we will begin with introductions and a discussion of communications and reporting
protocols. We will reA' sivfhe project goals, budget, funding, and schedule: We vrill reVletirezisting project
infomationand informationsources. Wet wlldiscussmaiormilestonsdalessothatadetaltedpmject -
schedule maybedeveloped. We will develop aTislofproj act stakeholders and discuss how and when these
�.�.; ..,.r...
stakeholders may participate in the design process. lee vnll discuss the pofiiidalanhd'epg la'fary�ontezt for
design and approval.
Review, Existing Data
We will review all wilting data, including Cfiylproperty owner agreement's; zoon)n. ggndlanduse regulations,
applicableCtty.ordfna as, Coastal Commission and otherrebulafoiyagency ,regmr°ments, land develop-
ment ordinances, -topographic and boundary surveys, easements, peplectmcaiveoods, traffic and Parking
plans or studas'Qarldng requirements, and eklifing on site public faoilitiesand plans.
Determine spec ificallywhataddfiionalIritomation will n idtobeoathered ;andcoordinate withtheClyto
provide or secure that data in the most cost effective manner.
Site Investigation and Scope Identification
Shejnvastication combined wilin the available e)dsting site data will allotv usto.refine.lDe scope of workfor
I;� .PV._ •3 :, 5 ^, ! .,,�....
Csu�rvannoandeclisrme; tlgatlon. Lilrtieswilltoidentified ,andneededimoroe -ya enytSd =t nzd.Tne
scopeofgrading,dramage, paving, and lighting will all be determined a! Ie,time.
Programmatic Requirements
Discuss with City representatives the programmatic requirements for the project
Esablish the requirements for a successful design, including function and operali
.communiiy acceptance, appropriat� igzshmg ,-andimplmntationwithamin
x++
his location is visited by thousands of people everyyeer. It is important that the City o,Newport Beach is
well represented by the appearance and operations of the facilities for many years to come. This can be
accomplished by placing an emphasis on pra ciasign and establishing up front the priorities for the project,
and the u igzation of the funds available.
Because Robbins Jorgensen Christopher provides almost all of our archfiLclural services tWlic clients,
sue, s - ,k`�i.c+
wearefamiliarvdththansadtodesign forthereafryoflongtermmaintedanceandh 5 `use: swill
discuss with the Gty our recommendations and experi=nce with materials and systems that can withstand the
requirements of public utilization. Durable building materials will be utilized while still designing an interesting
and inviting beach facility.
` "tea F ROBBI_hISJORGEhiSENCHRISTOPHER
cope of work
Corona De[96r
State Beach
Improvements
Design and Construction Documents
Develop Conceptual Designs
Our office does not have preconceived notions about form or style, and each project represents a search for
an appropriate architectural response to context. You will see the vadeiy of these responses when you
review our work. ..
We will prepare options of design drawings )orpublic resirooms concession bulgings; tifegirardtower/
substation, siorage room and vehicular oarage. Additionally, we will prepare a site plan with improvements to
beach sports facfifiias, barbacue areas, parking, traffic flow, spaces for interpretive exhibits and educational
outreach, sfohage, fighting, seating and landscape.
Forthe frfaguard tower /substation, as in anyemergency response facility, the l fe saw hg mission will be given
priority above all other design considerations. We have completed desion for over 35 Emergency Response
Facilities, so we are fanul'iar with the aHical priority of Ifiesaying related operations and equipment The building
must be funciionally effective. On this site, however aesthaifc considerations and long term rnarnfer9r!i and
,...
o`o atingconcemswilalsobecruclaVyimponant. evnlladdressvarr7alism and marinecoriosiont
We should admiltoourone and only design preconception: every public building should embody the values
of its citizens. We believe that the Cityof Newport Beach's environmental sensitivity, should extend to Its capital
improvement projects. Ourdesign will maximize the use of sustainablee building materials and minimize the
consumption of non - renewable resources.
The senstinmy of the Corona del Mar State Beach site will require that the conceptual designs be d-e- valopad as
computer models and placed into the existing context so that all intareelad stakeholders can see beior 4hd -after
photorealistio renden:nos of the design PrODDSals from the vantage points of critical view sheds. We will use
AuloCAD 2000 software to develop the computer models. The images will then be integrated into digital
photographs of site using PhotoShopsoftware.
Wean print these rendaainas in -house on large boards using ourfour- oolor, high resolution HP plotters, or the
Mahal images can be projected as PowerPoint slides.
-rSnraces— — — —
Coriceptuai cost estimates will be developed that reference materials andrvoMo the numerical CSI sections of
the preliminary specilcabons. These eslunateswllindud eiacifrty,cosfss-,s ecosts,andbf sneoosE.TheGeneral
Contac o,'s general conditions, overhead, and profit rates will be identified saparaiely. Untass instructed
othenvise, the cost estimate will be based on Davis -Bacon labor rates. The cost estimate will include•• a comim.
K:i4 ,:R,
gancyalloH anceapproprialetothespacfncityofthedesignandwillinclude _anas laLon actorprc- rating the
estimate to the midpoint of consiruclion.
ADA Accessability
We have extensive experience with the application of ADA to public facilities, and wE have ourselves acted as
ADA consultant for Cal Poly Pomona (development of an ADA Access Plan for the 16D0 acre site), the City of
Long Beach, and th e Cry of San Di ago.
Af the Santee Lakes Regional Park we have designed a Dishing Pier for the Save. ely Disabled. Accessibility,
when integated early into desion options, provides a successful and implemenfable solution for everyone.
Present Desion Concept at Public Meetings
The mosi important issue in presenting a design to the public and to elected officials is allowing them to
undarstand the process as well as the conclusion. Council representatives need to understand their constitu-
ents' concems, and they need to understand dearly how the desion responds directly to those concerns. Public
K +o projects need to be'bam- airings° that reinforce_ community, spirit ratherthan inflaming controversy.
l:" ROBBINTS JORGENSEN CHRISTOPHER
scope of wor-k'
Corona Def%ar
State peach
Improvements
Develop Construction Documents
Once design decisions have been secured, we vrtll develop Constriction Documents suitable forbidding and
construction. These will include drawings of architectural, civil, landscape, mechaniceVplumbing, and electrical
aisciplins. Tne Project Manual will incorporate and coordinate frith the Chyf s requirem ants for the General
Contactor. We will assist the City in securing Agency Approvals.
Constructibility
Construction implementalion will be a critical element of this project. Because of the very high use and public
mature of the sit=_, access and functionality will need to be maintained at all times. Our development of a phasing
r ..—.nom.._._..... t,r
plan for f traffic, paffdhg and constrdcrioq will be informed by out experience not only as archfiects, but as
Pmgam managers as well. These services were provided for clients who were using' other architecture) firms,
but who wanted our expertise as managers and implamenters. We have provided Program Management
services through design and construction (often on- she)'for the Coast Community College Distrid and Orange
County Fire Authority, among others. W have also been hired to provide Consiruclibility Review of construc-
tion documents prepared by others by numerous public agencies.
Construction Administration
We will attend m=_�ings, review specified submittals, respond to responsible RFFs, and coordinate with the City's
representative. Once construction is completed, we will prepars as -built drawings frord the eontacfors docu
mentation.
Statement of Understanding
Robbins Jorgensen Christopher geneally understands and agrees with the General requirements of Section C of
the RFP.
Comments on "Professional Services Agreement" ;', . ,r. ,
We would like to discuss with yoripazgrap ~ l V`A ndofoffneProfessionalServicesAme =_ment.
ROBBIINS JORGENTSEN, CHRISTOPHER
• 0
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
THIS AMENDMENT NO. 1 77T��O PROFESSIONAL SERVICES
AGREEMENT, entered into this day of Z)(C Lew, J P� 2002, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred
to as "CITY"), and Robbins Jorgensen Christopher Architects (RJCA), whose address
is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as
"CONSULTANT"), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT"; and
B. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT; and
C. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT; and
D. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT; and
E. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1 ", as provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
•
•
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 1 according to "Exhibit A° dated November 8, 2002,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 1 shall not exceed thirty -one thousand three
hundred thirty and no /100 Dollars ($31,330.00), thus increasing total compensation
for Project to $143,000.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT
NO. 1 on the date first above written.
APPROVED AS TO FORM:
By:
City Attorney
ATTEST:
CITY OF NEWPORT BEACH,
A municipal corporation
WE
City of Newport Beach
Consultant
By V� u�- &,& ,
LaVonne Harkless
City Clerk
fAuserslpbwlshared\agreements* 02 -03kjca- amendno1-cdm state beach.doc
Exhibit A
ROBB INS JORGENSENCHRISTOPHER
IN 8 November 02 NOV X 9 2002
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
RE:,CdM State Beach Improvements, #3461
Dear Lloyd,
We have reviewed the additional fee for professional services related to the increase in
scope and cost for the Corona del Mar State Beach Improvements project. The increase
in scope will result in additional building area, therefore additional design and
construction document time will be required. Also additional construction administration
services will be needed. Since the project augmentation will now allow for the
programming, design and construction of Lifeguard facilities in addition to the
concession and restroom facilities funded by the original scope, we will need to add
some additional time to the computer generated massing studies that will be developed
to study the community views.
The construction value, as well as our liability, has been increased by approximately
60 %. In order to meet the requirements of the City, we believe that we can complete the
project, including the additional scope, for $143,000.
Please call me if you have any questions on this revised proposal.
Sincerely,
R4bin Jorgense hristopher, Inc.
RW. J n, FAIA
President
$800 LAFAYETTE
NEWPORT BEACH.
CALIFORNIA, 93663
PH. 949.566 0080
FAX. 949 566.0083
WE8 ww '-
• •
AMENDMENT NO. 2 TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
FOR CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of 200_, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter
referred to as "CITY "), and ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
(RJCA), whose address is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter
referred to as "CONSULTANT "), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as "PROJECT "; and
B. On December 12, 2002, CITY and CONSULTANT entered into an
amendment to AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", for
additional professional services needed for PROJECT; and
C. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
D. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT or AMENDMENT NO. 1; and
E. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT or AMENDMENT NO. 1; and
• •
F. CITY and CONSULTANT mutually desire to amend AGREEMENT
and AMENDMENT NO. 1, hereinafter referred to as "AMENDMENT NO. 2 ", as
provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 2 according to "Exhibit A" dated November 25, 2003,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 2 shall not exceed Seventy -One Thousand Five
Hundred and no /100 Dollars ($71,500.00), thus increasing total compensation for
PROJECT to $214,500.00.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT NO.
2 on the date first above written.
CITY OF NEWPORT BEACH,
A municipal corporation
L_
APPROVED AS TO FORM: Steven Bromberg, Mayor
City of Newport Beach
By:
City Attorney
ROBBINS JORGENSEN
CHRISTOPHER ARCHITECTS
0
ATTEST:
Print name
By:
LaVonne Harkless
City Clerk
f: \userslpbwlsharedlagreements%fy 02- 03VIca -amend no. 2-cdm state beach.doc
•
ROBBINSJORGENSENCHRISTOPHER
® November 25, 2003
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Re: CDM State Beach Improvements
RJC Job No. 0223
Dear Lloyd,
Exhsh/ ` A
3r
„1
(
PUGEI_,,,:..
GN Ji Newpa
This letter is to submit our additional fee for professional services related to the increase in scope
and cost for the Corona Del Mar State Beach improvements project. The fee and scope of work is
as follows:
1. Add -on #1: Parking Lot Improvements, $219,385 approved by council on 718103.
Fee at 9.7% of construction cost: $ 21.300.00
2. Basic Scope construction budget increased from $1,200,000 to $1,992,848. Approved by
council on 718103.
Fee at 9.7% of construction cost: $ 50.200.00
3. Preparation of additionaltunforeseen presentation material during schematic design
phase. (Approx 40 hours) NOT INCLUDED $ — 3:800-00
TOTAL
$ 71,500.00
The construction value for the project has been increased by approximately 60% again. In order
to meet the requirements of the City, we believe that we can complete the project, including the
additional scope for $214,500.00
Please feel free if you have any questions on this revised proposal.
Sincerely,
R bins Jorgense Christopher, Inc.
be
orta Jorgen n FAIA
President
Accepted by:
City of Newport Beach Date
3a00 LAPAYETTE
NEWPORT BEACH,
CALIFORNIA 91663
It:Lgcticc Pn,ICCtctU7Li`.C„utracE:.Fec Pn +�E:>satr.,1dd�cFe I I_'OJ.uq.. dol
PH. 969.566.0080
FAX 9.9.566.0081
WEB. www ryu,a F,com
G3��1
Rooks, Shari
From: Dalton, Lloyd
Sent: Tuesday, April 29, 2003 11:08 AM
To: Rooks, Shari
Cc: City Clerk; Patapoff, Bill
Subject: RE: State Department of Parks and Recreation
you should not have mailed anything, because there was a lot of other stuff to send,
too.
i mailed the whole enchilada to the state on 3/73. according to my experience, it will
take quite a while for them to return our stuff. maybe by june 1 St.
TI
- - - -- Original Message--- -
From: Rooks, Sharl
Sent: Tuesday, April 29, 2003 10:38 AM
To: Dalton, Lloyd
Subject: State Departrnent of Parks and Recreation
Lloyd,
City Clerk has not received their copy of the Grant contract for the CDM
Beach State Improvement Contract. I could swear I sent them two copies
back to them for their signature and asked to have them return an original to
us. I keep a tickler file with the transmittal letter until I get what I need
back. The tickler letter for this one is gone, so that means to me I've received
the signed contract. Did I give you the original and forget to make a copy for
City Clerk? If you don't have it, do you have a contact name and phone number
so I can follow up with them?
Thanks,
Shari
1
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 10
December 17, 2002
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
FROM: Public Works Department DEC i ; "1u1i2
Lloyd Dalton, P.E.
949 - 6443328 MUTE
V E
A-C16
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS - AMENDMENT
NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH ROBBINS
JORGENSEN CHRISTOPHER ARCHITECTS
RECOMMENDATIONS:
Approve Amendment No. 1 to Professional Services Agreement with Robbins
Jorgensen Christopher Architects, and authorize the Mayor and City Clerk to
execute the Amendment.
2. Approve a Budget Amendment appropriating $365,535 in Division 7295 (Special
Sources - Oil Spill Remediation) funds from interest and other oil spill projects to
the Corona Del Mar State Beach Improvements project (Account No. 7295 -
05100569) as authorized by the American Trader Trustees on October 3, 2002.
3. Direct staff to appropriate any further investment earnings on remaining Oil Spill
Remediation funds and any excess funds from completed oil spill projects to the
Corona Del Mar State Beach Improvements project.
DISCUSSION:
On September 10, 2002, the City Council approved a Professional Services Agreement
with Robbins Jorgensen Christopher Architects (RJCA) to provide planning, design, and
construction services for a project to improve and upgrade visitor and other amenities at
Corona del Mar State Beach (see attached copy of Agenda Item No. 5).
Project Funding - the American Trader Oil Spill, The City initially proposed funding the
project with revenue from the American Trader Oil Spill. As background, on February 7,
1990, the American Trader oil tanker was carrying British Petroleum crude oil from the
Alaska Pipeline. When the American Trader attempted to offload its oil at the
Goldenwest Terminal off the coast of Huntington Beach, the tanker landed on its own
anchor. It punctured its hull, spilling over 400,000 gallons of oil.
SUBJECT: CORONA DEL MAR CH - AMENDMENT 1 TO THE PROFESSIO. SERVICES AGREEMENT WITH
ROBBINS JORGENSE RISTOPHER ARCHITECTS
December 17, 2002
Page 2
The spill contaminated miles of beaches, killed or injured birds and other wildlife, and
damaged the coastal recreational resources by impairing the public's right to enjoy the
beach. Beaches in Newport Beach and Huntington Beach were closed for over two
months.
Following the spill, the County of Orange, the State Departments of Fish & Game and
Parks & Recreation, the California Regional Water Quality Control Board (Santa Ana
Region), and the cities of Huntington Beach and Newport Beach filed a lawsuit against
British Petroleum, Goldenwest Refinery, Attransco, and the Trans Alaska Pipeline
Fund.
All the defendants except Attransco settled. When the lawsuit against Attransco went
to trial in December 1997, the jury returned a verdict of over $18 million dollars.
Attransco appealed. In August 1999 the parties settled the appeal for $16 million
dollars.
Under the terms of a 1994 Memorandum of Understanding, the Plaintiffs agreed to form
a Trustees Council to pursue the litigation. The Plaintiffs agreed that the Trustees
Council's decision - making deliberations would "focus on the Government's mutual
purposes of assessing natural resource damages and restoring injured resources and
foregone services rather than on control or respective Trusteeship over those
resources."
The Trustees Council initially met to distribute the available proceeds on November 29,
1999. They assigned $476,000 to the Corona del Mar State Beach Improvement
project. Later, the City was awarded a $479,000 grant from Proposition 12 (March
2000). The City has not received the grant money yet.
Now that several projects on the original list are underway or complete (including the
two pier renovations), Staff re- evaluated the list of projects funded with Oil Spill
Settlement proceeds. On October 3, 2002, we asked the Trustees Council to re- direct
$365,535 in unused funds from other City projects (and accumulated interest) to the
Corona del Mar State Beach Improvements project. The Trustees authorized us to do
so. As a result, the beach improvements project may be expanded in scope.
RJCA has begun the contracted services, and has proposed to amend their scope of
services to provide the additional planning, design, and construction services needed
for the expanded project (see Exhibit A to Amendment No. 1 to Professional Services
Agreement). RJCA's compensation will increase from $111,670 to $143,000. Staff
feels the revised amount is appropriate for the project, and recommends Council
approval.
Environmental Review: The City Council's approval of this agenda item does not
require environmental review. The project itself will require environmental review.
Public Notice: This agenda item may be noticed according to the Ralph M. Brown Act
(72 hours in advance of the public meeting at which the City Council considers the
item).
SUBJECT: CORONA DEL MAR Bt - AMENDMENT 1 TO THE PROFESSIONAL SEES AGREEMENT WITH ROBBINS
JORGENSEN CHRIST ER ARCHITECTS
December 17, 2002
Page 3
Funding Availability: Subject to approval of the Budget Amendment, funding for
Amendment No. 1 will be available in Account No. 7295- C5100569 for Corona del Mar
State Beach Improvements.
Prepared by:
/ &j> i
Lloyd Oralton,
Project Manager I
Submitted
A G. Badum
Works Director
Attachments: Agenda Item No. 5
Amendment No. 1 to Professional Services Agreement
Budget Amendment
0 9
September 10, 2002
CITY COUNCIL AGENDA
ITEM NO. 5
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS, CONTRACT NO. 3461
PROFESSIONAL SERVICES AGREEMENT FOR ARCHITECTURAL
SERVICES
RECOMMENDATION:
Approve a Professional Services Agreement with Robbins Jorgensen Christopher Architects
(RJCA) in the amount of $111,670, and authorize the Mayor and the City Clerk to execute the
Agreement.
PROJECT DESCRIPTION:
Public facilities at Corona del Mar State Beach have been built, operated, and maintained by the
City of Newport Beach under an operating agreement with the State of California. The City's
current 30 -year agreement with the State expires in the year 2029.
Beach facilities that were built in 1951, 1960, 1965, and 1970 have become antiquated and
deteriorated in the hostile salt air environment to the extent that they should be removed and
rebuilt. Those facilities include buildings containing two concession stands, a rental stand, two
men's and two women's restrooms.
Shade and picnic structures, landscaping, parking, traffic circulation, accessibility, and lighting
improvements are also needed at this very popular destination beach. In addition, the Fire
Department desires to build a combination lifeguard substation /first aid station area for lifeguard
use, and the Harbor Resources Division has requested space for storage and interpretive
exhibits.
The current budget contains an appropriation of $476,000 from the American Trader Oil Spill
Settlement and a grant of $479,000 from Proposition 12, the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000, to design and construct new public
facilities at Corona del Mar State Beach. After deducting planning, design, construction
administration and construction contingency costs, Staff estimates that $735,000 will be
available for a construction contract. Staff estimates much more than this amount will be
needed for reconstructing the site as stated above.
CONSULTANT SELECTION:
Two of eight solicited firms responded with qualifications and a proposal to provide services for
the project. Staff reviewed the qualifications, past experience on similar projects, availability,
and references of the two, and rated Roesling Nakamura Architects, Inc. as more qualified.
After fee negotiations failed with Roesling, Staff obtained a third qualification and proposal, then
rated Robbins Jorgensen Christopher Architects (RJCA) as more qualified. Upon negotiation of
SUBJECT: CORONA DER STATE BEACH IMPROVEMENTS, CONT NO. 3461 PROFESSIONAL
SERVICES A EMENT FOR ARCHITECTURAL SERVICES
September 10, 2002
Page 2
services and fees, RJCA has agreed to provide planning, design and construction assistance
services for $99,720; printing and plotting for $4,000; and a geotechnical investigation and
recommendations needed for design for $7,950. City forces will provide the surveys needed for
design.
RJCA's contract will total $111,670. RJCA's scope of services, fee letters, and hourly rates are
attached.
SCOPE OF SERVICES:
RJCA will provide master planning services for rebuilding all public improvements at Corona del
Mar State Beach. The master planning will consist of meeting with City Staff, neighboring
homeowners, and the public. Alternative site development schemes will be explored in order to
determine the most desirable site layout and develop consensus among the interested parties
as to lines of sight, circulation, landscaping, etc. See attached photographs of suggested
building location Alternatives "A" and "B."
After the master plan has been completed and approved by City Council, RJCA will prepare
conceptual plans and cost estimates for the various components of the plan. If the master
planned improvements are found to be underfunded, the City may either delay the entire project
until sufficient funds are made available or proceed with a $735,000 first phase of the desired
improvements during the winter of 2003.
RJCA's scope of services also includes preparing final plans and specifications and providing
construction support fora $735,000 construction project. In the event that the City decides to
retain RJCA to provide design and construction services for a larger project, or for a project that
will be built in phases, the City will need to negotiate additional services and fees with RJCA for
the larger or phased project.
FUNDING:
Funds to award this contract are available in the following Account-
Account Name
Corona del Mar Beach Improvements
1-9 WORKS DEPARTMENT
en G. Badum, Director
By:
Llog Dalton, P.E.
Design Engineer
Attachments: Professional Services Agreement
Altematives "A" and "B"
Account Number Amount
7295- C5100569 $111,670
s
9
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH ROBBINS JORGENSEN CHRISTOPHER ARCHITECTS
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this day of , 2002, by and
between the CITY OF NEWPORT BEACH, a municipal corporation (hereinafter referred
to as "CITY "), and Robbins Jorgensen Christopher Architects (RJCA), whose address
is 2800 Lafayette, Newport Beach, California, 92663 (hereinafter referred to as
"CONSULTANT'), is made with reference to the following:
RECITALS:
WHEREAS,
A. On September 10, 2002, CITY and CONSULTANT entered into a
professional services agreement, hereinafter referred to as "AGREEMENT ", for
architectural services for the Corona del Mar State Beach Improvements project,
hereinafter referred to as `PROJECT; and
B. CITY has requested CONSULTANT to provide additional
professional services not included in AGREEMENT; and
C. CONSULTANT has proposed to provide additional professional
services not included in AGREEMENT; and
D. CITY desires to compensate CONSULTANT for additional
professional services not included in AGREEMENT; and
E. CITY and CONSULTANT mutually desire to amend AGREEMENT,
hereinafter referred to as "AMENDMENT NO. 1 ", as provided herebelow.
NOW, THEREFORE, the parties hereto agree as follows:
C.
0
1. CONSULTANT shall be compensated for services performed
pursuant to AMENDMENT NO. 1 according to "Exhibit A" dated November 8, 2002,
attached hereto.
2. Additional compensation to CONSULTANT for services performed
pursuant to this AMENDMENT NO. 1 shall not exceed thirty-one thousand three
hundred thirty and no/100 Dollars ($31,330.00), thus increasing total compensation
for Project to $143,000.
3. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in AGREEMENT shall remain unchanged and shall be in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have executed AMENDMENT
NO. 1 on the date first above written.
CITY OF NEWPORT BEACH,
A municipal corporation
BY:
APPROVED AS TO FORM: Mayor
City of Newport Beach
By:
City Attorney
ATTEST:
LaVonne Harkless
City Clerk
Consultant
M
Print Name
f: luserslpbwlsharedhagreementskfy 02 -03\1ca- amendnol -cdm state beach.doc
0
ROBB]NSJORG ENS ENCHRI STOP HER
9
Exhibit A
® 8 November 02 NOV 1 g 2002
Mr. Lloyd Dalton
Design Engineer
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
RE: -CdM State Beach Improvements, #3461
Dear Lloyd,
We have reviewed the additional fee for professional services related to the increase in
scope and cost for the Corona del Mar State Beach Improvements project. The increase
in scope will result in additional building area, therefore additional design and
construction document time will be required. Also additional construction administration
services will be needed. Since the project augmentation will now allow for the
programming, design and construction of Lifeguard facilities in addition to the
concession and restroom facilities funded by the original scope, we will need to add
some additional time to the computer generated massing studies that will be developed
to study the community views.
The construction value, as well as our liability, has been increased by approximately
60 %. In order to meet the requirements of the City, we believe that we can complete the
project, including the additional scope, for $143,000.
Please call me if you have any questions on this revised proposal.
Sincerely,
Rob ins Jorgense hristopher, Inc.
Roberta W. Joroanskn, FAIA
President
3800 EAFGTETTE
NFWVORT BEACX,
C nIII ONNIA, 93663
PH, 949 566 0080
14x 949 566 0081
S;
Gey of Newport Beach *
BUDGET AMENDMENT
2002 -03
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
NO. BA- 027
AMOUNT: $365,535.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the Corona del Mar State Beach Improvement Project
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
295 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Account
Division
Account
Division
Account
Division
Account
Division
Account
Signed:
Signed:
Signed:
Description
Oil Spill Remediation Fund Balance
Description
C.
Administrative
City Council Approval: City Clerk
Director
Amount
Debit Credit
$365,535.00
$365,535.00
/ v D
Date
D e
Date
Description
Number
7295 Oil Spill Remedlation
Number
C5100569 CdM Beach Improvements
Number
Number
Number
Number
Number
Number
Number
Number
C.
Administrative
City Council Approval: City Clerk
Director
Amount
Debit Credit
$365,535.00
$365,535.00
/ v D
Date
D e
Date
qty of Newport Beach
BUDGET AMENDMENT
2002 -03
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
Ix from unappropriated fund balance
EXPLANATION:
NO. BA- 027
#j0
AMOUNT: E365,535.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations for the Corona del Mar State Beach Improvement Project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
295 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Oil Spill Remediation Fund Balance
Description
DEC 1 `I 1UU2
Amount
Debit Credit
$365,535.00 .
Signed: F' a C. �,d / .O D
Financia Approval: Administretiv ervices Director Date
Signed: 42 IlAld 2�-
Admi ' /(str/J�tive Appro 1y: yC,ity Man ger Dafe
Signed: V (J 9 I
City Council Approval: City Clerk Date
Description
Division
Number
7295 Oil Spill Remediatlon
Account
Number
C5100569 CdM Beach Improvements $365,535.00
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed: F' a C. �,d / .O D
Financia Approval: Administretiv ervices Director Date
Signed: 42 IlAld 2�-
Admi ' /(str/J�tive Appro 1y: yC,ity Man ger Dafe
Signed: V (J 9 I
City Council Approval: City Clerk Date
•
PROFESSIONAL SERVICES AGREEMENT
FOR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AGREEMENT, entered into this La day of - 2002, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City "), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette,
Newport Beach, California, 92663, (hereinafter referred to as "Consultant"), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to replace improvements at Corona del Mar State Beach
( "Project ").
C. City desires to engage Consultant to provide architectural services for
Project upon the terms and conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Roberta W.
Jorgensen, FAIA
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
-1-
0
desires to contract with Consultant under the terms and conditions provided
in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the _ day of , 2002, and
shall terminate on the V day of January 2004, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit "A" and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit "B° attached hereto and
incorporated herein by reference. No rate changes shall be made during the term of this
Agreement without prior written approval of City. Consultants compensation for all work
performed in accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall not exceed the total contract price of one hundred eleven
thousand, six hundred seventy dollars ($111,670).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
-2-
• •
computer printing, postage, mileage, etc.
3.2 Consultant shall submit monthly progress invoices to City payable by City
within thirty (30) days of receipt of invoice.
3.3 Consultant shall not receive compensation for extra work without prior
written authorization of City. Authorized compensation shall be paid in accordance with
the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses, which
have been authorized by this Agreement, or specifically approved in advance by City.
Such reimbursement shall be limited and shall include nothing more than the following
costs incurred by Consultant:
A. Costs of subconsultants for performance of any of the services which
Consultant agrees to render pursuant to this Agreement which have been
awarded in accordance with the terms and conditions of this Agreement.
B. Other costs and /or payments specifically authorized in advance in writing by
City and incurred by Consultant in the performance of this Agreement.
4. STANDARD OF CARE
All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant has
-3-
0 0
or shall obtain all licenses, permits, qualifications and approvals required of its profession,
and Consultant shall keep in effect all such licenses, permits and approvals during the
term of this Agreement.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultant's employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the
details and means of performing the work provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement which may appear to give City
the right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with City's Project
Administrator. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Roberta W. Jorgensen, FAIA, to be its
K,I
0
Project Manager. Consultant shall not bill any personnel to Project other than those
personnel identified in Exhibit 'B ", whether or not considered to be key personnel, without
City's prior written approval by name and hourly billing rate. Consultant shall not remove
or reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project as contemplated by this Agreement.
S. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under. this Agreement.
Consultant shall not be responsible for delays which are due to causes beyond
Consultant's reasonable control; however, in the case of any such delay in the services to
be provided for Project, each party hereby agrees to provide notice to the other party so
that all delays can be addressed.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
-5-
0 0
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator.
11. PROGRESS
Consultant is responsible to keep the Project Administrator informed on a regular
basis regarding the status and progress of the work, activities performed and planned,
and any meetings that have been scheduled or are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attomeys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
0
0 0
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, employees, and volunteers as
additional insured for all liability arising from Consultant's services as described herein.
Insurance policies with original endorsements indemnifying Project for the
following coverages shall be issued by companies admitted to do business in the State
of California and assianed Best's A- VII or better rating:
A. Worker's compensation insurance, including 'Wavier of Subrogation"
clause, covering all employees and principals of Consultant, per the laws of
the State of California.
B. Commercial general liability insurance, including additional insured and
primary and non - contributory wording, covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured wording endorsement covering any owned and rented vehicles of
-7-
0
E
Consultant in a minimum amount of $1 million combined single limit per
accident for bodily injury and property damage.
D. Professional errors and omissions insurance, which covers the services, to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, which
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing workers compensation, comprehensive general,
and automotive liability insurance to either Consultant or City with respect to the services
of Consultant herein, a waiver of any right of subrogation, which any such insurer of said
Consultant may acquire against City by virtue of the payment of any loss under such
insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
0 0
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co- tenant if Consultant is a partnership or joint - venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty-five percent (25 %) or more of the assets of the
corporation, partnership or joint-venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
0
9 0
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. Access to and upon request of Consultant, one copy of all existing record
information on file at City. Consultant shall field review to verify the
accuracy of information provided by City or others City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. All reproduction shall be the responsibility of Consultant .
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Lloyd Dalton, PE,
shall be the Project Administrator and shall have the authority to act for City under this
Agreement. The Project Administrator shall represent City in all matters pertaining to the
services to be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
-to-
0 0
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
-11-
• 0
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
-12-
0
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Lloyd Dalton, PE
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
(949) 644 -3328
Fax (949) 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Roberta W. Jorgensen, FAIA
Robbins Jorgensen Christopher Architects
2800 Lafayette
Newport Beach, CA 92663.
(949) 566 -0080
Fax (949) 566 -0082
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
-13-
• 0
City shall have the option, at its sole discretion and without cause, of terminating
this Agreement by giving seven (7) days' prior written notice to Consultant as provided
herein. Upon termination of this Agreement, City shall pay to Consultant that portion of
compensation specified in this Agreement that is earned and unpaid prior to the effective
date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
-14-
0 0
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification or
misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy
or readability of CADD data due to inappropriate storage conditions or duration; or (c) any
use by City, or anyone authorized by City, of CADD data for additions to this Project, for
the completion of this Project by others, or for any other project, excepting only such use
as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse of
such CADD data.
All drawings shall be transmitted to the City in the City's latest adopted version of
AutoCAD in "dwg" file format. All written documents shall be transmitted to the City in the
City's latest adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-15-
0 0
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
w0110%, �7i�1
..m �-
Aft
M
-16-
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
ROBBINS JORGENSEN CHRISTOPHER
ARCHITECTS
ly, y
The narrative below describes the proposed conceptual design effort and corresponds to the Scope of Work
outlined in Attachment B° of the RAP.
Corona Del Mar
State Beach
Planning and Pre - Design
Improvements
Kickoff Meeting
At the kickoff meeting wevdllbeginwit hintroductionsandadiscussionofcommunicationsandreporting
protocols. We will review the project goals, budget, funding, and schedule. We will review existing project
information and information sources. We will discuss major milestone dates so that a detailed project
schedule may be developed. We will develop a list of project stakeholders and discuss how and when these
stakeholders may participate in the design process. We Y411 discuss the political and regulatory context for
design and approval.
Review Existing Data - - --
We will review all existing data, including Citylproperty owner agreements, zoning and lank use regulations,
applicable City ordinances, Coastal Commission and other regulatory agency requirements, land develop-
ment ordinances, topographic and boundary surveys, easements, geotechnical reports, traffic and parking
plans or studies, parking requirements, and existing on site publiciacilities and plans.
DeterNne specifically what additional information will need to be gathered, and coordinate with the City to
provide or secure that data in the most cost effective manner.
Site Investigation and Scope Identification
Site investigation, combined with the available existing site data will allow us to refine the scope of work for
surveying and soils investigation. Utilities will be identified, and needed improvements determined. The
scope of grading, drainage, paAng, and lighting will all be determined at that time.
Programmatic Requirements
Goals.
Discuss with City representatives the programmatic requirements for the project. Identity the projecget,
mat
Establish the requirements for a successful design, including function and operations, budintenance,
community acceptance, appropriate design, sting, and implementation with a minimum of disruptions'
This location is visited by thousands of people every year. It Is important that the City of Newport Beach is
well represented by the appearance and operations of the facilities for many years to come. This can be
accomplished by placing an emphasis on pre - design and establishing up front the priorities for the project,
and the utilization of the funds available.
Because Robbins Jorgensen Christopher provides almost all of our architecture] services to public clients,
we are familiar with the need to design for the reality of long term maintenance and heavy useable will
discuss with the City our recommendations and experience with materials and systems that can withstand the
requirements of public utilization. Durable building materials will be utilized while still designing an interesting
and inviting beach facility.
ROBBINSJORGENSENCHRISTOPHER
* f wo.rk
1
scope o
Corona De(Mar
State Beach
Improvements
Design and Construction Documents
Develop Conceptual Designs
Our office does not have preconceived notions about form or style, and each project represents a search for
an appropriate architectural response to context. You will see the variety of these responses when you
review our work.
We will prepare options of design drawings for public restrooms, concession buildings, lifeguard towed
substation, storage room and vehicular garage. Additionally, we will prepare a site plan with improvements to
beach sports facilities, barbecue areas, parking, traffic flow, spaces for interpretive exhibits and educational
outreach, signage, lighting, seating and landscape.
For the lifeguard tower /substation, as in any emergency response facility, the life saving mission will be given
priority above all other design considerations. We have completed design for over 35 Emergency Response
Facilities, so we are familiar with the critical pdorrty of lifesaving related operations and equipment. The building
M= be functionally effective. On this site, however, aesthetic considerations and long term maintenance and
operating concerns will also be crucially important. We will address vandalism and marine corrosion.
We should admit to our one and only design preconception: every public building should embody the values
of its citizens. We believe that the City of Newport Beach's environmental sensitivity should extend to its capital
improvement projects. Our design will maximize the use of sustainable building materials and minimize the
consumotion of non - renewable resources.
The sensitivity of the Corona del Mar State Beach site will require that the conceptual designs be developed as
computer models and places into the existing context so that all interested stakeholders can see before -and -after
photo realistic renderingsof the design proposals from the vantage points of critical view sheds. We will use
AutoCAD 2000 software to develop the computer models. The images will then be integrated into digital
photographs of site using PhotoShop software.
We can print these renderings in -house on large boards using ourfourcolor, high resolution HP plotters, or the
digital images can be projected as PowerPoint slides.
Cost- Estimates-
Conceptual cost estimates will be developed that reference materials and work to the numerical CSI sections of
the preliminary specifications. Th ese estimates will include facility costs, site costs, and off -site costs. The General
Contractors general conditions, overhead, and profit rates will be identified separately. Unless instructed
otherwise, the cost estimate will be based on Davis -Bacon labor rates. The cost estimate will include a contin-
gency allowance appropriate to the specificity of design and will include an escalation factor pro-rating the
estimate to the midpoint of construction.
ADA Accessability
We have extensive experience with the application of ADA to public facilities, and we have ourselves acted as
ADA consultants for Cal Poly Pomona (development of an ADA Aocess Plan for the 1600 acre site), the City of
Long Beach, and the City of San Diego.
Al the Santee Lakes Regional Park we have designed a Fishing Pierfor the Severely Disabled. Accessibility,
when integrated early into design options, provides a successful and implementable solution for everyone.
Present Design Concept at Public Meetings
The most important issue in presenting a design to the public and to elected officials is allowing them to
understand the process as well as the conclusion. Council representaWes need to understand lheirconstilrr
ents' concems, and they need to understand clearly how the design responds tiredly to those concerns. Public
projects need to be barn- raisings" that reinforce community spirit ratherthan inflaming controversy.
ROBBINS JORGENTSEn CHRISTOPIHER
scope
Develop Construction Documents
Corona 7DefMar Once design decisions have been secured, we will develop Construction Documents suitable forbidding and
construction. These will include drawings of architectural, civil, landscape, mechanicallplumbing, and electrical
State Beach disciplines. The Project Manual will incorporate and coordinate with the City's requirements for the General
Contractor. We will assist the City in securing Agency Approvals.
Improvements
Constructihility
Construction implementation will be a critical element of this project. Because of the very high use and public
nature of the site, access and functionality will need to be maintained at all times. Ou r development of a phasing
plan for traffic, parking and construction will be informed by our experience not only as architects, but as
Program managers as well. These services were provided for clients who were using ofherarchilectural firms,
but who wanted our expertise as managers and implementers. We have provided Program Management
services through design and construction (often on -site) for the Coast Community College District and Orange
County Fire Authority, among others. We have also been hired to provide Constructbility Review of oonstruc-
tion documents prepared by others by numerous public agencies.
Construction Administration
We will attend meetings, review speed submittals, respond to responsible RFI's, and coordinate with the City's
representative. Once construction is completed, we will prepare as-built drawings from the contractor's docu
menlation.
Statement of Understanding
Robbins Jorgensen Christopher generally understands and agrees with the General requirements of Section C of
the RFP.
Comments on "Professional Services Agreement"
We would liketo discuss with you paragraph t and 1.0f the Professional Services Agreement.
rcK rLt..
ROBUNSJORGENTSENCHPUSTOPHER
C1i&n4itr A953
QnRRLIncr1
ACORD, CERTIFICA OF LIABILITY
INSURANCE 09/27, 2°" "'
PRODUCER
THIS CERTIFICATE IS KSUEO AS A MATTER OF INFORMATION
Dealey, Renton & Associates
P. 0. Box 10550
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Santa Ana, CA 92711 -0550
PDATEEFFECTIVE
714 427.6810
INSURERS AFFORDING COVERAGE
INSURED
Robbins Jorgensen Christopher Inc
2800 Lafayette, 1st Floor
Newport Beach, Ca 92663
INSURER A: United States Fidelity& Guaranty
INSURER B American Motorists Ins. CoJKemper
INSURER c Lumbermen Mutual Casualty Co.
INSURER D
INSURER E:
EACH OCCURRENCE
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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
POUCIES. AGGREGATE UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTH
TYPE OF INSURANCE
POLICY NUMBER
PDATEEFFECTIVE
PDATE EXPIRATION
MMIVM
UNITS
A
GENERAL UABBITY
BKO1056700
02/10/02
02110/03
EACH OCCURRENCE
$2,000,000
FIRE DAMAGE (Any weRre)
$2000000
X COMMERCIALGENERALLIABILITY
CLAIMS MADE Fx_1 OCCUR
MED EXP (My"peBOt+
$10.000
PERSONAL& ADV INJURY
s2.000.000
GENERAL AGGREGATE
s4 000 DDD
GENLAGGREGATELIMITAPPLIESPER:
PRODUCTS -COMPXP AGO
$4000000
POLICY 71
PRO LOC
A
AUTOMOBILE
LIABILITY
ANY AUTO
BKOIOS6700
02110102
02110103
COMBINED SINGLE UNIT
(Ea a I&W)
$2,000,000
BODILY INJURY
(Pa Pm )
$
ALL OWNED AUTOS
SCHEDULEDAUTOS
X
X
BODILY INJURY
jpwawdeN)
$
HIRED AUTOS
NON•OWNEO AUTOS
PROPERTY DAMAGE
(PW4WdWQ
s
GARAGE LIABILITY
AUTO ONLY - EAACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS
LIABILITY
OCCUR F-1 CLAIMS MADE
EACHOCCURRENCE
s
AGGREGATE
$
$
S
DEDUCTIBLE
s
RETENTION $
B
WTRNERScoupENSAnoNANo
7BG10772201
09/01/02
09/01/03
X My'T%Trurs M-1
EMPLOYERS• LIABILITY
E.L EACH ACCIDENT
51 OOO DDD
E.1-I MPLOYEE
S1 000,000
E.L. DISEASE -POLICY UNIT 1
$1,000,000
C
OTHER Professional
OL01658500
02/10/02
02/10/03
$1,OOD,000 per claim
lability
$1,000,000 annl aggr.
DESCRIPTION GFOPERATIONWLDCATIONSNEHMLE &IEXCLUSIONS ADDED BY ENOORSEMENVSPECIAL PROVISIONS
`Except 10 days notice of cancellation for non - payment of premium.
City of Newport Beach, its officers, officials, employees and volunteers are additional insureds on General
Liability coverage but only as respects to work being performed by the insured. Coverage afforded the
additional Insured is primary and non-contributory. Waiver of subrogation applies to work comp coverage.
90-
City of Newport Beach
Public Works Department
3300 Newport Blvd.,
Newport Beach, CA 92663
Of 1 #M1777T
EOO /T00'd £8ST#
- 3il8 SHOULD ANYCFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILLMAIL3Ot DAYSWRTITEN
NaTK ETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BIOWIVALUNAXNAYAN.)
IF11 m6X7a00®L
m
A rC�RRXD REPRESENTA
THC O ACORD CORPORATION 19
OOSSV NOSNHii AagVBQ 8T89Lzt 4TL 6E:TT ZOOZ,d3S'LZ
[.7
Policy Number: BKO1056700
Owners Lessees or Contractors (Form B)
ADDITI6NAL INSURED
Change(s) Effective: 09/27/02
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY. This endorsement modifies insurance policy under the following:
LIABILITY COVERAGE PART:
Schedule
Name of Person or Organization:
City of Newport Beach
Public Works Department
3300 Newport Blvd.,
Newport Beach, CA 92663
SECTION II - WHO IS AN INSURED is amended to include as an insured the
person or organization shown in the Schedule, but only with respect to liability
arising out of "your work" for that insured by or for you.
City of Newport Beach, its officers, officials, employees and
volunteers are additional insureds.
PRIMARY INSURANCE.
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED
SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS
CUBF 22 40 03 95
Z00 /Z00'd £85T# OOSSK NOINau ASIVSQ BT89LZP ML K :T1 ZOOZ.dSS'LZ
0
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different
date is indicated below.
(The following "attaching clause" needs to be completed only when this endorsement is issued subsequent to preparation of the policy.)
This endorsement forms a part of Policy No. 7BG107722 01
Issued to: Robbins Jorgensen Christopher Inc
By: American Motorists Ins. Co. /Kemper
[z]
9EP -27 -2002 FRI 12;52 PM CAL SURANCE FAX N0, 7149391654
0
Fax M, ! ({q (Pqq- .331
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: Dept. /Contact Received From: Sk
Date Completed: q-- .:) '*— d a— Sent to: n
Company/Person required to have certificate:
I.
By:
P. 01
GENERAL LIABILITY
INSURANCE COMPANY: r S i
A.
INSURANCE COMPANY :. tkn-I -he d Sf&4r_s Gl GIPIl I'V �'
%riR n l�
C.
B,
AM BEST RATING (A: VII or greater): A k-V
Is Company admitted in California?
C.
ADMITTED Company (Must be California Admitted):
LIMITS (Must be $1M min. BI & PD and 5500,000 UM): What is limits provided?
C; . rn-1 E
E,
Is Company admitted in California?
Yes
❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
L% Yn i
aGn Q13
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
Yes
❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
III. WORKERS' COMPENSATION
officers, officials, employees and volunteers): Is it included?
W-Yes
❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be Included):
r
'yes
C.
Is it included?
'k
❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
HAVE ALL ABOVE REQWREMENTSS BEEN MET?
❑ Yes ZfNo
IF NO, WHICH ITEMS NEED TO BE COMPLETED? I uC_ r—C(pQ�7 n A
limited solely by their negligence) Does endorsement include "solely by
negligence" wording?
❑ Yes
bfNo
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of
cancellation by certified mail; per Lauren Farley; the City will accept the endeavor wording.
M AUTOMOBILE LIABILITY
A.
INSURANCE COMPANY: r S i
S.
AM BEST RATING (A: VII or greater): ^_ )Ck%
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
t<Y�es ❑ No
D,
LIMITS (Must be $1M min. BI & PD and 5500,000 UM): What is limits provided?
C; . rn-1 E
E,
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
Nlyes ❑ No
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): f�
Is it included? L
❑ Yes ❑ No
G.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
III. WORKERS' COMPENSATION
A.
INSURANCE COMPANY: Awia _ , ak> , S-y
B.
AM BEST RATING (A: Vil or greater): A
C.
LIMITS: Statutory
D.
WAIVER OF SUBROGATION (To include): Is it included?
0-Yes ❑ No
HAVE ALL ABOVE REQWREMENTSS BEEN MET?
❑ Yes ZfNo
IF NO, WHICH ITEMS NEED TO BE COMPLETED? I uC_ r—C(pQ�7 n A
) it S S
0
TO: Mayor and Members of the City Council
FROM: Public Works Department
September 10, 2002
CITY COUNCIL AGENDA
ITEM NO.
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS, CONTRACT NO. 3461
PROFESSIONAL SERVICES AGREEMENT FOR ARCHITECTURAL
SERVICES
RECOMMENDATION:
Approve a Professional Services Agreement with Robbins Jorgensen Christopher Architects
(RJCA) in the amount of $111,670, and authorize the Mayor and the City Clerk to execute the
Agreement.
PROJECT DESCRIPTION:
Public facilities at Corona del Mar State Beach have been built, operated, and maintained by the
City of Newport Beach under an operating agreement with the State of California. The City's
current 30 -year agreement with the State expires in the year 2029.
Beach facilities that were built in 1951, 1960, 1965, and 1970 have become antiquated and
deteriorated in the hostile salt air environment to the extent that they should be removed and
rebuilt. Those facilities include buildings containing two concession stands, a rental stand, two
men's and two women's restrooms.
Shade and picnic structures, landscaping, parking, traffic circulation, accessibility, and lighting
improvements are also needed at this very popular destination beach. In addition, the Fire
Department desires to build a combination lifeguard substation/first aid station area for lifeguard
use, and the Harbor Resources Division has requested space for storage and interpretive
exhibits.
The current budget contains an appropriation of $476,000 from the American Trader Oil Spill
Settlement and a grant of $479,000 from Proposition 12, the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000, to design and construct new public
facilities at Corona del Mar State Beach. After deducting planning, design, construction
administration and construction contingency costs, Staff estimates that $735,000 will be
available for a construction contract. Staff estimates much more than this amount will be
needed for reconstructing the site as stated above.
CONSULTANT SELECTION:
Two of eight solicited firms responded with qualifications and a proposal to provide services for
the project. Staff reviewed the qualifications, past experience on similar projects, availability,
and references of the two, and rated Roesling Nakamura Architects, Inc. as more qualified.
After fee negotiations failed with Roesling, Staff obtained a third qualification and proposal, then
rated Robbins Jorgensen Christopher Architects (RJCA) as more qualified. Upon negotiation of
SUBJECT: CORONA DE Ii R STATE BEACH IMPROVEMENTS, CON,10T NO. 3461 PROFESSIONAL
SERVICES AG EMENT FOR ARCHITECTURAL SERVICES
September 10, 2002
Page 2
services and fees, RJCA has agreed to provide planning, design and construction assistance
services for $99,720; printing and plotting for $4,000; and a geotechnical investigation and
recommendations needed for design for $7,950. City forces will provide the surveys needed for
design.
RJCA's contract will total $111,670. RJCA's scope of services, fee letters, and hourly rates are
attached.
SCOPE OF SERVICES:
RJCA will provide master planning services for rebuilding all public improvements at Corona del
Mar State Beach. The master planning will consist of meeting with City Staff, neighboring
homeowners, and the public. Alternative site development schemes will be explored in order to
determine the most desirable site layout and develop consensus among the interested parties
as to lines of sight, circulation, landscaping, etc. See attached photographs of suggested
building location Alternatives "A" and "B."
After the master plan has been completed and approved by City Council, RJCA will prepare
conceptual plans and cost estimates for the various components of the plan. If the master
planned improvements are found to be underfunded, the City may either delay the entire project
until sufficient funds are made available or proceed with a $735,000 first phase of the desired
improvements during the winter of 2003.
RJCA's scope of services also includes preparing final plans and specifications and providing
construction support for a $735,000 construction project. In the event that the City decides to
retain RJCA to provide design and construction services for a larger project, or for a project that
will be built in phases, the City will need to negotiate additional services and fees with RJCA for
the larger or phased project:
FUNDING:
Funds to award this contract are available in the following Account:
Account Name
Corona del Mar Beach Improvements
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Stephen G. Badum, Director
M
Lloyd Dalton, P.E
Design Engineer
Attachments: Professional Services Agreement
Alternatives "A" and "B"
Account Number Amount
7295- C5100569 $111,670
C -344
SEP 10 2002
TO: Mayor and Members of the City Council
FROM: Public Works Department
September 10, 2002
CITY COUNCIL AGENDA
ITEM NO. 5
SUBJECT: CORONA DEL MAR STATE BEACH IMPROVEMENTS, CONTRACT NO. 3461
PROFESSIONAL SERVICES AGREEMENT FOR ARCHITECTURAL
SERVICES
RECOMMENDATION:
Approve a Professional Services Agreement with Robbins Jorgensen Christopher Architects
(RJCA) in the amount of $111,670, and authorize the Mayor and the City Clerk to execute the
Agreement.
PROJECT DESCRIPTION:
Public facilities at Corona del Mar State Beach have been built, operated, and maintained by the
City of Newport Beach under an operating agreement with the State of California. The City's
current 30 -year agreement with the State expires in the year 2029.
Beach facilities that were built in 1951, 1960, 1965, and 1970 have become antiquated and
deteriorated in the hostile salt air environment to the extent that they should be removed and
rebuilt. Those facilities include buildings containing two concession stands, a rental stand, two
men's and two women's restrooms.
Shade and picnic structures, landscaping, parking, traffic circulation, accessibility, and lighting
improvements are also needed at this very popular destination beach. In addition, the Fire
Department desires to build a combination lifeguard substation /first aid station area for lifeguard
use, and the Harbor Resources Division has requested space for storage and interpretive
exhibits.
The current budget contains an appropriation of $476,000 from the American Trader Oil Spill
Settlement and a grant of $479,000 from Proposition 12, the Safe Neighborhood Parks, Clean
Water, Clean Air, and Coastal Protection Bond Act of 2000, to design and construct new public
facilities at Corona del Mar State Beach. After deducting planning, design, construction
administration and construction contingency costs, Staff estimates that $735,000 will be
available for a construction contract. Staff estimates much more than this amount will be
needed for reconstructing the site as stated above.
CONSULTANT SELECTION:
Two of eight solicited firms responded with qualifications and a proposal to provide services for
the project. Staff reviewed the qualifications, past experience on similar projects, availability,
and references of the two, and rated Roesling Nakamura Architects, Inc. as more qualified.
After fee negotiations failed with Roesling, Staff obtained a third qualification and proposal, then
rated Robbins Jorgensen Christopher Architects (RJCA) as more qualified. Upon negotiation of
SUBJECT: CORONA D &AR STATE BEACH IMPROVEMENTS, CO*CT NO. 3461 PROFESSIONAL
SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES
September 10, 2002
Page 2
services and fees, RJCA has agreed to provide planning, design and construction assistance
services for $99,720; printing and plotting for $4,000; and a geotechnical investigation and
recommendations needed for design for $7,950. City forces will provide the surveys needed for
design.
RJCA's contract will total $111,670. RJCA's scope of services, fee letters, and hourly rates are
attached.
SCOPE OF SERVICES:
RJCA will provide master planning services for rebuilding all public improvements at Corona del
Mar State Beach. The master planning will consist of meeting with City Staff, neighboring
homeowners, and the public. Alternative site development schemes will be explored in order to
determine the most desirable site layout and develop consensus among the interested parties
as to lines of sight, circulation, landscaping, etc. See attached photographs of suggested
building location Alternatives "A" and "B."
After the master plan has been completed and approved by City Council, RJCA will prepare
conceptual plans and cost estimates for the various components of the plan. If the master
planned improvements are found to be underfunded, the City may either delay the entire project
until sufficient funds are made available or proceed with a $735,000 first phase of the desired
improvements during the winter of 2003.
RJCA's scope of services also includes preparing final plans and specifications and providing
construction support for a $735,000 construction project. In the event that the City decides to
retain RJCA to provide design and construction services for a larger project, or for a project that
will be built in phases, the City will need to negotiate additional services and fees with RJCA for
the larger or phased project.
FUNDING:
Funds to award this contract are available in the following Account:
Account Name
Corona del Mar Beach Improvements
ILIFWORKS DEPARTMENT
I en G. Badum, Director
6
By:
I-loof Dalton, P.E.
Design Engineer
Attachments: Professional Services Agreement
Alternatives "A" and "B"
Account Number Amount
7295 - 05100569 $111,670
•
0
PROFESSIONAL SERVICES AGREEMENT
FOR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
THIS AGREEMENT, entered into this day of 2002, by and
between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as
"City"), and Robbins Jorgensen Christopher Architects whose address is 2800 Lafayette,
Newport Beach, California, 92663, (hereinafter referred to as "Consultant"), is made with
reference to the following:
RECITALS
A. City is a Municipal Corporation duly organized and validly existing under the
laws of the State of California with the power to carry on its business as it is
now being conducted under the statutes of the State of California and the
Charter of City.
B. City is planning to replace improvements at Corona del Mar State Beach
( "Project').
C. City desires to engage Consultant to provide architectural services for
Project upon the terms and conditions contained in this Agreement.
D. The principal member of Consultant for purpose of Project is Roberta W.
Jorgensen, FAIA
E. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and
-1-
0
0
desires to contract with Consultant under the terms and conditions provided
in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the _ day of , 2002, and
shall terminate on the 1' day of January 2004, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the duties set forth in the scope of services,
attached hereto as Exhibit W and incorporated herein by reference.
3. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services in accordance with the provisions of this
Section and the scheduled billing rates set forth in Exhibit 'B" attached hereto and
incorporated herein by reference. No rate changes shall be made during the tens of this
Agreement without prior written approval of City. Consultant's compensation for all work
performed in accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall not exceed the total contract price of one hundred eleven
thousand, six hundred seventy dollars ($111,670).
3.1 Consultant shall maintain accounting records of its billings which includes
the name of the employee, type of work performed, times and dates of all work which is
billed on an hourly basis and all approved incidental expenses including reproductions,
-2-
0 0
computer printing, postage, mileage, etc.
3.2 Consultant shall submit monthly progress invoices to City payable by City
within thirty (30) days of receipt of invoice.
3.3 Consultant shall not receive compensation for extra work without prior
written authorization of City. Authorized compensation shall be paid in accordance with
the schedule of the billing rates as set forth in Exhibit "B ".
3.4 City shall reimburse Consultant only for those costs or expenses, which
have been authorized by this Agreement, or specifically approved in advance by City.
Such reimbursement shall be limited and shall include nothing more than the following
costs incurred by Consultant:
A. Costs of subconsultants for performance of any of the services which
Consultant agrees to render pursuant to this Agreement which have been
awarded in accordance with the terms and conditions of this Agreement.
B. Other costs and/or payments specifically authorized in advance in writing by
City and incurred by Consultant in the performance of this Agreement.
4. STANDARD OF CARE
All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the services required by this Agreement and that it will
perform all services in a manner commensurate with the community professional
standards. All services shall be performed by qualified and experienced personnel who
are not employed by City nor have any contractual relationship with City. Consultant has
-3-
• 0
or shall obtain all licenses, permits, qualifications and approvals required of its profession,
and Consultant shall keep in effect all such licenses, permits and approvals during the
term of this Agreement.
5. INDEPENDENT PARTIES
City retains Consultant on an independent contractor basis and Consultant is not
an employee of City. The manner and means of conducting the work are under the
control of Consultant, except to the extent they are limited by statute, rule or regulation
and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed
to constitute Consultant or any of Consultants employees or agents to be the agents or
employees of City. Consultant shall have the responsibility for and control over the
details and means of performing the work provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement which may appear to give City
the right to direct Consultant as to the details of the performance of the services or to
exercise a measure of control over Consultant shall mean that Consultant shall follow the
desires of City only in the results of the services.
6. COOPERATION
Consultant agrees to work closely and cooperate fully with Citys Project
Administrator. City agrees to cooperate with Consultant on Project.
7. PROJECT MANAGER
Consultant shall assign Project to a Project Manager, who shall coordinate all
phases of Project. This Project Manager shall be available to City at all reasonable times
during term of Project. Consultant has designated Roberta W. Jorgensen, FAIR, to be its
13
9 0
Project Manager. Consultant shall not bill any personnel to Project other than those
personnel identified in Exhibit "B ", whether or not considered to be key personnel, without
City's prior written approval by name and hourly billing rate. Consultant shall not remove
or reassign any personnel designated in this Section or assign any new or replacement
person to Project without the prior written consent of City. City's approval shall not be
unreasonably withheld with respect to removal or assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants it will continuously furnish the necessary personnel to complete
Project as contemplated by this Agreement.
S. TIME OF PERFORMANCE
Time is of the essence in the performance of the services under this Agreement.
Consultant shall not be responsible for delays which are due to causes beyond
Consultant's reasonable control; however, in the case of any such delay in the services to
be provided for Project, each parry hereby agrees to provide notice to the other parry so
that all delays can be addressed.
9. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with the Project Administrator in advance of all critical decision points in order to
ensure that Project proceeds in a manner consistent with City goals and policies.
10. CONFORMANCE TO APPLICABLE REQUIREMENT
All work prepared by Consultant shall conform to applicable city, county, state and
-5-
0 9
federal law, regulations and permit requirements and be subject to approval of the Project
Administrator.
11. PROGRESS
Consultant is responsible to keep the Project Administrator informed on a regular
basis regarding the status and progress of the work, activities performed and planned,
and any meetings that have been scheduled or are desired.
12. HOLD HARMLESS
Consultant shall indemnify, defend, save and hold harmless City, its City Council,
boards and commissions, officers and employees from and against any and all loss,
damages, liability, claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death, personal injury,
property damages, or any other claims arising from any and all negligent acts or
omissions of Consultant, its employees, agents or subcontractors in the performance of
services or work conducted or performed pursuant to this Agreement, excepting only the
active negligence or willful misconduct of City, its officers or employees, and shall include
attorneys' fees and all other costs incurred in defending any such claim. Nothing in this
indemnity shall be construed as authorizing, any award of attorneys' fees in any action on
or to enforce the terms of this Agreement.
13. INSURANCE
Without limiting consultant's indemnification of City, and prior to commencement of
work, Consultant shall obtain and provide and maintain at its own expense during the
term of this Agreement policy or policies of liability insurance of the type and amounts
C.
0 •
described below and satisfactory to City. Certification of all required policies shall be
signed by a person authorized by that insurer to bind coverage on its behalf and must be
filed with City prior to exercising any right or performing any work pursuant to this
Agreement. Except workers compensation and errors and omissions, all insurance
policies shall add City, its elected officials, officers, employees, and volunteers as
additional insured for all liability arising from Consultant's services as described herein.
Insurance policies with oriainal endorsements indemnifying Project for the
following coverages shall be issued by companies admitted to do business in the State of
Califomia and assigned Best's A- VII or better rating:
A. Worker's compensation insurance, including "Wavier of Subrogation"
clause, covering all employees and principals of Consultant, per the laws of
the State of Califomia.
B. Commercial general liability insurance, including additional insured and
primary and non - contributory wording, covering third party liability risks,
including without limitation, contractual liability, in a minimum amount of $1
million combined single limit per occurrence for bodily injury, personal injury
and property damage. If commercial general liability insurance or other
form with a general aggregate is used, either the general aggregate shall
apply separately to this Project, or the general aggregate limit shall be twice
the occurrence limit.
C. Commercial auto liability and property insurance, including additional
insured covering any owned and rented vehicles of Consultant in a
-7-
minimum amount of $1 million combined single limit per accident for bodily
injury and property damage.
D. Professional errors and omissions insurance, which covers the services, to
be performed in connection with this Agreement in the minimum amount of
One Million Dollars ($1,000,000).
Said policy or policies shall be endorsed to state that coverage shall not be
canceled by either party, except after thirty (30) days' prior notice has been given in
writing to City. Consultant shall give City prompt and timely notice of claim made or suit
instituted arising out of Consultant's operation hereunder. Consultant shall also procure
and maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the work.
Consultant agrees that in the event of loss due to any of the perils for which it has
agreed to provide comprehensive general and automotive liability insurance, which
Consultant shall look solely to its insurance for recovery. Consultant hereby grants to
City, on behalf of any insurer providing workers compensation, comprehensive general,
and automotive liability insurance to either Consultant or City with respect to the services
of Consultant herein, a waiver of any right of subrogation, which any such insurer of said
Consultant may acquire against City by virtue of the payment of any loss under such
insurance.
14. PROHIBITION AGAINST TRANSFERS
Consultant shall not assign, sublease, hypothecate or transfer this Agreement or
any of the services to be performed under this Agreement, directly or indirectly, by
go
operation of law or otherwise without prior written consent of City. Any attempt to do so
without consent of City shall be null and void.
The sale, assignment, transfer or other disposition of any of the issued and
outstanding capital stock of Consultant, or of the interest of any general partner or joint
venturer or syndicate member or co -tenant if Consultant is a partnership or joint - venture
or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall
be construed as an assignment of this Agreement. Control means fifty percent (50 %) or
more of the voting power, or twenty-five percent (25 %) or more of the assets of the
corporation, partnership or joint - venture.
15. OWNERSHIP OF DOCUMENTS
Each and every report, draft, work product, map, record and other document
reproduced, prepared or caused to be prepared by Consultant pursuant to or in
connection with this Agreement shall be the exclusive property of City.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed documents for other projects
and any use of incomplete documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived as against Consultant and City
assumes full responsibility for such changes unless City has given Consultant prior notice
and has received from Consultant written consent for such changes.
0
0
Consultant shall, at such time and in such forms as City may require, furnish
reports concerning the status of services required under this Agreement.
16. CONFIDENTIALITY
The information, which results from the services in this Agreement, is to be kept
confidential unless City authorizes the release of information.
17. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of his responsibilities under this
Agreement, City agrees to provide the following:
A. Access to and upon request of Consultant, one copy of all existing record
information on file at City. Consultant shall field review to verify the
accuracy of information provided by City or others City will provide all such
materials in a timely manner so as not to cause delays in Consultant's work
schedule.
B. All reproduction shall be the responsibility of Consultant.
18. ADMINISTRATION
The Public Works Department will administer this Agreement. Lloyd Dalton, PE,
shall be the Project Administrator and shall have the authority to act for City under this
Agreement. The Project Administrator shall represent City in all matters pertaining to the
services to be rendered pursuant to this Agreement.
19. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
-10-
0 i
records with respect to the costs incurred under this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City during normal business
hours to examine, audit and make transcripts or copies of such records. Consultant shall
allow inspection of all work, data, documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment under this
Agreement.
20. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to constitute a
failure to pay according to the terms of this Agreement. Consultant shall not discontinue
work for a period of thirty (30) days from the date of withholding as a result of such
withholding. Consultant shall have an immediate right to appeal to the City Manager or
his designee with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of seven percent (7 %) per annum from the date
of withholding of any amounts found to have been improperly withheld.
21. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than would have
resulted if there were not errors or omissions in the work accomplished by Consultant, the
additional design, construction and /or a restoration expense shall be bome by Consultant.
Nothing in this paragraph is intended to limit City's rights under any other sections of this
Agreement.
-11-
0
22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other consultants in connection with Project.
23. CONFLICTS OF INTEREST
A. Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits
such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
B. If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination
of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation
of this Section.
24. SUBCONSULTANT AND ASSIGNMENT
Except as specifically authorized under this Agreement, the services included in
this Agreement shall not be assigned, transferred, contracted or subcontracted without
prior written approval of City.
25. NOTICES
All notices, demands, requests or approvals to be given under this Agreement
shall be given in writing and conclusively shall be deemed served when delivered
personally or on the third business day after the deposit thereof in the United States mail,
-12-
0
0
postage prepaid, first class mail, addressed as hereinafter provided.
All notices, demands, requests or approvals from Consultant to City shall be
addressed to City at:
Lloyd Dalton, PE
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
(949) 644 -3328
Fax (949) 6443308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Roberta W. Jorgensen, FAIA
Robbins Jorgensen Christopher Architects
2800 Lafayette
Newport Beach, CA 92663_
(949) 566 -0080
Fax (949) 566 -0082
26. TERMINATION
In the event either part hereto fails or refuses to perform any of the provisions
hereof at the time and in the manner required hereunder, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) days, or if more than two (2) days are reasonably required to cure the default
and the defaulting party fails to give adequate assurance of due performance within two
(2) days after receipt by defaulting party from the other party of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
nondefaulting party may terminate the Agreement forthwith by giving to the defaulting
party written notice thereof.
-13-
0
City shall have the option, at its sole discretion and without cause, of terminating
this Agreement by giving seven (7) days' prior written notice to Consultant as provided
herein. Upon termination of this Agreement, City shall pay to Consultant that portion of
compensation specified in this Agreement that is earned and unpaid prior to the effective
date of termination.
27. COMPLIANCES
Consultant shall comply with all laws, state or federal and all ordinances, rules and
regulations enacted or issued by City.
28. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach of the
same or any other term, covenant or condition contained herein whether of the same or a
different character.
29. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereon. Any modification of this
Agreement will be effective only by written execution signed by both City and Consultant.
30. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of City. Since
-14-
9 0
Consultant has no control over the cost of labor and material, or over competitive bidding
or market conditions, Consultant does not guarantee the accuracy of such opinions as
compared to contractor bids or actual cost to City.
31. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in responsible charge of the work. City agrees that Consultant shall not be
liable for claims, liabilities or losses arising out of, or connected with (a) the modification or
misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy
or readability of CADD data due to inappropriate storage conditions or duration; or (c) any
use by City, or anyone authorized by City, of CADD data for additions to this Project, for
the completion of this Project by others, or for any other project, excepting only such use
as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to
indemnify Consultant for damages and liability resulting from the modification or misuse of
such CADD data.
All drawings shall be transmitted to the City in the City s latest adopted version of
AutoCAD in "dwg" file format. All written documents shall be transmitted to the City in the
City's latest adopted version of Microsoft Word and Excel.
32. PATENT INDEMNITY
Consultant shall indemnify City, its agents, officers, representatives and
employees against liability, including costs, for infringement of any United States' letters
patent, trademark, or copyright infringement, including costs, contained in Consultant's
drawings and specifications provided under this Agreement.
-115-
0 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the day and year first written above.
APPROVED AS TO FORM:
City Attorney
Attest:
By:
City Cleric
-16-
CITY OF NEWPORT BEACH
A Municipal Corporation
Mayor
ROBBINS JORGENSEN CHRISTOPHER
ARCHITECTS
scope tf wor-l< *
The narrative below describes the proposed conceptual design effort and corresponds to the Scope of Work
outlined in Attachment V of the RFP.
Corona Del2lfar
State Beach
Planning and Pro - Design
Improvements
Kickoff Meeting
At the kickoff meeting we will begin with introductions and a discussion of communications and reporting
protocols. We will review the project goals, budget, funding, and schedule. We will review existingpmjecl
information and information sources. We will discuss major milestone dales so that a detailed project
schedule may be developed. We will develop a list of project stakeholders and discuss how and when these
stakeholders may participate in the design process. We will discuss the political and regulatory context for
design and approval.
Review Existing Data
We will review all existing data, including Cilylpropertyowner agreements, zoning and land use regulations,
applicable City ordinances, Coastal Commission and other regulatory agency requirements, land develop•
mend ordinances, topographic and boundary surveys, easements, geolechnical reports, traffic and parking
plans orstudies, parking requirements, and existing on site public facilities and plans.
Determine spectficallywhat additional information will need to be gathered, and coordinate with the City to
provide or secure that data in the most cost effective manner.
Site Investigation and Scope Identification
Site investigation, combined with the available existing site data will allow us to refine the scope of work for
surveying and soils investigation. Utilities will be identified, and needed improvements determined. The
scope of grading, drainage, paving, and lighting will all be determined at that time.
Programmatic Requirements
Discuss with City representatives the programmatic requirements for the project. Identify the project Goals.
Establish the requirements for a successful design, Including function and operations, budget, maintenance,
community acceptance, appropriate design, siting, and implementation with a minimum of disruption.
This location is visited by thousands of people every year. I I is important that the City of Newport Beach Is
well represented by the appearance and operations of the facilities for many years to come. This can be
accomplished by placing an emphasis on pre - design and establishing up front the priorities for the project,
and the utilization of the funds available.
Because Robbins Jorgensen Christopher provides almost all of our architectural services to public clients,
we are familiar with the need to design for the reality of long term maintenance and heavy use. We will
discuss with the City our recommendations and experience with materials and systems that can withstand the
requirements of public utilization. Durable building materials will be utilized while still designing an interesting
and im4 ing beach facility.
<`
ROBBINS JORGENSEN CH RISTOPH.ER
c *o work •
Design and Construction Documents
Corona Del.Mar
Develop Conceptual Designs
Our office does not have preconceived notions about form or style, and each project represents a search for
Beach
an appropriate architectural response to context. You will see the variety of these responses when you
.State
review our work.
Improvements
We will prepare options of design drawings for public restrooms, concession buildings, lifeguard tower/
substation, storage room and vehicular garage. Additionally, we will prepare a site plan with improvements to
beach sports facilities, barbecue areas, parking, traffic flow, spaces for interpretive exhibits and educational
outreach, signage, lighting, seating and landscape.
For the lifeguard tower /substation, as in any emergency response facility, the life saving mission will be given
priority above all other design considerations. We have completed design forover 35 Emergency Response
Facilities, so we are familiar with the critical priority of lifesaving related operations and equipment. The building
101 be functionally effective. On this site, however, aesthetic considerations and long lens maintenance and
operating concerns will also be crucially important. We will address vandalism and marine corrosion.
We should admit to our one and only design preconception: every public building should embody the values
of its citizens. We believe that the City of Newport Beach's environmental sensitivity should extend to its capital
improvement projects. Our design will maximize the use of sustainable building materials and minimize the
consumption of non-renewable resources.
The sensitivity of the Corona del Mar State Beach site will require that the conceptual designs be developed as
compulermodels and placed into the existing context so that all Interested stakeholders can see before -and -after
photo realistic renderings of the design proposals from the vantage points of critical view sheds. We will use
AutoCAD 20DD software to develop the computer models. The images will then be integrated into digital
photographs of site using PhotoShopsoftware.
We can print these renderings in-house on large boards using ourfour-color, high resolution HP plotters, or the
dighal images can be projected as PowerPoint slides.
Cost Estimates
Conceptual cost estimates will be developed that reference materials and wool-to the numerical CSI sections of
the preliminary specifications, These estimates will include facility costs, site costs, andoff -site costs. The General
Contractor's general conditions, overhead, and profit rates will be identified separately. Unless instructed
otherwise, the cost estimate will be based on Davis -Bacon labor rates. The cost estimate will include a oonffn-
gency allowance appropriate to the specificity of the design and will include an escalation factor pro - rating the
estimate to the midpoint of construction.
ADA Accessability
We have extensive experience with the application of ADA to public facilities, and we have ourselves acted as
ADA consultants for Cal Poly Pomona (development of an ADA Access Plan for the 1600 acre site), the City of
Long Beach, and the City of San Diego.
At the Santee Lakes Regional Park we have designed a Fishing Pier for the Severely Disabled. Accessibility,
when integrated early into design options, provides a successful and implementable solution for everyone.
Present Design Concept at Public Meetings
The most important issue in presenting a design to the public and to elected officials is alloying them to
understand the process as well as the conclusion. Council representatives need to understand their constitu-
ents'concems, and they need to understand dearly how the design responds directly to those concerns. Public
��µ ,,`�
projects need to be" bam- misings" that reinforce community spirit rather than inflaming controversy.
mil( �, ;`
�``��' -_0.p`
ROBBI.NS JORGENSEN CH RISTOPHER
scope' f vvork *
Develop Construction Documents
Corona De[7vCQr Once design decisions have been secured, we will develop Construction Documents suitable for bidding and
construction. These will include drawings of architectural, civil, landscape, mechanlcallplumbing, and electrical
State Beach disciplines. The Project Manual will incorporate and coordinate with the City's requirements for the General
Contractor. We will assist the City in securing Agency Approvals.
Improvements
Constructibility
Construction implementation will be a critical element of this project. Because of the very high use and public
nature of the site, access and functionality will need to be maintained at all times. Ourdevelopment of a phasing
plan for traffic, parking and construction will be informed by our experience not only as architects, but as
Program managers as well. These services were provided forclients who were using otherarchitectural firms,
but who wanted our expertise as managers and implementers. We have provided Program Management
services through design and construction (often on -site) for the Coast Community College District and Orange
County Fire Authority, among others. We have also been hired to provide Constructibility Review of construc-
tion documents prepared by others by numerous public agencies.
Construction Administration
We will attend meetings, review specified submittals, respond to responsible RFI's, and coordinate vhlh the Chys
representative. Once construction is completed, we will prepare as -built drawings from the contractor's docu
mentation.
Statement of Understanding
Robbins Jorgensen Christopher generally understands and agrees with the General requirements of Section C of
the RFR
Comments on "Professional Services Agreement"
Wewould like todiscuss with you paragraph 1 and ioftheProfessionalServicesAgreement.
&S
t �
Lg- ROBBINS JORGENSEN CHRLSTOPHER
I
9
ROBBINSJORGENSENCHRISTOPHER
31 May 2002
Lloyd Dalton, PE
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Dear Mr. Dalton and the Selection Committee,
9
it is our great pleasure to submit qualifications to the City of Newport Beach for the Corona del
Mar State Beach Improvements.
Our recent experience with high profile waterfront projects, recreational projects, and our location
in the City of Newport Beach makes us uniquely qualified to provide the design and management
services that you seek.
We have designed beach facilities for La Jolla to accommodate a lifeguard facility and restrooms.
Their existing building was badly deteriorated and the public restrooms below were not
accessible to disabled persons. Expanding and raising a building there, where most San Diegans
wish there were no building at all, required a design solution that is modest but unafraid of
accepting the challenges posed by such a beautiful site. The choice of natural materials reflects
the context and satisfies the need for low maintenance durability.
Additionally we are working with the City of Coronado to design the Glorietta Bay Park, which
includes an I"ere bayfront park, waterfront promenade, new community center and city hall. For
this project we have developed simple computerized 3-D "fly - arounds" of the new buildings that
are successfully accommodating the concerns of adjacent residents regarding view retention. We
have established Design Objectives to align with the neighborhood needs, such as "the roof is the
e building side" to reflect the importance of the building design from all vantage points.
As a resident of Newport Beach who grew up using the Corona del Mar State Beach facilities, I
bring a personal devotion to our City, our coast, our beaches, and the recreational needs of our
citizens and visitors as well as understanding the needs of the adjacent residents.
Our experience with public projects, community involvement, and accomplishing maximum
results with limited public resources is illustrated in this proposal.
We look forward to meeting with you to share our ideas about the Corona del Mar improvements
project.
Sincerely,
Ro ins Jorgensen Christopher
29gen, rta W. FAIA
President
3800 LAFAYETTE
NEWPORT BEACH,
CALIFORNIA, 93663
IN. 949.566 0080
FAX, 949.566 0083
.LB — ...... F.[am
0 0
ROBBINSJORGENSENCHRISTOPHER
Our fee for professional services is based on the Scope of Work and hourly
estimate of time required to complete those services that we have included in our
qualifications. We are not able at this time to define the scope of soils
Investigation and surveying. When more information becomes available, we will
negotiate those services with the City.
Our proposed fee is:
Professional labor $99,720
Printing, plotting, delivery, mileage $4000
We expect that negotiations and discussion of scope will occur after selection. We
request the privilege of personal discussion prior to signing of the contract by
either party.
2800 LAFAYETTE
NEWPORT BEACH,
CALIFORNIA, 92663
PH 949 566.0080
FAX. 9d9.566.0082 --
WEBrwww.rFfartM1rom -�
0
HOURLY RATES
ROBBINS JORGENSEN CHRISTOPHER
PRINCIPAL
SENIORASSOCIATE
.SENIOR PROFESSIONAL
ASSOCIATE
PROJECT MANAGER/
PROJECT ARCHITECT
SENIOR DESIGNER
INTERMEDIATE PROFESSIONAL
LANDSCAPE ARCHITECT
DESIGNER
LANDSCAPE DESIGNER
.JUNIOR PROFESSIONAL
TECHNICAL STAFF
CLERICAL STAFF
$135
$115
$110
$105
$105
$95
$95
$95
$85
$75
$75
$75
$50
ROBB INS JORGENSENCHRISTOPHER
31 May 2002
Lloyd Dalton, PE
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Dear Mr. Dalton and the Selection Committee,
It is our great pleasure to submit qualifications to the City of Newport Beach for the Corona del
Mar State Beach Improvements.
Our recent experience with high profile waterfront projects, recreational projects, and our location
in the City of Newport Beach makes us uniquely qualified to provide the design and management
services that you seek.
We have designed beach facilities for La Jolla to accommodate a lifeguard facility and restrooms.
Their existing building was badly deteriorated and the public restrooms below were not
accessible to disabled persons. Expanding and raising a building there, where most San Dlegans
wish there were no building at ail, required a design solution that is modest but unafraid of
accepting the challenges posed by such a beautiful site. The choice of natural materials reflects
the context and satisfies the need for low maintenance durability.
Additionally we are working with the City of Coronado to design the Glorietta Bay Park, which
includes an 18 -acre bayfront park, waterfront promenade, new community center and city hall. For
this project we have developed simple computerized 3 -D "fly - grounds" of the new buildings that
are successfully accommodating the concerns of adjacent residents regarding view retention. We
have established Design Objectives to align with the neighborhood needs, such as "the roof is the
5"' building side" to reflect the importance of the building design from all vantage points.
As a resident of Newport Beach who grew up using the Corona del Mar State Beach facilities, I
bring a personal devotion to our City, our coast, our beaches, and the recreational needs of our
citizens and visitors as well as understanding the needs of the adjacent residents.
Our experience with public projects, community involvement, and accomplishing maximum
results with limited public resources is illustrated in this proposal.
We look forward to meeting with you to share our ideas about the Corona del Mar improvements
project.
Sincerely,
Ropbins Jorgensen Christopher
R/oberta Wq W. Ydrg�sen
President
°U. L41A11TTE
=41 p4Cep, 0266'
PH c :66 J080
f4L 5- 466.0082
/I
Aug 15 02 12:36p R# insJorgensenChristoph 195660082
ROBBINS)ORGENSENCH RISTOPH ER
® August 15, 2002
Lloyd Dalton, PE
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Dear Mr. Dalton,
This is to submit our fee proposal to provide geotechnical services to the City of Newport Beach
for the Corona del Mar State Beach Improvements.
We understand that the proposed development will include one to two public restroom facilities,
one to two concession buildings, one 300 square foot lifeguard tower /substation atop one
concession building plus storage areas and a vehicle garage, additional parking lot, and
associated underground pipelines. The proposed facilities are located within the liquefaction
zones identified by the State Seismic Hazard Zone maps.
Geotechnical
Prepare geotechnical investigation and recommendations for design. Tasks include Data
Review /Permitting, Subsurface Investigation consists of maximum 5 borings, Laboratory
Testing, Engineering Analysis, and Report_ $7,950
Geotechnical consultation and observation and testing of construction during site grading and
foundation installation. Hourly as required
This proposal is for geotechnical services only and it is assumed that liquefaction evaluation is
not required. Fees for architectural /engineering and survey services are not included. We are
looking forward to working with you on the project. Please call me for any questions.
Sincerely,
Robbins Jorgensen Christopher
/4
Judie
Lai, AI
Director of Operations
2.0. LII.IME
N_•NH]RT B=.- H.
VnLIFOY.NIA 9.1W.
IF 949.sd6.0089
9 ", La.SA&4 5182
p.1
s ��'7' -S> f� 0•.:•1�Ha� ?o��L�;�x 'C..�.t'?�a Yl Cl v.._.� '3 it �4 lb, 'F.
Av-
Alternative "A" U5/10/02
��7,�
d•1q+ �P ,-ilk' � � {��� �(' � %�f ��•h��i''.i�C_f r`.6J\ `7,�� /��
I� .' .v r.C�P V �` i - -4♦ �h� d� `p `� '[ \��r ��j�,{'•' /' ♦ AaA`yy'`l' ��\ D �2 ��
y.,Y �\ ! � _.�..1 t1 } .w r ien L •° Y` / � �,. � !� -� .l �T�+.�`l.U/' OpyM�"� QTY � ��` � r
�• 'ms • �. � a f �rF °�._ �� -''_ ,.. g ��i,'.` �; (� q y ti3� Y � a .^ \ � 5 � ¢,�� � - Vi
•` ' ^�� � �,!°?a,, e ' .( y _ ! '�'*e�� Ja'.+y r „ Lr�� �! ~3 f v f � � ♦ "® � • �� 6 f�!vv ��f •.
,?: S� 'fib. ,. � '._ �(6� � 'P �.['� "•-� �'4 t, ,.a '��/• T� •`t�s ���,;j.�"J(�I�'�,�... Cl
y�,-y;.. c�` '� f". .e. ��`�. .j :o �����,•�v ?,�. 4.,wL l ; Wit: r4. v. ♦ �,�� r° .{ �„ ,
`3,
Yell
ky
� .. •'bxi `lii •4 a ,ti �}ft�i 4n �^�! °��/ {p]�/ a.�• t� ��` ��r {e: _r... '��"" �1• AJ. •v� � �"ti,;. J�i•,�•. .r
Y _\[� -� •t�,lA `YV. S L `CSI }�% ^\
✓'
Yconcessio-
uard ��V t
J �qq
�i substation !• `p;R �.. yew. �7
Y
� 4•
7 ,
a ,
e .. `,` it
. • .. - �,-:!� - - � Wnly cPa_pwywe.er.s,.,an..,.a
W 7 9- Y-_°
- A VITT
-TV
N
vro�ose I Corojig del Mar State Beach IniFiroveiiieii
S
S&W
Alternative "B"
AL
05/10/02
, k. 46i
-7
lqw�.I
17,
tn
F7
f
le
N,
New combined
A!N,
restrooms and
IN
New combined
restroorns, concession
CITY OF NEWPORT BEACH CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 11:00 A.M. on the 12th day of July, 2005,
at which time such bids shall be opened and read for
CORONA DEL MAR STATE BEACH IMPROVEMENTS
Project Title
Contract Number
$4,400,000
Engineer's Estimate
a
by
�phen G. Badum
is Works Director
PLAN HOLDER LIST AVAILABLE
ON CITY WEBSITE
http://www.citV.newport-
beach.ca.us
CLICK:
• Online Services
• Public Works Contracts Bidding
Only General Building Contractors which have been
Pre - Qualified by the City of Newport Beach may bid on this project.
Subcontractors and suppliers
may buy copies of plans and /or specifications from
OCB Reprographics
17721 Mitchell North, Irvine (949)660 -1150
For general information, contact Lloyd Dalton, PE, Project Manager at (949) 644 -3328
For technical information, contact Jason Briscoe. AIA, Project Architect at (949) 566 -0080
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................3
BIDDER'S BOND ............................................................................... ..............................5
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6
NON - COLLUSION AFFIDAVIT .......................................................... ..............................7
DESIGNATION OF SURETIES ......................................................... ..............................8
NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................9
CONTRACT..................................................................................... .............................10
LABOR AND MATERIALS BOND .................................................... .............................16
FAITHFUL PERFORMANCE BOND ................................................ .............................18
PROPOSAL................................................................................ ............................... PR -1
SPECIAL PROVISIONS ................................................................. ...........................SP -1
OA
•
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
' ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent 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 documents.
3. 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.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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 responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any
minor irregularity or informality in such bids. Pursuant to Public Contract Code Section
22300, at the request and expense of the Contractor, securities shall be permitted in
substitution of money withheld by the City to ensure performance under the contract. The
securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
B. 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
0 0
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of
industrial Relations. 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).
Please note, The Davis -Bacon Wage determinations are available at Federal Wage website:
htto : / /www.gpo.aov /davisbacon /ca html
The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. All 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 partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
417715 4, B, C5, C8
Contractor's License No. & Classification
Imeu 12, 2005
Date
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO.346,j
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal Sum of Ten Percent of the Amount of the
Bid Dollars ($ l0% __ J, to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
CORONA DEL MAR STATE BEACH IMPROVEMENTS, Contract No. 3461 in the City of
Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed
contract Is awarded to the Principal, and the Principal fails to execute the Contract Documents
in the form(s) prescribed, including the required bonds, and original insurance certificates and
endorsements for the construction of the project within thirty (30) calendar days after the date of
the mailing of "Notification of Award ", otherwise this obligation shall become null and void.
if the undersigned Principal executing this Bond is executing 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.
Witness our hands this 12th day of July , 2005.
Weeger Bros., Inc.
Name of Contractor (Principal)
Travelers Casualty and Surety Company of Americ
Name of Surety
21688 Gateway Center Drive
Diamond Bar, CA 91765
Address of Surety
(909) 612 -3000
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
E
On July 12, 2005 before me, Laura L. Hanna, Notary Public, personally appeared Mark E. Shreckengast
AA
LAURA L. HANNA
COMM, k 145270a
NOTARY PUBLIC, CALIFORNIA a
LAS ANGELES COUNTY
My Comm. EMIM Nov. 20, 2007
�7w7
Place Notary Seal Above
Personally known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer
Signer's Name:
_Individual
_Corporate Officer - Title(s):_
Partner- Limited General
X Attorney -in -Fact
_Trustee
Guardian
Signer is
TRAVELEAlCASUALTY AND SURETY COMPANY OF JWRICA
TAWLERS CASUALTY AND SURETY COMPA W
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful
Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United
States, the following instnunent(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and
other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the
Companies, and all the acts of said Attomey(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognimnces, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President any Senior Vice President, any Vice
President any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(11 -00 standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of January 2001.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
k�HA�O rJ i NFNfFORD. i P~J 826 O
4 COHN�jp, i CONN. n 4 D
a 'ryl sN�a;o bey t Faa
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
By
George W. Thompson
Senior Vice President
On this 12th day of January, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
1, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 12 th day of
July 12005.
8 �H� 0.
aj u
;
n 0
By
{2L v
Kori M. Johanson
Assistant Secretary, Bond
• •
2.
3.
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
DESIGNATION OF SUBCONTRACTOR(S1
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he/she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable..
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach. (Use additional sheets if needed)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name: 191fi5 coN57
Address:
HI-1 &4-7 hD,zai c
[7emoa9ifioa
Phone:
State License Number.
Name:
Address:
6aathwo ek
Phone:
State License Number.
Name: w ce6 /L pm
�PJ•f'O$. /n�G
Address:
Site Conc"-Ze
Phone:
State License Number.
G%e[JPa 8204. Inc.
Bidder
Ell
5.
Q
I
0
Subcontractor's Information
Bid Item
Number
Description of Work
Total Bid
Name: Wrfgl7,e1Z
Address:
Building Concaete
Phone:
State License Number:
Name:
+�
Address:
l . ,7 -Z- e
RAUC Eeaal Steel
Phone:
State License Number:
Name: U PL 9NU
Address:
ONT,w>z i�,
Rein;,Oozciag Steel
Phone:
State License Number:
Name: v' 1� ✓C"� �..q G.
Address:
A lAa& Pawing
Phone:
State License Number:
Name:1.
`l
Address:
50 el ✓n
RabonAy
Pone:
State License Number:
Name:
Address:
G •� fln 13rc A
Bui lding Mwrel ing
Pone:
State License Number:
Weeper Bros., Inc. President
Bidder thoriz ature I e
10.
12.
13
14.
15.
Subcontractor's Information
Bid Item
Number
Description of Work
% °f
Total Bid
Name: 7 C' C /�)
Address:
e4
Site Pl=Ling
Phone:
State License Number:
Name:
c e
Address:
11VAC
Phone:
State License Number:
Name:
Address:
Phone:
State License Number:
Name:
Address:
Lath, PPasteA & yy/z. 80a4d
Phone:
State License Number:
Name: SOW J) L+CN57
Address:
Aool-&g
V' � KC Ly CaC� Yi
Pone:
State License Number:
Name:
Address:
Sheet Retat, CORE& ROODr
Pone:
State License Number:
Weeger Bros., Inc. !� President
Bidder A6t[Krjlqq.S4nat re/Title
16.
17
ILI
19.
20.
21
Subcontractor's Information
Bid Item
Number
Description of Work
% Total Bid
Name: U 5 C7 L„/a ff
Address:
L Kr reAltr> i
Ahwinam ktandowa & gt?a6,6
Phone:
State License Number:
Name: 13 � / ,4 P 1 L
'/
Address:
CO �i�- A
PaiaUag B Anti.- 94a11iti
Coating
Phone:
State License Number:
))
Name: 5,/,q P�'N
Address:
Pico r r ✓e r,�
caadbcape 8 Ia&igat ion
Phone:
State License Number:
Name:
Address.
Pa vk i ag COa&OX
Phone:
State License Number:
Name: pz' q vo
Address:
e A-4
A&Li4tic Coactete
Pone:
State License Number:
Name: /I /L C ZD,5>O
"MTZ -7-�
"`F a S'
Address:
C7A219 r.✓ �Xo ✓e
a"rl�0i5<1 i /ii2jJw.R/Z
Pone:
State License Number.
Weeoer Bros. , Inc. President
Bidder th riz S' atur� itle
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of ORange )
Na wk 7. ldpxgea being first duly sworn, deposes and says that he or she is
PgxAident of , o-pea &-oA.. rte_, the party making the
foregoing bid; that the bid is not made in the interest of., or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party malting the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
ifidirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
IdeeaeA &co4.. lac
Bidder
Subscribed and sworn to before me this 12th day of jJ 2005 &,zk 7.
WeegRA polzzon¢22y known to me o2 plioued to me on the faziz o /[S,EALI�eactoizy evidence to
ee the 12eQ.6on uho appe -r'A me.
Notary Public GL�/
My Commission Expires: /lay 17, 2009
.. DAWN RODA w
0 COMlns= _
IMMYPUBIIC- CAUFOlau o
FEW
= <_
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
DESIGNATION OF SURETIES
Bidders name IdeeQe2 B2o6. Ltc.
Provide the names, addresses, and phone numbers for all brokers and sureties
from whom Bidder intends to procure insurance and bonds (list by insurance /bond
type):
Peo4ia, IL 61615
(309) 692 -1000
Bond: 7navz&,c6 C"ua".y and SuR&,y Company of Ame4.ica
Diamond Baa, CA 91765
(YOY) 672-3000
tdonke&6 Comp: State Compen sat ion In,6u wnce Fund
1275 IRaaket Sticeet
P.O. Box 420807
San F4anci,5co, CA 94142
(714) 565 -5995 - Lome Santa Ana O,tyflice
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
CONTRACT
THIS AGREEMENT, entered into this day of�) 'St, 2005, by and between the CITY OF
NEWPORT BEACH, hereinafter "City, and Weeger Bros., Inc., hereinafter 'Contractor," is
made with reference to the following facts:
WHEREAS, City has invited are- gualified General Building Contractors with a "B" license to
submit bids for the following described public work:
CORONA DEL MAR STATE BEACH IMPROVEMENTS
The work necessary for the completion of this contract consists of preparing and
submitting a satisfactory Water Quality Control Plan; obtaining Building Permits;
staking; removing, reconstructing and buttressing a portion of the Inspiration Point
Beach Access Trail; demolishing, removing and disposing of existing buildings and
site improvements; constructing new masonry buildings and site improvements;
relocating palm trees; and installing irrigation and landscape improvements at
Corona del Mar State Beach, 3001 Ocean Boulevard, Corona del Mar, which is
owned by the State of California Department of Parks and Recreation, but operated
by and located within the City of Newport Beach.
WHEREAS, Contractor has been determined by City to be the lowest responsible pre_
qualified bidder and Contractor's bid, and the compensation set forth in this Contract, is
based upon Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3461, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
10
activities, at no efa cost to City, which are reasonablyTnferable from the Contract
Documents as being necessary to produce the intended results.
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of Three Million Nine Hundred Forty Five
Thousand and No1100 Dollars ($3,945,000.00)
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 obstructions 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.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Lloyd Dalton
(949) 6443328
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
Weeger Bros., Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648
714 -536 -3854
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
11
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property, which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence°
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this projectllocation or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
IPA
•
4. Other Insurance Provisions
Ll
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self - insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
13
6. Right to Stop A for Non - Compliance •
City shall have the right to direct the Contractor to stop work under this Agreement
and /or withhold any payment(s), which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attomeys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
14
IN WITNESS WHERA the parties hereto have caused this 19tract to be executed the day
and year first written above.
ATTEST:
r
Z99 47m0
APPROVED AS TO FORM:
A, C
CrrY ATTORNEY
15
CITY OF NEWPORT BEACH
A Municipal Corporation
CONTRACTOR
By: rC.aiL(/�
u orize tune and Titl
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
Executed in Two Counterparts
CONTRACT NO. 3461
BOND NO, 103544581
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 35,277.00
being at the rate of $ 8.94 per thousand of the Contract price.
Final Premium is based on Final Contract Amount
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Weeger Bros. Inc., hereinafter designated as the 'Principal', a contract for
construction of CORONA DEL MAR STATE BEACH IMPROVEMENTS, Contract No. 3461 in
the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other
Contract Documents maintained in the Public Works Department of the City of Newport Beach, all
of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3461 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company
of America , duly authorized to transact business under the laws of the State of
Califiomia as Surety (hereinafter "Suret)r), are held and firmly bound unto the City of Newport
Beach, in the sum of Three Million Nine Hundred Forty Five Thousand and No/100
Dollars ($3,945,000.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
18
0 0
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, 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 way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, ateratons or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal 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 22nd day of August , 2005.
Weeger Bros., Inc.
Name of Contractor (Principal)
Travelers Casualty and
Surety Company of America
Name of Surety
21688 Gateway Center Drive
Diamond Bar, CA 91765
Address of Surety
(909) 612 -3647
Telephone
Mark E. ShreckengO I Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
F ;%USERS\PBVAShared�CDnbacts\Fy 0405VCDM State Beach 63461 \CdM State Beach Improvemerrts C.a461- dd
folde6CONTRACT 63461 -NEW VERSION.doc
19
L
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
0
August 22, 2005 , before me. Julie M. Shreckengast . Notary Public, personally appeared Mark E. Shreckengast
JUUN M-SHRommamt f
� ODMMr /1��
NOLos
Place Notary Seal Above
Personally known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the documem and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
_Individual
,Corporate Officer - Title(s):_
Partner- _Limited _Genera I
X Attorney -in -Fact
Trustee
_Guardian
Other:
Signer is
• CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
Executed in Two Counterparts
CONTRACT NO. 3461
BOND NO. 103544581 Premium: Included in
Performance Bond
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Weeger Bros., Inc., hereinafter designated as the `Principal," a contract
for construction of CORONA DEL MAR STATE BEACH IMPROVEMENTS, Contract No. 3461
in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other
Contract Documents in the office of the Public Works Department of the City of Newport Beach,
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3461 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
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 the undersigned Principal, and,
Lers Casualty and Surety Cowry of America duty authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of Three Million Nine Hundred
Forty Five Thousand and No /100 Dollars ($3,945,000.00) lawful money of the United States of
America, 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 present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this 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.
16
r r
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 this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And 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 terns 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 above named
Principal and Surety, on the 22nd day of August , 2005,
Weeger Bros., Inc.
Name of Contractor (Principal)
Travelers Casualty and
Surety Company of America
Name of Surety
21688 Gateway Center Drive
Diamond Bar, CA 91765
Address of Surety
(909) 612 -3647
Telephone
� e
Mark E. Shreckengasf,)Attorney -in -Fact
Print Name and Title ILI
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST SE ATTACHED
17
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
August 22, 2005
0
, before me. ulie M. Shreckengast . Notary Public. personally appeared Mark E. Shreckengast
sJUUl1M,6Hffl01lXK0W
amm i loyal# Q
wmW PWA,CNAOWA s
LJOBANOMMOMWY
ayramtw.oOtr+r"26,E
Place Notary Seal Above
Optional
Personally known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer
Signer's Name:
_Individual
_Corporate Officer - Title(s):_
_Partner- Limited General
X Attorney -in -Fact
_Trustee
Guardian
Signer is Representing:
umber of Pages
TRAVEL CASUALTY AND SURETY COMPANY OF "RICA
11WELERS CASUALTY AND SURETY COMP
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS )-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful
Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United
States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and
other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the
Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(11-00 Standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of January 2001.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
Ex OPC% ',,tv ANO GASU
a NAfnFORO, i Z 1982 O
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
George W. Thompson
Senior Vice President
On this 12th day of January, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 22nd day of
August , 20 05
S `�� � r� a � ' �� J N,,A4CNfCY iW N•NyN. pC� , Lp 9t P o i Oir y�y'p, 1M /M9,66. c61U �q2 r l( � �
J a t C0
I
6i Faa y • N
L-1
By
Kori M. Johanson
Assistant Secretary, Bond
u
'• ACRD CERTIFICA
BILITY INSU E
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
ii%oo os2
PRODUCER (949)261 -5335 FAX (949)261-1911
Tutton Insurance Services, Inc.
2913 S. Pullman St.
Santa Ana, CA 92705
THIS CERTIFICATE UTSSUED ASA MATTER OFINFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
MUCYEFFECTNE
DATE IMM�
NAIC #
INSURED Weeger Brothers, Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648 -6443
INSURERA Mt. Hawley Insurance Co.
AM
INSURERS: St. Paul Travelers
03/01/2005
03/01/2006
INSURERC: State Comp. Insurance Fund
$ 1,000,00
INSURER D:
X COMMERCIAL GENERAL LIABILITY
INSURER E:
DAMAGE TO RENTED
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADD'L
TYPE OF INSURANCE
POLICY NUMBER
MUCYEFFECTNE
DATE IMM�
POLICY EXPIRATION
DATE IMMMONYi
LIMITS
Newport Beach, CA 92658
GENERAL LIABILITY
MGLO141809
03/01/2005
03/01/2006
EACH OCCURRENCE
$ 1,000,00
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
$ 50,00
CLAIMS MADE Mx
MED EXP (Any one Person)
$ S'000
A
PERSONAL& ADV INJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,00(
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS- COMPIOPAGG
$ 1,000,00
POLICY X JEC M LOC
AUTOMOBILE
LIABILITY
ANY AUTO
81062IH914AOS
02/01/2005
02/01/2006
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,00
X
BODILY INJURY
(Perpelson)
$
B
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per amidenU
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Peramiderd)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EAACC
$
ANY AUTO
$
AUTO ONLY! AGG
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR FI CLAIMS MADE
AGGREGATE
$
$
$
DEDUCTIBLE
S
RETENTION $
WORKERS COMPENSATION AND
161089905
03/01/2005
03701/2006
X I We STATU- OFT H-
IM
C
EMPLOYERS' LIABILITY
ANY POPRIETOWPARTNERIEXECUTIVE
OFFICEMMEMBER EXCLUDED?
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,00
describe under
If SPECIAL PROVISIONS below
E.L DISEASE - POLICY LIMIT
$ 1,000,00
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHIC 81EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
E: Corona Del Mar State Beacb Improvements - Contract# 3461
he City, its officers, officials, employees and volunteers are named as additional insureds per the
ttached CGL216 (04/98) endorsement and Auto Additional Insureds per the policy form CA0001 12/93.
is insurance is primary and non - contributory per the attached. GL Waiver of Subrogation applies per
ttached CG2404 10/93. * *( Continue .......................... » »» »>
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2001108) OACORD CORPORATION 1988
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Newport Beach, Public
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
Works Dept.
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: Shari Rooks
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
3300 Newport Blvd.
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHOR17ED REPRESENTATIVE
Newport Beach, CA 92658
Stanley Tutton HAYDEE
ACORD 25 (2001108) OACORD CORPORATION 1988
— City of Newport Beach, Public
Certificate issued to City of Newport Beach, Public 08/12/2005
Tutton Insurance Services, Inc.
C waiver of subrogation applies, requested to carrier.
10 day notice of cancellation for non - payment of premium.
0
THIS ENDORSEMENT CHANGES 7HE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM C)
Thb mda wend modifea insie amv provided under ft bv0ft.-
COMMERCIAL GENERAL LIANLITY COVERAGE PART
SCHEDULE
Name of Petaoo or Organb*tlon:
The City, its officers, officials, employees and volunteers
RE: Corona Del Mar State Beach Improvements - Contract# 3461
ptn�emapppewre n requ1[W to Complete this endaaement wfl be Shown in the DedaMtions as
WHO IS AN INSURED (Seetlen Icy Is amended to include as an insured the parson or orpanlxation ahown to the
Schedule. but only with respect to Nablllty adsuig out of'yeurwoW for that insured by or for you.
To tM Oftnt miulred under contnet this policy vnW apply as pemary Insurance to add*rW In uM& achadided oboe
and o9ter Insurance which may be avallaW to such adclidwal inauredS will be nori. -W dbutory,
Section Ili., Catafltlon 4.. of IHa policy is amended accordingly.
AN othm Terms and Conditions of this Policy terrain Undtenged.
CGL 21Q (04198) Page 1 of
0
POUCYNUMBER: MGL0949809
0
COMMERCIAL GENERAL LIABILITY
CG 24 0410 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
The City, its officers, officials, employees and volunteers
RE: Corona Del Mar State Beach Improvements - Contract# 3461
(If no entry appears above, informatlon required to complete this endorsement will be shown In the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO us conciftlon (Section N — COMMERCIAL
GENERAL LIABILITY CONDITIONS) Is amended by the addition of the following:
We waive any right or recovery we may have against the person or organization shown in the Schedule above
because of payments we make for injury or damage arising out of your ongoing operations or *your wont" done under
a contract with that person or organization and included in the "products — completed operations hazard". This waiver
applies only to the person or organization shown in the Schedule above.
CO 240411) 93 Copyright, Insurance Services LMM Ina., 1992
COMMERCIAL AUTO
a. We already cover all "autos" that you own
for that coverage or it replaces an "auto"
you previously owned that had that cover.
age; and
b. You tell us within 30 days after you ac-
quire it that you want us to cover it for that
coverage.
C. CERTAIN TRAILERS, MOBILE EQUIPMENT
AND TEMPORARY SUBSTITUTE AUTOS
If Liability Coverage is provided by this Coverage
Form, the following types of vehicles are also
covered "autos" for Liability Coverage:
"Trailers" with
pounds or less
on public roads.
A. COVERAGE
a load capacity of 2,000
designed primarily for travel
0
2. "Mobile equipment" while being carried or
towed by a covered "auto."
3. Any "auto" you do not own while used with
the permission of its owner as a temporary
substitute for a covered "auto" you own that Is
out of service because of its:
a.
Breakdown;
b.
Repair;
c.
Servicing;
d.
"Loss "; or
e.
Destruction.
SECTION 11 —LIA 31LITY COVERAGE
We will pay all sums an "insured" legally must pay
as damages because of "bodily injury" or "pro-
perty damage" to which this insurance applies,
caused by an "accident" and resulting from the
ownership, maintenance or use of a covered
"auto."
We will also pay all sums an "Insured" legally must
pay as a "covered pollution cost or expense" to
which this insurance applies, caused by an "acci-
dent" and resulting from the ownership, main-
tenance or use of covered "autos." However, we
will only pay for the "covered pollution cost or
expense" if there is either "bodily injury" or
"property damage" to which this Insurance
applies that Is caused by the same "accident."
We have the right and duty to defend any
"Insured" against a "suit" asking for such dam-
ages or a "covered pollution cost or expense."
However, we have no duty to defend any
"insured" against a "suit" seeking damages for
"bodily injury" or "property damage" or a
"covered pollution cost or expense" to which this
Insurance does not apply. We may investigate
and settle any claim or "suit" as we consider
appropriate. Our duty to defend or settle ends
when the Liability Coverage Limit of Insurance
has been exhausted by payment of judgements or
settlements.
1. WHO IS AN INSURED
The following are "insureds ":
b. Anyone else while using with your permis-
sion a covered "auto" you own, hire or
borrow except:
(1) The owner or anyone else from whom
you hire or borrow a covered "auto."
This exception does not apply If the
covered "auto" is a "trailer" con-
nected to a covered "auto" you own.
(2) Your employee N the covered "auto"
is owned by that employee or a mem-
ber of his or her household.
(3) Someone using a covered "auto"
while he or she Is working In a busi-
ness of selling, servicing, repairing,
parking or storing "autos" unless that
business is yours.
(4) Anyone other than your employees,
partners, a lessee or borrower or any
of their employees, while moving
property to or from a covered "auto."
(5) A partner of yours for a covered
"auto" owned by him or her or a
member of his or her household.
c. Anyone liable for the conduct of an "In-
sured" described above but only to the
extent of that liability.
2. COVERAGE EXTENSIONS
a. Supplementary Payments. In addition to
the Limit of Insurance, we will pay for the
"Insured":
a. You for any covered "auto." (1) All expenses we incur.
Page 2 of 11 Copyright, Insurance Sen ices Office, Inc., 1993, 1994 CA 00 01 12 93
STATE
COMPENSATION
INSURANCE
FUND
ORTHOLDER COPY
P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 08 -15 -2005
CITY OF NEWPORT BEACH SP
PUBLIC WORKS DEPT. ATTN: SHARI ROOKS
3300 NEWPORT BLVD.
NEWPORT BEACH CA 92658
GROUP:
POLICY NUMBER: 1610888-2005
CERTIFICATE ID: 14
CERTIFICATE EXPIRES: 03 -01 -2006
03- 01- 2005/03 -01 -2006
THIS CERTIFICATE SUPERSEDES AND CORRECTS
CERTIFICATE # 13 DATED 08 -15 -2005
JOB:CORCNA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461
This is to certify that we have issued a valid Workers' Compensation Insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated
This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or otter document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
X .
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2006 -08 -15 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED:
CITY OF NEWPORT BEACH
ENDORSEMENT #1800 - MARK WEEGER TREAS - EXCLUDED.
ENDORSEMENT #1600 - GREGORY J WEEGER SECRETARY VICE PRESIDENT - EXCLUDED.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 08 -15 -2005 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2005 -08 -15 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME:
CITY OF NEWPORT BEACH
EMPLOYER
WEEGER BROTHERS, INC
2124 MAIN ST STE 146
HUNTINGTON BEACH CA 92648
SP
1814,SPI
aiEV.2 -03l PRINTED : 08 -15 -2005
SP
• 0
DILIGENT SEARCH REPORT
(Please Refer to the Inskuctions on Page 3 of This Forml
1. Ray Fuentes hereby submits that he/she is:
(Rau Name ofdw Indtvldual)
(A) Duly licensed under California Department of Insurance homm mrmber 0648148
OR (B) Duly licensed and authorized to act as an endorsee on the organizational license of
_Tutton Insurance Serl/ICBs Inc. Califorma Department of Insurance license number OS89376 ;
(Name ofOrganhatian)
and (C) that he/she orsaid organizational licensee was engagedby the insured named herein, orthe insured's broker, to obtain
insurance as described in this report;
and (D) is the Iicensm who performed or supervised this diligent stanch.
2. (A) Name of Insured W &/ + per Amo Jheo- �itlG.
(B) Address
(C ) Descript
(D) Location of Risk
(Sheet and Number)
(CRY) (Stall) (74 Code)
(L) Type of Insurance coverage 500
(Finer Appropriate Cede Numberfmm P& 3)
NIA 3. If Private Passenger Automobile Liability Insurance is identified on lire 2(E), complete the following:
(A) Does the insured qualify as a "Good Driver" under Section 1861.025 of the California Insurance Code?
(CHECK ONE) YES ❑ NO P
(B) Does the coverage that you have placed include, in whole oriapau, the limits of coverage provided under
The California Automobile Assigned Risk Plan (CAARP)? (CHECK ONE) YESD NO 17
(C) If YES, has this risk been submitted to and found to be ineligible by CAARP?
(CHECK ONE) YES ❑ NOD
If youransweris NO, then this coverage cannot be placed with a noo -admitted insurer. (See Inauance Code section 1763.5)
N/A 4, If Health Insurance is identified on line 2(E), does the insured qualify as a "Small Employer' under Section
10700(x) of due California Insurance Code? (CHECK ONE) YES D NO 0
N/A 5. If this insurance was placed pursuant to Section 125 gj I. of the California hamance Code governing transaction
with risk purchasing groups authorized by the Federal Liability Risk Retention Act of 1986, complete the
following:
(A) Provide the name and address of the purchasing group of which the insured is a
6. (A) Describe the diligent efforts made to place this coverage with admitted insurers and describe how the search
was performed (please add additional pages if necessary):
Made phone calls to prequalify and faxed submissions to carriers.
(a L2 (Reviecd 0612004)
• i
(B) If search was performed by someone o erthan ft person named on line 1, pli Esc provido full name of butt
individual;
(A) Was the risk described in Section 2 submitted by you or by someone under your supervision to at least (3)
insurers that are admited in California and who actually write the type of insurance described on lines 2(C) and
2(E)? (CHECK ONE) YES ❑ NO❑
(B) If YES, please complete ALL sections of the following table; if NO, skip to Section 8:
Foil Name of Admitted Company
F[rat & Last Name of Company
Check if
Month, Year
Declination
Representative AND Telephone
Employee (E)
of Declination
Code*
Number
or A nt A
I. Peerless Insurance
Laurie Smith
Ex(
AO
2
(800)668 -8661
or "Online Dxt- matron°
Webske
2. American Economy
Anthony Moreno
E
(949 ) 860 - 6355
or "Online Declination"
A0
2
Webshe
3. Valley Forge
Fred Zickwolf
E OQX
(877)574 -0540
or "Online Declination"
A0
2
Website
*Declination Codes: 1- Company's capacity nrached 2- underwriting reason 3- refused to state 4 -other
N/A 8. If 7(A) was answered NO, complete the following:
(A) Did you determine that fewer than 3 admitted insurers actually write the type of insurance described oo lines
2(C) and 2(E)? (CHECK ONE) YES Cl NOO
(B) If NO. pleascexptainindetailwhy the riskwassubmittedtolessthantlueeadmi tted insurers in California get
write this type of insurance.
(C) If YES, please describe how you made this deteradnatioa
The undersigned licence hereby certifies that this report is true and correct, and that this risk is not beingplaced with a urn•
admitted insurer for the sole purpose of securing a rate or premimn lowerlhan the lowest rate or premium available From an
91,2(aevued a(r2ooa)
T--19-63- (Datc)
-31 -2005 08:01 FROM: 7149391654 TO:949 644 3318
Fax 0: � � 31f� •
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: a V.� Dept./Contact Received From: � /!
Date Completed: Sent to: V iI a U yl By:
CompanyMerson required to have certificate: 4) F'eG�Gs/ O
J
P.1/1
I. GENERAL LIABILITY
)C Cb
A.
INSURANCE COMPANY: fVl7 t�aJAJ (4 n974Fj2A Ce '
S.
AM BEST RATING (A: VII or greater): -fii
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California? ❑ Yes
Lr'J
D.
M or greater): What is limit provided? c2 r Q
LIMITS (Must be $1 .
411 pfe
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? es J�f Ko
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
Officers, officials, employees and volunteers): Is it included? es
0 No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be included):
Is it included? es
❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
limited solely by their negligence) Does endorsement Include 'solely by
negligence" wording? 0 Yes
M<O
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
11. AUTOMOBILE LIABILITY n
'J IQ vG Ice
A.
INSURANCE COMPANY:
B.
AM BEST RATING (A. VII or greater):
C.
ADMITTED COMPANY (Must be California Admitted):
Yes
0 No
Is Company admitted in California?
D.
LIMITS (Must be $1M min. BI & PD and $500,000 UM): What Is limits provided? M, ;/
.
E.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
,
officers, officials, employees and volunteers): Is it included? J
No
R
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only):
�'
Is it included? L ras
[td'No
G.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notificaton of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
IIT. WORKERS' COMPENSATION
lY1
A.
INSURANCE COMPANY: DfYI GY41
B.
AM BEST RATING (A: VII or greater):
A �
C.
LIMITS: Statutory
�S
D.
WAIVER OF SUBROGATION (To include): is it Included?
�f
HAVE ALL ABOVE REQUIREMENTS BEEN MET? - 4 Yes
,= un uru.ru Irew.c ummn rn oc •nuns =terra / 1 ! N %.. n. - /i fin.,: ATi� �.
o
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except those supplied by the City and shall perform all work
required to complete Contract No. 3461 in accordance with the Plans and Special Provisions,
and will take in full payment therefor the following lump sum prices for the work, complete in
place, to wit:
ITEM UNIT ITEM DESCRIPTION PRICE IN FIGURES
Lump Mobilization
Sum
2. Lump
Construct INSPIRATION POINT
Sum
BEACH TRAIL REPAIRS
3. Lump
Construct CORONA DEL MAR
Sum
STATE BEACH IMPROVEMENTS
$O L
$
$ r S� oar
3 67`151 ova
$TOTAL PRICE N FIGURES
TOTAL PRICE IN WORDS
'7J .aPS 'V��lb.�
74eze e,
Dollars and _Cents
Date: ;u-ey 12, 1005
7141536 -3854
7141536 -4854, Fax
Bidder's Telephone and Fax Numbers
417715
R, B, C5, C8
Bidders License No(s). and Classification(s)
Bidder ldeege& Baoe. , Inc.
Aaeaident
Bidders nzed S ature Title
2124 /gain SLseet, 146
K¢ntingtorc Beach, CA 92648
Bidder's Address
Within seven calendar days after bids are opened, the Contractor shall submit to the Engineer a
"Schedule of Values" for the two Lump Sum construction items in his proposal. The Engineer
will use said Schedule to calculate monthly progress payments during the term of construction
and to pay for units of extra work.
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM N0.1
Corona del Mar State Beach Improvements
Contract No. 3461
DATE: June 6, 2005
TO: ALL PLANHOLDERS
1. General Clarification
a. Specifications Section 09815 — HI -BUILD ANTI GRAFFITTI GLAZED
COATINGS FOR EXTERIOR CONCRETE BLOCK. This coating shall be
applied to all interior and exterior block surfaces indicated on the drawings to
receive an anti- graffitti coating.
b. Two identical restroom buildings are being built.
2. Specifications
a. Add Section 08211 - FLUSH WOOD DOORS
b. Add Section 09680 — CARPET
c. Replace Section 10155 — TOILET COMPARTMENTS in irs entirety with the
attached Section 10155 — TOILET COMPARTMENTS.
3. Plans
a. L -1.01, L -1.02, & L -1.03 — Site Plan
i. Change Keynote 13 to read, "Not Used'
ii. Eliminate all references to Keynote 13 on the plan.
Corona del Mar State Beacaprovements • Page 2 OF 2
Contract No. 3461 Addendum No. 1
b. L -1.04 - Site Details
I. Delete Detail 16 - BEACH DEDICATION PLAQUE
ii. Detail 12 — Pedestrian Paving
1. Omit 6" paving thickness dimension.
2. Add Note, "For additional information, see civil drawings."
c. A-8.01 — Door and Window Schedule
I. Door Schedule
1. Parking Booth Door Number 102
a. Change Door Type to "C
ii. Door Types
1. Omit Door Type "F°
Bidders shall sign this Addendum No. 1 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No.1 is attached.
1 have carefully examined this Addendum No. 1 and
have included full payment therefor in my Proposal.
— /tl"aem &oe.. lac.
Bidder's Name (Printed)
G/eege4 B40,6., Inc.
Firm's Name
,,,ay 92 inns
,
Date
E
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
F
t
kh:�/FO R%
ADDENDUM NO.2
Corona del Mar State Beach Improvements
Contract No. 3461
DATE: June 8, 2006
Works Director
TO: ALL PLANHOLDERS
1. General Clarification i
a. A request was submitted with regard to Section 03471 to provide structural
i
details including reinforcing steel and foundation design for the architectural
concrete monument walls shown in sketches SKA -7 and SKA -8.
i. The items defined by Section 03471 are to be Design/Build by the
Contractor. The submittal requirements of Section 03471 and the
annotations on sketches SKA -7, and SKA -8 adequately define the
scope of work and responsibility of the Contractor.
b. A request was submitted with regard to Section 03471 to confirm the
installation locations of each architectural element shown in SKA -7 through i
SKA -15.
L Sketches SKA -7 through SKA -15 define the exact quantity of each
element. The specific location will be determined in the field by the
Engineer.
2. Specifications
a. Section 11150 — Parking Control Equipment
1. Delete Paragraph 2.4 C. in its entirety
ii. Delete Paragraph 2.4 D. in its entirety
Corona del Mar State Beackrovements
Contract No. 3461
• Page 2 OF 2
Addendum No. 2
Bidders shall sign this Addendum No. 2 and attach it to the bid proposal. No bid
will be considered unless this signed Addendum No. 2 is attached.
I have carefully examined this Addendum No. 2 and
have included full payment therefor in my Proposal.
Ideegea B.¢oa. , Inc.
Bidder's Name (Printed)
fdeegea Baos. , Irzc.
Firm's Name
au4 12, 2005
Date
• r
1
1
2
2
2
2
2
2
2
2
2
2
2
3
3
3
3
3
3
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO. 3461
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS .
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3.3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -2
PROTECTION
5 -7
ADJUSTMENTS TO GRADE
5 -8
SALVAGED MATERIALS
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6-1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
1
1
2
2
2
2
2
2
2
2
2
2
2
3
3
3
3
3
3
0 0
6 -7
TIME OF COMPLETION
4
6 -7.1
General
4
6 -7.2
Working Days
4
6 -7.4
Working Hours
4
6 -9
LIQUIDATED DAMAGES
4
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -5
PERMITS
5
7 -7
COOPERATION AND COLLATERAL WORK
5
7 -8
PROJECT SITE MAINTENANCE
6
7 -8.5
Temporary Light, Power and Water
6
7 -8.6
Water Pollution Control
6
7 -8.6.1
Best Management Practices and Monitoring Program
6
7 -8.8
Steel Plates
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
7
7 -10.1
Traffic and Access
7
7 -10.3
Street Closures, Detours, Barricades
7
7 -10.4
Safety
7
7- 10.4.1
Safety Orders
7
7- 10.4.3
Special Hazardous Substances and Processes
7
7 -10.5
"No Parking" Signs
7
7 -10.6
Notices to Breakers Drive Residents
8
7 -10.7
Provisions about Use of Site During Construction
8
7 -15
CONTRACTOR LICENSES
10
7 -16
CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
10
SECTION 9
MEASUREMENT AND PAYMENT
11
9 -3
PAYMENT
11
9 -3.1
General
11
9 -12
Partial and Final Payment
11
PART 3- -- CONSTRUCTION METHODS
SECTION 300 EARTHWORK 11
300.1 CLEARING AND GRUBBING 11
300 -1.3 Removal and Disposal of Materials 11
300 -1.3.1 General 11
300 -1.3.2 Requirements 11
300 -1.5 Solid Waste Diversion 11
ARCHITECT'S TECHNICAL SPECIFICATIONS
f.\ users \pbw\sharedlconVwts\fy 04- 05 \cdm state beach e-3461 \cdm state beach 6nprovements c -3461- old folder\specs index c-
3461.doc
0 0
SECTION 302
ROADWAY SURFACING
12
302 -5
ASPHALT CONCRETE PAVEMENT
12
302 -5.4
Tack Coat
12
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
12
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
12
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
303 -5.1
Requirements
12
303 -5.1.3
Gutters
12
303 -5.4
Joints
12
303 -5.4.1
General
12
SECTION 310
PAINTING
12
310 -5
PAINTING VARIOUS SURFACES
13
310 -5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
12
310 -5.6.6
Preparation of Existing Surfaces
12
310 -5.6.7
Layout, Alignment and Spotting
13
310 -5.6.8
Application of Paint
13
ARCHITECT'S TECHNICAL SPECIFICATIONS
f.\ users \pbw\sharedlconVwts\fy 04- 05 \cdm state beach e-3461 \cdm state beach 6nprovements c -3461- old folder\specs index c-
3461.doc
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CONTRACT NO. 3461
INTRODUCTION
• SP 1 OF 13
41
4
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions, including the ARCHITECT'S TECHNICAL SPECIFICATIONS
attached hereto; (2) the Plans (Drawing Nos. P- 5139 -S and M- 5370 -S); (3) the City's
(2004 edition); (4) the Standard Specifications for Public Works Construction (2003
edition), including supplements; (5) the Newport Beach Municipal Code; and (6) the
Building Permit (Plan Check #0720- 2004). Copies of the Standard Special Provisions
and Standard Drawings may be purchased at the Public Works Department. Copies of
the Standard Specifications may be purchased from Building News, Inc., 1612 South
Clementine Street, Anaheim, CA 92802, 714 -517 -0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF WORK
2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the
completion of this contract consists of preparing and submitting a satisfactory Water
Quality Control Plan; obtaining Building Permits; staking; removing, reconstructing and
buttressing a portion of the Inspiration Point Beach Access Trail; demolishing, removing
and disposing of existing buildings and site improvements; constructing new masonry
buildings and site improvements; relocating palm trees; and installing irrigation and
landscape improvements at Corona del Mar State Beach, 3001 Ocean Boulevard,
Corona del Mar, which is owned by the State of California Department of Parks and
Recreation, but operated by and located within the City of Newport Beach."
2 -9 SURVEYING
• SP2OF13
2 -9.2 Survey Service. Add to this section: "The City shall verify the Contractor's
construction staking as required to construct the improvements. The Contractor shall
notify the City at lease two working days before the date that stakes must be verified."
2 -9.5 Survey Monuments. Prior to commencing construction, the Contractor shall
inspect the project for existing survey monuments. In the event that survey monuments
are removed or otherwise disturbed by the Contractor during construction, the
Contractor shall retain the services of an California licensed engineer or surveyor to
restore the affected survey monuments at the Contractor's sole expense. The
Contractor's engineer or surveyor shall also file the required corner records with the
County of Orange upon monument restoration.
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment.
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal."
SECTION 4 -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
• • SP 3 OF 13
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed his work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 - -- UTILITIES
5 -2 PROTECTION. Add the following: "In the event that an existing pull box or
meter box or cover not to be replaced is damaged by the work and is not re- useable,
the Contractor shall provide and install a new pull or meter box or cover of identical type
and size at no additional cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -
owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and
survey monuments. The Contractor shall coordinate the adjustment of Southern
California Edison, The Gas Company, Pacific Bell and cable television facilities to the
finish grade with the appropriate utility company.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve
box covers. The Contractor shall salvage all removed metal pipe. Salvaged materials
shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor
shall make arrangements for the delivery of salvaged materials by contacting the
Utilities Superintendent at (949) 718 -3402.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed.'
No work shall begin onsite before September 6, 2005, nor until a 'Notice to Proceed'
has been issued, a pre- construction meeting has been conducted, and a schedule of
work has been approved by the Engineer. The Contractor shall submit the schedule of
work to the Engineer for approval at least five working days prior to commencing onsite
work. Said schedule may be bar chart or CPM style.
The Contractor shall remove, reconstruct and buttress a portion of the Inspiration Point
Pedestrian Access Trail as his 1s` item of onsite work. This work may be completed
during the week of September 6`", when other work is restricted because of the 9/11
"Coastline Car Classic" (See Section 7 -7 COOPERATION AND COLLATERAL WORK)
0 • SP4OF13
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until he has exerted extra effort to meet his original schedule and has demonstrated that
he will be able to maintain his approved schedule in the future. Such stoppages of work
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job.
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work under
this contract within 170 consecutive working days from September 6, 2005, which will
be the start date on the 'Notice to Proceed'.
The City desires that work be completed at the earliest possible date so that parking
lots and concessions are returned to revenue and public use of CdM State Beach is
minimally impacted. The City intends to slurry and restripe the parking lots as soon as
the Contractor has cleared and cleaned them.
The Contractor shall ensure the availability of all material prior to the start of work.
Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 15`,
the third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4'h, the first Monday in
September (Labor Day), November 11' (Veterans Day), the fourth Thursday and the
following day in November (Thanksgiving), December 24`", (Christmas Eve — half day),
December 25h (Christmas), and December 311 (New Years Eve —half day). If January
1st, July 4th, November 11th or December 25th falls on a Sunday, the following
Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 P.M.
Monday through Friday.
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M.
on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during
any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves
the right to deny any or all such requests. Additionally, the Contractor shall pay for
supplemental inspection costs of $60 per hour when such time periods are approved.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6 -7.1 for completion of contract, the
• 0 SP 5 OF 13
Contractor shall pay to the City or have withheld from monies due it, the daily sum of
$1500."
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the City and Contractor that $1500 per calendar day is the
minimum value of the costs and actual damage caused by the failure of the Contractor
to complete the work within the allotted time."
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize
inconvenience to beach users, residents and City staff, and to complete construction as
soon as possible in year 2006 so that the beach improvements may be enjoyed by the
public and return revenue to the City.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Replace this section with: "As a portion of his contract services, the
Contractor shall obtain permits to construct the buildings specified in the plans from the
City of Newport Beach's Building Department. Plans for said permits are 'permit ready'
(Plan Check #0720- 2004). City of Newport Beach building permit and construction
inspection fees will be waived.
To facilitate construction, the Engineer will provide the Contractor a gratis copy of City
records pertaining to existing development at the site."
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
be continuously staffing and performing City work throughout the State Beach during
the term of this contract. The Engineer will work diligently with the Contractor to locate
staging and parking areas near the work areas for the Contractor and his employees
and equipment. The Contractor shall cooperate with the City concerning these matters.
City forces will perform shut downs of water and sewer services. The Contractor shall
give the Engineer three calendar days advance notice of the date and time that he
desires the services to be shut down.
A car show, the "Coastline Car Classic ", will be held in the westerly side of Corona del
Mar State Beach parking lot on Sunday, September 11"', 2005, with setup scheduled to
begin at 4 PM Saturday, September 10`h. The easterly side of the parking lot will be
needed for beach -user and car show parking, plus the Contractor's fenced staging
yard. Car show materials will be cleared from the entire site on 9/11.
The Contractor may stake and paint out the site, perform saw cuts, mobilize equipment
and materials to a maximum 5000 sq. ft. temporary fenced staging yard located at the
easterly end of the easterly side of the parking lot, etc., prior to September 11th;
however, he shall not perform work which would interfere with public use of the entire
parking lot (other than his temporary fenced staging yard), nor demolish or remove any
• SP6OF13
improvements at the site prior to September 11', without the Engineer's prior written
approval."
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power, and Water. Add to this section: "If the Contractor
elects to use the City's water, he shall arrange for a meter and tender an $813 meter
deposit with the City. Upon return of the meter to the City, the deposit will be returned
to the Contractor, less a quantity charge for water usage and repair charges for
damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing and water used for irrigation during the maintenance
period for landscaping."
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all
water used during sawcutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at http://www.city.newport-
beach.ca.us/pubworks/links.htm."
7 -8.6.1 Best Management Practices and Monitoring Program. The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw - cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. Failure of the Contractor
to follow BMP will result in immediate cleanup by City forces and back - charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7 -8.8 Steel Plates. The City's Utilities Superintendent may lend a limited number of
steel plates to the Contractor for use on this project. The Contractor shall reserve and
• 0 SP7OF13
transport these plates to /from the Utilities Yard at 949 West 16" Street, telephone (949)
718 -3402. A $300 deposit is required for the lifting eye.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accord with Section 7 -10 of the Standard Specifications
and the Work Area Traffic Control Handbook (WATCH) also published by Building
News, I nc."
7 -10.3 Street Closures, Detours, Barricades. Add to this section: "The
Contractor shall submit to the Engineer at least five working days prior to the pre -
construction meeting traffic control and detour plans(s) for each phase of construction
where access to /from the parking lot and parking spaces within the lot will be revised.
The Contractor will be responsible for processing and obtaining the Engineer's approval
of his plans. The Contractor shall adhere to the conditions of the approved plans. All
such plans shall conform to the provisions of WATCH. The plans shall be signed and
sealed by a California licensed traffic or civil engineer. The plans shall meet the
following requirements:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be refiectorized and /or lighted.
7 -10.4 Safety
7- 10.4.1 Safety Orders. Add to this section: 'The Contractor shall be solely
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 the safety of the public
and workers.
The right of the Engineer or his representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7- 10.4.3 Special Hazardous Substances and Processes. Add to this section:
"There are no known hazardous substances within the buildings or on the site. Please
refer to Section 300 -1.5 Solid Waste Diversion for recycle /disposal /haul provisions."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if an area has posted "NO PARKING"
signs) which he shall post at least forty -eight hours in advance of the need for
• • SP8OF13
enforcement. The Contractor shall notify the City's Police Department, Parking Control
Division, at (949) 644 -3717 for verification of posting at least forty -eight hours in
advance of the need for enforcement. The signs shall (1) be made of white card stock;
(2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar
in design and color to sign R -38 of the CalTrans Uniform Sign Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -10.6 Notices to Breakers Drive Residents. The Contractor shall provide
continuous vehicular and pedestrian traffic access to the beach and to Breakers Drive,
a private residential street along the northeasterly side of Corona del Mar State Beach
parking lot. The Contractor and the Engineer shall jointly determine the best method to
perform the work with least inconvenience to Breakers Drive residents and their
workers and guests.
Ten working days prior to starting work, the Contractor shall deliver a construction
notice to each Breakers Drive resident describing the project and indicating the limits of
construction. Three working days before the start of any construction that interferes
with access to Breakers Drive, the Contractor shall distribute to each Breakers Drive
resident a written notice stating when construction operations will start, what
interference may occur, and when this construction will be complete.
The written notices will be prepared by Contractor and approved by the Engineer prior
to distribution. The Contractor shall insert the applicable dates and times as he
distributes the notices. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re- notification using an explanatory
letter prepared by Contractor and approved by the Engineer prior to distribution.
7 -10.7 Provisions About Use of Site during Construction. Corona del Mar State
Beach will be continuously used by the public and maintained and operated by City
staff throughout the construction period. The parking lot contains 568 parking spaces.
During construction the Contractor shall provide and maintain swept clean and safe for
public use, unless otherwise allowed by the Engineer in writing, at least 350 of the
parking spaces in the parking lot; paved ingress /egress lanes for the parking lot; a
paved drop -off tum- around area; the parking lot ticket booth; and all pedestrian access
ways to and from the beach, including the beach access trail at Inspiration Point.
The Contractor shall manipulate traffic controls and ingress /egress traffic lanes in order
to remove and reconstruct the parking lot ingress /egress and drop -off turn -around area
paving (that is, all paving from Breakers Drive to first aisle beyond the ticket booth
island, inclusive) while providing paved access to and from the parking lot for vehicular
traffic. This paved access may consist of the existing asphalt section and /or the
pavement section that is specified on the Plans; otherwise, it may consist of a
temporary 5 -inch minimum thickness Type III Class B3 asphalt concrete base course or
a 10 -inch minimum thickness aggregate base course, either of which shall later be
0 • SP9OF13
overlaid with the 3 -inch minimum thickness Type III Class C3 asphalt concrete finish
course that is specified on the Plans. This base course of paving may be bladed in
place, and it shall be compacted and rolled true and smooth over compacted subgrade
as specified in the Standard Specifications. The finish course shall be placed by
machine, and the Contractor may delay placing the finish asphalt concrete course until
near the completion of work on the project.
If the Contractor elects to delay installing a finish asphalt concrete course for more than
one calendar day after the base course is installed, the Contractor shall install
temporary asphalt concrete ramps against PCC construction against which the finish
course will be placed, thereby precluding trip- and -fall over the PCC construction.
Regardless of whether the Contractor elects to remove the existing section and final
pave in one operation or to remove the existing section, install base course and delay
the finish course, the Contractor shall include all costs for removing and reconstructing
paving and installing temporary asphalt ramps in his Lump Sum bid for the project.
The Contractor shall maintain utility services and a 10 foot minimum -width paved
entrance lane to the existing parking lot ticket booth until the new booth that is being
built under this contract is accepted by the Engineer for public use as specified below.
The Contractor shall protect and maintain water, sewer, communication and electrical
services throughout the site during the construction period, except that the Contractor
may install temporary services whenever he must interrupt permanent services for
construction. The Contractor shall include all costs for maintaining existing or installing
temporary services in his Lump Sum bid price for the beach improvements.
The Contractor shall protect public and private paving, striping, signing, gates, lighting,
landscaping, irrigation, etc., that is not to be replaced under this contract. The
Contractor shall replace or restore all such items that he damages to at least equal its
preconstruction condition at his sole expense.
The Contractor shall maintain at least one accessway onto the beach for the City's
beach cleaning equipment. The Contractor shall maintain continuous vehicle and
pedestrian access to the picnic area and the City's trash storage area at the westerly
end of the parking lot. The Contractor shall furnish and install sandbags, etc., as
needed to maintain the beach and the drainage trough at the westerly end of the
parking lot free of construction and demolition materials and debris.
The Contractor shall remove demolition and excess construction materials and debris
from the site on a weekly basis. The Contractor shall not dispose of construction and
demolition materials or debris in the City's trash storage area or in beach trash cans.
The site contains permanent and temporary restrooms, showers, and concession
facilities. The Contractor shall maintain public access, maintenance access, and utility
service to at least '/2 the number of fixtures/capacity of these restroom, shower, and
• • SP 10 OF 13
concession facilities until new restroom, shower, and concession facilities being built
under this contract are accepted by the Engineer for public use.
The Contractor's forces may use the City's existing temporary and permanent restroom
facilities during construction. City staff will maintain them until new restroom facilities
are accepted by the Engineer for public use.
Alternatively, the Contractor may demolish and remove some or all permanent and
temporary restrooms, showers, and concession facilities, and install and maintain
temporary restroom, shower, and concession facilities during the construction period. If
the Contractor chooses this alternative, his temporary facilities shall be lighted, lockable
and ADA accessible, and shall provide at least 1/2 the number of fixtures /capacity as the
existing facilities provided prior to their removal until new restroom, shower, and
concession facilities being built under this contract are accepted by the Engineer for
public use.
The Contractor shall submit to the Engineer for approval at least two weeks prior to his
date needed to remove or demolish City facilities a drawing that locates and details his
temporary facilities and service connections for each temporary facilities. City staff or
others will remove the City's temporary restroom building and its appurtenances.
The Contractor shall bear the sole expense of installing and maintaining his temporary
facilities until new facilities being built under this contract are accepted by the Engineer
for public use. A new facility shall not be considered complete, nor 100% payment be
made for constructing the facility, until 100% of all work on the facility has been
performed, the facility has been final- inspected and signed off for occupancy by the
Building Department, and the Engineer has accepted the facility for public use.
At the end of each work day, the Contractor shall secure with a 5 -foot minimum height
chain link fence all construction areas which he has demolished or are under
construction or contain his materials or equipment.
Finally, the Contractor shall partner with the Engineer to jointly determine the best
methods to satisfy the requirements of this Contract with maximum safety and minimum
inconvenience to beach users, residents and City staff.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Building Contractor B License. At the
start of work and until completion of work, the Contractor and each subcontractor shall
possess a business license issued by the City of Newport Beach.
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As- Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
updated and submitted to the Engineer at the time each progress bill is submitted.
' SP 11 OF 13
Upon completion of the project, the Contractor shall provide "As- Built' corrections upon
a copy of the Plans. The "As- Built' correction plans shall be submitted to the Engineer
prior to final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accordance with
generally accepted accounting principles and practices. These books, records, and
documents shall be retained for at least three years after the date of completion of the
project. During this time, the material shall be made available to the Engineer. Suitable
facilities are to be provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT
9 -3.1 General. Revise paragraph two to read: "The Lump Sum bid prices in the
proposal shall include full compensation for furnishing labor, materials, tools, and
equipment and doing all the work to complete the Lump Sum items of work in place and
no other compensation will be allowed therefore."
9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for
mobilization shall be made in accordance with Section 10264 of the California Public
Contract Code."
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means.
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches."
0 • SP 12 OF 13
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. The hauler shall be a licensed and franchised construction and demolition
debris solid waste hauler (see an approved list of haulers on the City's internet site or
obtain a list from the Public Works Department). Construction debris, excess soil or
sand, and recyclable solid wastes shall not be disposed of within the Coastal Zone.
There are no known hazardous substances in the buildings or within the site.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 302 — ROADWAY SURFACING
302 -5 ASPHALT CONCRETE PAVEMENT
302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete
paving or patchbacks, a tack coat of Type SS-1h asphaltic emulsion at a rate not to
exceed one —tenth of a gallon per square yard shall be uniformly applied to existing A.C.
and P.C.C. surfaces and edges against which asphalt concrete is to be placed."
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS.
303 -5.1 Requirements
303 -5.1.3 Gutters. Add to this section: "The Contractor shall hold the flow line
tolerances to within 0.01 feet of those elevations shown on the Plans."
303 -5.4 Joints
303 -5.4.1 General. Add to this section: "The Contractor shall make sawcuts
parallel to the lines of new construction. Sawcuts shall be made to a minimum depth of
2 inches."
SECTION 310 - -- PAINTING
310 -5 PAINTING VARIOUS SURFACES
310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to
read: "The Contractor shall remove all interfering striping and pavement markings prior
0 • SP 13 OF 13
to application of new striping and pavement markings using removal methods approved
in advance by the Engineer."
310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to
read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor
shall be responsible for the completeness and accuracy of all layout alignment and
spotting. Striping shall not vary more than 1/2 inch in 40 feet from the alignment shown
on the plans. The Contractor shall mark or otherwise delineate the new parking stalls and
pavement markings within 24 hours after the removal or covering of existing striping or
markings."
310 -5.6.8 Application of Paint. Add to this section: "Temporary painted stripes
and markings shall be applied in one coat, as soon as possible and within 24 hours
after the finish course has been applied.
Paint for parking lot pavement restriping shall be Green SG FDRY WB Curb, Product
Code WG2594A9, as manufactured by Morton Traffic Markings (800) 835 -3357. These
temporary paints shall be applied at 15 mils minimum wet thickness.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
contract work until the striping has been properly performed. In addition, if the
Contractor removes /covers /damages existing striping outside of the work area, he shall
re- stripe /replace such work items at no cost to the City."
The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL
SPECIFICATIONS which augment, but are not referenced to, sections of the
Standard Specifications for Public Works Construction.
F:SUSERS \PBW\Shared \ContractslFY 04.05 \CDM State Beach C -34MUM State Beach Improvements C- 3461 - old folder\SPECS
C- 3461.doc
CITY OF NEWPORT BERH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS APRIL 8, 2005
CONTRACT #3461, PLAN #P-51 89-S
TABLE OF CONTENTS
ARCHITECT'S TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
SEE CURRENT EDITION OF "GREENBOOK° STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION AS ADOPTED BY CITY OF NEWPORT BEACH, CALIFORNIA.
DIVISION 2 - SITE CONSTRUCTION
02131 TREE BOXING AND TRANSPLANTING
02221 BUILDING DEMOLITION
02230 SITE CLEARING
02810 IRRIGATION SYSTEM
02900 LANDSCAPE PLANTING
ALSO SEE CURRENT EDITION OF °GREENBOOK° STANDARD SPECIFICATIONS FOR PUBLIC
WORKS CONSTRUCTION AS ADOPTED BY CITY OF NEWPORT BEACH, CALIFORNIA.
DIVISION 3 - CONCRETE
03300 CAST -IN -PLACE CONCRETE
03471 SPECIAL ARTISTIC CONCRETE
DIVISION 4 - MASONRY
04220 CONCRETE BLOCK MASONRY
DIVISION 5 - METALS
05120 STRUCTURAL STEEL
05500 METAL FABRICATIONS
05521 PIPE RAILINGS
DIVISION 6 - WOOD AND PLASTICS
06100 ROUGH CARPENTRY
06150 WOOD COMPOSITE LUMBER
06402 INTERIOR ARCHITECTURAL WOODWORK
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
07133 THERMOPLASTIC SHEET WATERPROOFING
07180 DECK COATINGS
07210 BUILDING INSULATION
07512 BUILT -UP COAL -TAR ROOFING
07610 STANDING SEAM COPPER ROOFING
07620 SHEET METAL FLASHING AND TRIM
07720 ROOF ACCESSORIES
07727 PIPE PENETRATION FLASHING SYSTEMS
TABLE OF CONTENTS TOC- 1
CITY OF NEWPORT A • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS APRIL 8, 2005
CONTRACT #3461, PLAN #P- 5189 -S
07920 JOINT SEALANTS
DIVISION 8 - DOORS AND WINDOWS
08130 STAINLESS STEEL DOORS AND FRAMES
08361 SECTIONAL OVERHEAD DOORS
08411 ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS
08620 UNIT SKYLIGHTS
08710 DOOR HARDWARE
08800 GLAZING
DIVISION 9 - FINISHES
09260 GYPSUM BOARD ASSEMBLIES
09310 CERAMIC TILE
09511 ACOUSTICAL PANEL CEILINGS
09653 RESILIENT WALL BASE & ACCESSORIES
09815 HI -BUILD ANTI GRAFITTI GLAZED COATINGS
09912 PAINTING
DIVISION 10- SPECIALTIES
10155
TOILET COMPARTMENTS
10200
LOUVERS AND VENTS
10350
FLAGPOLES
10801
TOILET AND BATH ACCESSORIES
DIVISION 11 - EQUIPMENT
11150 PARKING CONTROL EQUIPMENT
DIVISION 12 - FURNISHINGS (NOT USED)
DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED)
DIVISION 14 - CONVEYING SYSTEMS (NOT USED)
DIVISION 15 - MECHANICAL
15400 PLUMBING
15800 HEATING AND VENTILATING
DIVISION 16 - ELECTRICAL
16010 ELECTRICAL GENERAL PROVISIONS
16015 DEMOLITION OF EXISTING ELECTRICAL
16110 CONDUITS AND RACEWAYS
16121 CONDUCTORS
16130 OUTLET AND JUNCTION BOXES
TABLE OF CONTENTS TOC- 2
CITY OF NEWPORT B& RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS APRIL 8, 2005
CONTRACT #3461, PLAN #P- 5189 -S
16140 WIRING DEVICES
16141 NAMEPLATES AND WARNING SIGNS
16170 SWITCHES, DISCONNECT AND SAFETY
16190 VIBRATION CONTROL & SEISMIC RESTRAINT
16191 RESTRAINING DEVICES
16425 DISTRIBUTION SWITCHBOARDS
16450 GROUNDING SYSTEM
16470 PANELBOARDS
16510 LIGHTING FIXTURES
16750 TELEPHONE REQUIREMENTS
16751 DATA/COMPUTER SYSTEM REQUIREMENTS
16752 SECURITY SYSTEM REQUIREMENTS
END OF TABLE OF CONTENTS
TABLE OF CONTENTS TOC- 3
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04/08/2005
CONTRACT #3461, PLAN #P -5189 -S
SECTION 02131 - TREE BOXING AND TRANSPLANTING
PART 1- GENERAL
1.01 WORK INCLUDED
A. The contractor shall box and move the trees or "protect in place" the trees, which have been
indicated on the plans. The trees shall be moved per the Palm Tree Relocation Plan and
stored per the Site Plan. Palm trees shall be planted, irrigated and maintained at the project
site.
1.02 QUALIFICATIONS
A. The contractor shall visit the site and examine the designated trees and the conditions for
boxing and moving.
B. A California State. Contractor's License, Classification C -27, is required for all work
performed.
C. The landscape contractor shall have an arborist review and consult as needed to properly
box and relocate or "protect in place" the trees identified on the demolition plan. The arborist
shall be certified by the International Society of Arboriculture or licensed in the Sate of
California.
D. The contractor shall show evidence that they have successfully completed three (3) tree
boxing projects of the same scale or larger within the past five (5) years in order to perform
the work. Submit client references with people to contact including telephone numbers.
1.03 SUBMITTALS
A. Certification: From a certified arborist that trees indicated "protect in place" or to "box and
relocate" have been protected during construction according to recognized horticultural
standards.
PART 2- PRODUCTS
2.01 MATERIALS
Boxing Materials Shall Be:
A. 2" x 12" Douglas Fir for sides and bottom
2" x 6" Douglas Fir for braces.
2" x 6" Douglas Fir for skidding to brace top of box.
1" x (as needed for box size) Hemlock or Cedar for top pad.
B. 4" x 4" Douglas Fir bottom stringers for moving.
C. Hardware: 16 penny and 10 penny nails, other sizes as needed. Steel strapping 1 -114" x
1.031. No Redwood or other similar soft - wooded lumber will be allowed in the construction
of the tree boxes.
2.02 Pruning sterilant shall be Physan 20 or approved equal.
TREE BOXING AND TRANSPLANTING 02131 -1
• i
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.03 Chain link fence according to ASTM F 567 and manufacturer's specifications.
PART 3 - EXECUTION
3.01 PREPARATION
A. Temporary Fencing: Install temporary fencing around the dripline of the trees that are to be
"protected in place". Provide temporary fence collectively around the "boxed and relocated"
trees at the staging area indicated on the demolition plan.
B. Protect tree root systems from damage due to noxious materials caused by runoff or
spillage while mixing, placing, or storing construction materials. Protect root systems from
flooding, eroding and excessive wetting caused by dewatering operations.
C. Do not store construction materials, debris, or excavated material within the drip line of
remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil
compaction over root systems.
D. Tree boxing and relocation shall occur during the warm weather seasons (May through
September).
E. Do not allow fires under or adjacent to remaining trees.
3.02 TREE PRUNING
A. Palm trees which require pruning (removing dead fronds) prior to boxing, shall be inspected by
the Arborist, Landscape Architect and the Contractor before starting the work. A sample tree to
be boxed and moved shall be pruned under the direction of the Arborist.
B. The sample tree shall serve as a guide in the pruning of the remaining trees. All trees
whose pruning does not conform to the sample tree shall be disposed of and replaced with
a new specimen tree of size and stature.
3.03 TREE BOXING
A. All trees to be boxed shall be dug and boxed in compliance with the best horticultural
practices. Box sizes shall be determined by the contractor.
B. The moisture content of the soil around the trees shall be moistened by the Contractor so
that no soil breaks away from the ball during the move. The existing landscape irrigation
system will not be available for use by the Contractor during the relocation process. The
Contractor shall be responsible for watering the trees so that normal irrigation occurs in
each area in which boxing and storing shall occur.
C. Dig and box trees to the full box size. Exposed ends of all roots shall be cut clean and
square with pruning loppers or a pruning saw, then painted within eight (8) hours with tree
sealant before boxing.
TREE BOXING AND TRANSPLANTING 02131 -2
i •
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
D. The box sides shall be secured firmly around the rootball with strapping before placing the
bottom boards. The soil shall be placed against the sides of the box to contain water and to
produce a well basin on the top of the rootball.
E. Bottom boxing shall be performed in consideration of different soil types. The technique of
"Breaking Over" shall be used in high density soils such as hard -pan, clay type, or
decomposed rock soils. In sandy loam soils the rootball bottoms shall be tunneled by hand.
F. The crane cable shall be secured around the tree box in order to lift the tree out of the
ground. Under no circumstances shall the crane cable or sling be directly secured or
tightened around the tree trunk or branches.
G. Banding and strapping shall run vertically on all four sides of the box. It shall be applied
twice wrapped under and over the box on each end of the four sides. Band strapping will
likewise be placed horizontally at each end of the four side panels. This procedure will be
duplicated on all boxes 84" and larger. Apply 2" x 4" skids of Douglas Fir wood on the top
and bottom of the box. Bottom strapping skids shall be applied to 60" boxes and larger
varying from 2" x 4" to 2" x 12" as needed.
Place temporary guy wires, slings or other such devices as needed to permit the safe
moving of the trees. These devices shall remain in place until the tree is securely rooted
within the box.
Required pruning of the trees will be designated by the arborist or City representative at the
site visit to start the plant maintenance period. The guying of unstable trees and other
incidental work to finish the preparation of the site shall be outlined during the site visit. A
"Punch List" that itemizes these tasks shall be compiled by the Landscape Architect and
issued to the contractor. The contractor shall perform the pruning and incidentals as part of
the maintenance work.
3.04 TREE MAINTENANCE
A. After the Landscape Architects "Punch List' items are completed by the Contractor, a field
notification will be issued to the Contractor to establish the effective beginning date of the
tree maintenance period. The maintenance period shall last until the entire landscape
portion of the project is accepted by the Landscape Architect at the end of the specked
maintenance period in Section 02900, and shall be extended by the Landscape Architect if
the trees are improperly maintained, appreciable replacement is required, or other corrective
work becomes necessary.
B. No compensation will be allowed the Contractor should such extension of the maintenance
period be required.
C. The maintenance of the trees shall comply with good horticultural practice for the proper
watering, fertilizing, pruning and spraying of the specimen -boxed trees.
D. A soils test of the boxed tree soil shall be required after the boxing and removal of the trees
and prior to the beginning of the maintenance period. The testing laboratory shall be
approved by the Landscape Architect. On receipt of the soils analysis report, a bulletin to
these specifications will be issued if a revision to the fertilizer chemistry is necessary.
G. The contractor shall apply pesticides to the trees and perform any other work necessary in
maintaining healthy growing conditions for the trees.
TREE BOXING AND TRANSPLANTING 02131 -3
0
0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
H. All fees for the services of testing laboratories or other consultants incurred for the purpose
of tree maintenance as outlined in these specifications shall be paid for by the Contractor at
no additional cost to the Owner.
The Contractor shall keep the tree storage site and tree boxes free from weeds and refuse
at all times.
The tree storage site shall be open to the Landscape Architect and any duly appointed
representative of the Owner to allow check(s) of the condition and rate of growth of the
boxed trees. The maintenance and quality of the trees shall be subject to a monthly
check(s). The dates of these check(s) shall be outlined in the Landscape Architect's field
notification relating to the establishment of the plant maintenance period. Additional
check(s) shall be scheduled as necessary by the Landscape Architect.
K. Upon completion of the maintenance period, a final check for acceptance will be performed
by the Landscape Architect. All tasks which the contractor must complete to be in
conformance with these specification shall be noted by the Landscape Architect at the time
of the final check visit. These tasks, including tree replacement, shall be completed to the
satisfaction of the Landscape Architect before the termination of the plant maintenance
period. The plant maintenance period will be extended if necessary, until the successful
completion of all punch list tasks.
L. Every effort shall be made to box the largest size root mass as possible.
3.05 TREE RELOCATION
A. The Contractor shall be responsible for assuring that all boxes are constructed to withstand
the strains and stresses of moving and weathering. All trees in boxes that break shall be
reboxed in new boxes in accordance with these specifications at the Contractor's expense.
B. Transport the trees to the storage site and/or relocation site in a manner least disturbing to
the tree ball and head during moving. Lift trees with equipment such as, but not limited to,
hydraulic or conventional crane, semi truck and trailer, balling carts, and skidding rollers.
3.06 TREE REPLACEMENT
A. Trees that are damaged, stolen, destroyed, or die during the pruning, moving, and plant
maintenance period shall be replaced. At the end of the plant maintenance period, all trees
that are not in a state of healthy, vigorous growth, as determined by the Landscape
Architect shall be replaced.
B. Replacement trees shall be procured, delivered, and unloaded at the tree storage site at the
expense of the Contractor with no additional post to the owner.
C. Every replacement tree shall be of the same specie and of equal or greater height, width,
and caliper as the original, before being pruned by the Contractor. The Landscape Architect
shall approve all replacement trees before they are delivered to the tree storage site.
D. The Contractor shall deliver the replacement trees to the tree site within fourteen (14)
calendar days of the date the original trees are rejected by the Landscape Architect.
E. In the event of the Contractor's failure to properly maintain the storage site and boxed trees
or replace rejected trees in accordance with these specifications, the Owner may make the
necessary replacements and complete the said maintenance and charge the Contractor
TREE BOXING AND TRANSPLANTING 02131 -4
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04 /08/2005
CONTRACT #3461, PLAN #P- 5189 -S
with the actual cost of all labor and materials required. Payment for said services shall be
paid by the Contractor upon demand.
END OF SECTION
TREE BOXING AND TRANSPLANTING 02131 -5
0 0
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 02221 - BUILDING DEMOLITION
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes demolition and removal of the following:
RJC NO. 0223
04/08/2005
1. Buildings and structures.
2. Site improvements as indicated by drawings.
B. See Division 2 Section "Site Clearing" for site clearing and removal of above- and below -grade
improvements not part of building demolition, as indicated by drawings.
C. See Division 15 Sections for demolishing or relocating site mechanical items.
D. See Division 16 Sections for demolishing or relocating site electrical items.
1.2 DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them oft -site unless
indicated to be removed and salvaged or recycled.
B. Remove and Salvage: Detach items from existing construction and deliver them to
Owner, ready for reuse.
C. Existing to Remain: Existing items of construction that are not to be removed and that are not
otherwise indicated to be removed, removed and salvaged, or recycled.
A. Historic items, relics, and similar objects including, but not limited to, cornerstones and their
contents, commemorative plaques and tablets, antiques, and other items of interest or value to
Owner that may be encountered during building demolition remain Owner's property. Carefully
remove and salvage each item or object in a manner to prevent damage and deliver promptly to
Owner.
1.4 SUBMITTALS
A. Qualification Data: For the following:
1. Demolition firm.
B. Proposed Protection and Control Measures: Submit statement or drawing that indicates the
measures proposed for use, proposed locations, and proposed time frame for their operation.
Identify options if proposed measures are later determined to be inadequate. Include measures
for the following:
BUILDING DEMOLITION 02221 -1
10 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Environmental protection.
2. Dust control.
3. Noise control.
C. Schedule of Building Demolition Activities: Indicate detailed sequence of demolition and
removal work, with starting and ending dates for each activity, interruption of utility services, and
locations of temporary protection and means of egress.
D. Pre - demolition Photographs: Show existing conditions of adjoining construction and site
improvements, that might be misconstrued as damage caused by building demolition
operations. Submit before Work begins.
E. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility
licensed to accept hazardous wastes.
1.5 QUALITY ASSURANCE
A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work
similar in material and extent to that indicated for this Project.
B. Regulatory Requirements: Comply with governing EPA notification regulations before
beginning demolition. Comply with hauling and disposal regulations of authorities having
jurisdiction.
C. Standards: Comply with ANSI A10.6 and NFPA 241.
1.6 PROJECT CONDITIONS
A. Buildings to be demolished will be vacated and their use discontinued before start of Work.
B. Owner will occupy another building immediately adjacent to demolition area. Conduct building
demolition so Owner's operations will not be disrupted.
1. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's
operations.
2. Maintain access to existing walkways, exits, and other adjacent occupied or used
facilities.
a. Do not close or obstruct walkways, exits, or other occupied or used facilities
without written permission from authorities having jurisdiction.
C. Owner assumes no responsibility for buildings and structures to be demolished.
1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner
as far as practical.
D. Storage or sale of removed items or materials on -site is not permitted.
BUILDING DEMOLITION 02221-2
0 0
CITY OF NEWPORT BEACH RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1.7 COORDINATION
A. Arrange demolition schedule so as not to interfere with Owner's, on -site operations
PART 2- PRODUCTS
2.1 SOIL MATERIALS
A. Satisfactory Soils: Comply with requirements in Division 2 Section "Earthwork."
PART 3 - EXECUTION
3.1 EXAMINATION
A. Survey existing conditions and correlate with requirements indicated to determine extent of
building demolition required.
B. Review Project Record Documents of existing construction provided by Owner. Owner does
not guarantee that existing conditions are same as those indicated in Project Record
Documents.
C. Inventory and record the condition of items to be removed and salvaged.
D. When unanticipated mechanical, electrical, or structural elements are encountered, investigate
and measure the nature and extent of the element. Promptly submit a written report to
Architect.
E. Verify that hazardous materials have been remediated before proceeding with building
demolition operations.
3.2 PREPARATION
A. Existing Utilities: Locate, identify, disconnect, and seal or cap off indicated utilities serving
buildings and structures to be demolished.
1. Arrange to shut off indicated utilities with utility companies.
2. If utility services are required to be removed, relocated, or abandoned, before proceeding
with building demolition provide temporary utilities that bypass buildings and structures to
be demolished and that maintain continuity of service to other buildings and structures.
3. Cut off pipe or conduit a minimum of 24 inches (610 mm) below grade. Cap, valve, or
plug and seal remaining portion of pipe or conduit after bypassing.
B. Existing Utilities: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing,
and sealing or capping utilities. Do not start demolition work until utility disconnecting and
sealing have been completed and verified in writing.
C. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural
support to preserve stability and prevent unexpected movement or collapse of construction
being demolished.
BUILDING DEMOLITION 02221-3
0 0
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
D. Removed and Salvaged Items: Comply with the following:
1. Clean salvaged items of dirt and demolition debris.
2. Pack or crate items after cleaning. Identify contents of containers.
3. Store items in secure area until delivery to Owner.
4. Protect items from damage during transport and storage.
3.3 PROTECTION
RJC NO. 0223
04/08/2005
A. Existing Facilities: Protect adjacent walkways, building entries, and other building facilities
during demolition operations.
B. Existing Items to Remain: Protect construction indicated to remain against damage and soiling
during demolition. When permitted by Architect, items may be removed to a suitable, protected
storage location during demolition, cleaned, and reinstalled in their original locations after
demolition operations are complete.
C. Existing Utilities: Maintain utility services indicated to remain and protect them against damage
during demolition operations.
1. Do not interrupt existing utilities serving adjacent occupied or operating facilities unless
authorized in writing by Owner and authorities having jurisdiction.
2. Provide temporary services during interruptions to existing utilities, as acceptable to
Owner and to authorities having jurisdiction.
a. Provide at least 72 hours' notice to Owner if shutdown of service is required during
changeover.
D. Temporary Protection: Erect temporary protection, such as walks, fences, railings, canopies,
and covered passageways, where required by authorities having jurisdiction and as indicated.
Comply with requirements in "Greenbook ".
1. Protect existing site improvements, appurtenances, and landscaping to remain.
2. Provide temporary barricades and other protection required to prevent injury to people
and damage to adjacent buildings and facilities to remain.
3. Provide protection to ensure safe passage of people around building demolition area and
to and from occupied portions of adjacent buildings and structures.
4. Protect walls, windows, roofs, and other adjacent exterior construction that are to remain
and that are exposed to building demolition_ operations.
3.4 DEMOLITION. GENERAL
A. General: Demolish indicated existing buildings, structures, and site improvements completely.
Use methods required to complete the Work within limitations of governing regulations and as
follows:
Do not use cutting torches until work area is cleared of flammable materials. Maintain fire
watch and portable fire - suppression devices during flame-cutting operations.
BUILDING DEMOLITION 02221-4
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Maintain adequate ventilation when using cutting torches.
3. Locate building demolition equipment and remove debris and materials so as not to
impose excessive loads on supporting walls, floors, or framing.
B. Engineering Surveys: Perform surveys as the Work progresses to detect hazards that may
result from building demolition activities.
C. Site Access and Temporary Controls: Conduct building demolition and debris- removal
operations to ensure minimum interference with roads, streets, walks, walkways, and other
adjacent occupied and used facilities.
1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used
facilities without permission from Owner and authorities having jurisdiction. Provide
alternate routes around closed or obstructed traffic ways if required by authorities having
jurisdiction.
2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with
governing environmental- protection regulations. Do not use water when it may damage
adjacent construction or create hazardous or objectionable conditions, such as ice,
flooding, and pollution.
3.5 MECHANICAL DEMOLITION
A. Remove buildings, structures, and site improvements intact when permitted by authorities
having jurisdiction.
B. Proceed with demolition of structural framing members systematically, from higher to lower
level. Complete building demolition operations above each floor or tier before disturbing
supporting members on next lower level.
C. Remove debris from elevated portions by chute, hoist, or other device that will convey debris to
grade level in a controlled descent.
1. Remove structural framing members and lower to ground by method suitable to minimize
ground impact or dust generation.
D. Concrete: Cut concrete full depth at junctures with construction indicated to remain, using
power -driven saw, then remove concrete between saw cuts.
E. Masonry: Cut masonry at junctures with construction indicated to remain, using power - driven
saw, then remove masonry between saw cuts.
F. Concrete Slabs -on- Grade: Saw -cut perimeter of area to be demolished at junctures with
construction indicated to remain, then break up and remove.
G. Equipment: Disconnect equipment at nearest fitting connection to services, complete with
service valves. Remove as whole units, complete with controls.
H. Below -Grade Construction: Demolish foundation walls and other below -grade construction.
1. Remove below -grade construction, including basements, foundation walls, and footings,
completely.
BUILDING DEMOLITION 02221-5
•
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
I. Existing Utilities: Abandon existing utilities and below -grade utility structures where indicated by
drawings. Cut utilities flush with grade.
3.6 EXPLOSIVE DEMOLITION
A. Explosives: Use of explosives is not permitted.
3.7 SITE RESTORATION
A. Below -Grade Areas: Completely fill below -grade areas and voids resulting from building
demolition operations with satisfactory soil materials according to backfill requirements in
Division 2 Section "Earthwork."
B. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free
from irregular surface changes. Provide a smooth transition between adjacent existing grades
and new grades.
3.8 REPAIRS
A. General: Promptly repair damage to adjacent construction caused by building demolition
operations.
B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new
materials.
C. Restore exposed finishes of patched areas and extend restoration into adjoining construction in a
manner that eliminates evidence of patching and refinishing.
3.9 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled,
or otherwise indicated to remain Owner's property, remove demolished materials from Project
site and legally dispose of them in an EPA- approved landfill.
1. Do not allow demolished materials to accumulate on -site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces
and areas.
B. Burning: Do not burn demolished materials on site.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of them
within 3 work days of demolition.
3.10 CLEANING
BUILDING DEMOLITION 02221-6
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
A. Clean adjacent structures and improvements of dust, dirt, and debris caused by building
demolition operations. Return adjacent areas to condition existing before building demolition
operations began.
END OF SECTION 02221
BUILDING DEMOLITION ' 02221-7
CITY OF NEWPORT BEACH •
CORONAD DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 02230 - SITE CLEARING
PART 1- GENERAL
1.1 SUMMARY
A.
1.2
A.
1.3
A.
All
C.
Q
This Section includes the following
RJC NO. 0223
04/08/2005
1. Protecting existing trees, shrubs, groundcovers, plants, and grass to remain as indicated
by the drawings.
2. Clearing and grubbing.
3. Stripping and stockpiling topsoil.
4. Removing above- and below -grade site improvements.
5. Disconnecting and capping or sealing site utilities.
6. Temporary erosion and sedimentation control measures.
MATERIAL OWNERSHIP
Except for stripped topsoil or other materials indicated to remain Owner's property, cleared
materials shall become Contractor's property and shall be removed from Project site.
PROJECT CONDITIONS
Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied
or used facilities during site - clearing operations.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by authorities
having jurisdiction.
Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owners
premises where indicated.
Utility Locator Service: Notify utility locator service for area where Project is located before site
clearing.
Do not commence site clearing operations until temporary erosion and sedimentation control
measures are in place.
PART 2 - PRODUCTS
2.1 SOIL MATERIALS
A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in
Division 2 Section "Earthwork."
SITE CLEARING 02230-1
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONAD DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not
available on -site.
PART 3 - EXECUTION
3.1 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during
construction.
B. Locate and clearly flag trees and vegetation to remain or to be relocated.
C. Protect existing site improvements to remain from damage during construction.
1. Restore damaged improvements to their original condition, as acceptable to Owner.
3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL
A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and
discharge of soil- bearing water runoff or airborne dust to adjacent properties and walkways,
according to requirements of authorities having jurisdiction.
B. Inspect, repair, and maintain erosion and sedimentation control measures during construction
until permanent vegetation has been established.
C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during
removal.
3.3 TREE PROTECTION
A. Erect and maintain temporary fencing around tree protection zones before starting site clearing.
Remove fence when construction is complete.
B. Do not excavate within tree protection zones, unless otherwise indicated.
C. Repair or replace trees and vegetation indicated to remain that are damaged by construction
operations, in a manner approved by Architect.
3.4 UTILITIES
A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.
1. Arrange with utility companies to shut off indicated utilities.
B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless
permitted under the following conditions and then only after arranging to provide temporary
utility services according to requirements indicated:
1. Notify Architect not less than two days in advance of proposed utility interruptions.
SITE CLEARING 02230-2
0 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONAD DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Do not proceed with utility interruptions without Architect's written permission.
C. Removal of underground utilities is included in Division 2 Sections covering site utilities.
3.5 CLEARING AND GRUBBING
A. Fill depressions caused by clearing and grubbing operations with satisfactory soil material
unless further excavation or earthwork is indicated.
1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm),
and compact each layer to a density equal to adjacent original ground.
3.6 TOPSOIL STRIPPING
A. Remove sod and grass before stripping topsoil.
B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with
underlying subsoil or other waste materials.
C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil.
Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.
3.7 SITE IMPROVEMENTS
A. Remove existing above- and below -grade improvements as indicated and as necessary to
facilitate new construction.
3.8 DISPOSAL
A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials,
and waste materials including trash and debris, and legally dispose of them off Owner's
property.
1. Separate recyclable materials produced during site clearing from other non - recyclable
materials. Store or stockpile without intermixing with other materials and transport them
to recycling facilities.
END OF SECTION 02230
SITE CLEARING 02230-3
• i
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
Contract #3461,plan #P- 5189 -S
SECTION 02810 - IRRIGATION SYSTEM
PART 1- GENERAL
1.1 SUMMARY
A. The work includes all
necessary to perform
specified, including all
for operation.
1.2 SUBMITTALS
RJC NO. 0223
04/08/2005
services, labor, materials, transportation and equipment
the work as shown and noted on the drawings and as
incidental work necessary to make it complete and ready
A. All materials and equipment used in sprinkler irrigation work shall be new and
without flaws or defects and of quality and performance specified.
B. The Contractor shall submit for approval by the Landscape Architect, a list of all
materials and equipment, along with the manufacturer's brochures, maintenance
manuals, warrantees and operating instructions, within 30 days of notice to
proceed.
1.3 QUALITY ASSURANCE
A. Qualifications:
Work shall be performed in accordance with the best standards of
practice relating to various trades under continuous supervision of a
qualified English- speaking foreman, capable of interpreting plans and
specifications.
B. Regulatory Requirements:
Code requirements shall be those of Owner and Municipal Codes and
Regulations locally governing this work, providing that any requirements
of the drawings and specifications, not conflicting therewith, but
exceeding the Code Requirements, shall govern unless written
permission to the contrary is granted by the Authority having jurisdiction.
2. Permission to shut off any existing in -use water line must be obtained 48
hours in advance, in writing from the City of Newport Beach (hereafter
referred to as the Owner). The Contractor shall receive instructions from
the Owner authorizing the shut -down of existing in -use water lines, after
coordination with the Owner.
1.4 PROJECT / SITE CONDITIONS
A. Existing Conditions:
IRRIGATION 02810 -1
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
1. Extreme care shall be exercised at all times by the Contractor in
excavating and working in the project area due to existing utilities.
Contractor shall be fully responsible for expenses incurred in the repair of
damages caused by his operation. Any repairs shall be made
immediately.
1.5 SEQUENCING AND SCHEDULING
A. Commencement of Work:
1. The Contractor shall begin the irrigation installation immediately upon
notice to proceed as given by the Owner. All construction and testing
activities related to the irrigation system installation shall conform to the
approved plans.
2. With the exception of surveying on foot, no construction or other
disruptive activities may occur prior to approval by the Owner.
B. Cooperation with Other Contractors/Trades:
Contractor shall thoroughly examine these plans and specifications prior to the
installation of the work and shall arrange and coordinate the work of this section
with the work of other Contractors to the extent that the installation is
accomplished without undue delay. Contractor shall call to the attention of the
Owner conflicts between the work of this section and that of other
Contractors /trades.
1.6 WARRANTY
A. The entire irrigation system shall be guaranteed against defects in materials and
workmanship for a period of one (1) year from the date of acceptance of work.
Should the Contractor fail during the guarantee period to expeditiously correct a
defect upon written notification by the Owner, the Owner shall cause the work to
be corrected and bill the actual costs incurred to the Contractor. Defect
corrections shall include the complete restoration of existing improvements that
were damaged as a result of the defect.
1.7 SITE OBSERVATION VISITS
A. In all cases where site observation visits of the irrigation system work are
required and /or where portions of the work are specified to be performed under
the direction of the Landscape Architect, the Contractor shall notify the Owner or
his designated representative at least two (2) calendar days in advance of the
time such site observations and/or directions are required.
B. At a minimum, scheduled site observation visits will be required for the following
stages of the work by the Owner or his designated representative.
IRRIGATION 02810 -2
CITY OF NEWPORT BEACH RJC NO. 0223.
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189-S
1. Upon installation and testing of main lines; when pipes are laid and are to
be submitted to pressure tests. Do not cover any lines until they have
been checked and approved.
2. Upon installation and testing of service and control systems, including
any valves, backflow preventer, pressure regulator, quick coupling
valves, automatic controller, flow sensor and control valves and wires.
3. When the sprinkler system is completed, but prior to planting, the
Contractor in the presence of the Landscape Architect, shall perform a
coverage test to determine if the coverage of water afforded the planting
areas is complete and adequate. The Contractor shall furnish all
materials and perform all work required to correct any inadequacies.
4. A site observation visit and performance test by the Landscape Architect
shall be at the same time as the site observation of initiating the specified
plant establishment period.
1.8 TESTING
A. All P.V.C. mainline shall be subjected to a pressure test by the Contractor of a
minimum of 50 PSI above the rating of the pipe, maintained for a minimum
period of 4 hours and shall be watertight. No leakage shall be allowed. If leakage
is found, the leaks shall be located and repaired, and the hydrotest repeated until
there is zero leakage. Only potable water shall be used for hydrotesting and
flushing. All remote control valves, quick coupling valves and shut -off valves
shall be installed prior to testing. All testing shall be in the presence of the
Landscape Architect and the Owner's representative unless otherwise
authorized.
B. All installed irrigation control wiring shall be visually observed by the Owner or
his designated representative.
C. Approval shall be received before backfilling any trench. Do not cover any lines
until they have been checked and approved by the Owner and /or his designated
representative.
1.9 RECORD DRAWINGS
A. The Contractor shall provide and keep up to date a complete Project Record set
of blueline prints, which shall be corrected daily and show every change from the
original drawings and specifications and the exact Project Record locations,
sizes, and kinds of material used.
B. These drawings shall also serve as work progress sheets, and the Contractor
shall make neat and legible annotations thereon daily as the work proceeds,
showing the work as actually installed. These drawings shall be available at all
times for inspection by the Owner or his designated representative, and shall be
kept in a location designated by the Owner.
C. Before the date of final inspection of the irrigation system, the Contractor shall
transfer all information from the Project Record prints to one (1) reproducible set
with three (3) sets of blueline prints. An electronic copy of the record changes will
IRRIGATION 02810 -3
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -5
be acceptable in leiu of the reproducible set. All work shall be neat, in black ink
and subject to the satisfaction of the Owner; it shall be completed and approved
prior to final inspection of the irrigation system. Lettering shall be 114" height,
minimum. All items changed /relocated from original drawings shall be so
indicated with the same symbol in the new location, and the original symbol
erased. All notes /callouts pertaining to the item shall be directed to the new
location.
D. On or before the date of the final inspection, the Contractor shall deliver the
corrected and completed sepias and blueprints to the Owner or his designated
representative. Delivery of the sepias will not relieve the Contractor of the
responsibility of furnishing required information that may be omitted from the
sepias.
E. The Contractor shall dimension and label, to the nearest half -foot, from two
permanent points of reference (e.g. walls, fences, railings, walks, or edge of
paving, etc.) the location of the following items:
1. Connection to existing water lines (P.O.C.), water meters.
2. Backflow prevention device.
3. Irrigation controller.
4. Routing of underground sprinkler pressure main lines (dimension at all
changes in direction). Describe all pertinent information.
5. Remote control valves, and shut -off valves. All valves shall be numbered
by station and corresponding numbers shall be shown on the record
drawings.
6. Routing of low voltage wire.
7. Pull boxes, spare wire and splice locations.
8. Moisture and rain sensor locations.
9. Irrigation sleeves with types, sizes and depths indicated.
10. Other related equipment as directed by the Landscape Architect.
F. On the inside surface of the cover of the automatic controller, prepare and mount
a color -coded (by stations, showing their respective zones) chart showing the
valves, and systems 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 an irrigation plan,
entire or partial, showing design area boundaries. A photostatic print of the "As-
Built" 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
Landscape Architect and shall then be hermetically laminated in plastic. This
shall then be secured to the inside of the controller enclosure door for
maintenance personnel.
G. Record drawings shall be signed in black ink and dated by the Contractor
attesting to and certifying the accuracy of the record drawings. Include company
name on drawings, date completed, and the designation "AS -BUILT
IRRIGATION ".
1.10 OPERATION AND MAINTENANCE MANUALS
IRRIGATION 028104
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
A. Prepare and deliver to the Owner as required in the general requirements two 3-
ring hard cover binders containing the following information:
1. Index sheet stating Contractor's address and telephone number, list of
equipment with name and addresses of local manufacturers'
representatives.
2. Catalog and parts sheets on all material and equipment.
3. Guarantee statement.
4. Complete operating and maintenance instruction for all major equipment.
PART 2 - PRODUCTS
2.1 STANDARD PRODUCTS
A. Materials furnished under this specification shall be standard products of
manufacturers regularly engaged in the production of such materials, and shall
be the manufacturers' latest standard design that complies with the plan and
specification requirements.
B. The irrigation material manufacturers will be responsible for defective material or
equipment covered under their guarantees. The Contractor shall obtain such
written warranties on behalf of the Owner and shall submit to the Owner prior to
installation.
C.
2.2
A.
B.
C.
D.
The Contractor shall be held responsible for all faulty and improper installation
and shall correct, repair or replace work as specified.
POLYVINYL CHLORIDE PIPE
All potable water plastic piping and fittings shall be of white color, Type I Grade I,
designated as Poly Vinyl Chloride (PVC), SCH 40.
PVC Plastic Water Pressure Lines:
Piping 1 -1/2" and smaller shall be PVC SCH 40. All pipe under roads to be PVC
SCH 80.
Plastic Non - Pressure Lines:
Piping downstream of remote control valves shall be Sch 40 for 3/4" and larger
pipe.
Identification:
Furnish plastic pipe continuously and permanently marked with following
information: Manufacturer's name or trademark, size, class and type of pipe,
working pressure at 73.4 degrees F.
IRRIGATION 02810 -5
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
2.3 BRASS PIPE
A. Brass pipe shall be IPS Standard weight 125 pounds, 85% red brass. Lee Brass
or equal.
2.4 FITTINGS AND CONNECTIONS
A. Polyvinyl Chloride Pipe Fittings and Connections:
Type 1, Grade I, Schedule 40, high impact molded fittings, manufactured from
virgin compounds as specified for piping tapered socket or molded thread
type, suitable for either solvent weld or screwed connections. Fittings and
connections shall be of the same type and schedule as the corresponding
piping. Machine threaded fittings and plastic saddle and flange fittings are
not acceptable.
2. Furnish fittings permanently marked with following information: Nominal pipe
size, type and schedule of material. PVC fitting shall conform to ASTM
D2464 and D2466. Spears Mfg. Co., Dura Plastic Products, Inc., or equal.
B. Brass Pipe Fittings and Connections:
Standard 125 pound class 85% red brass fittings and connections, IPS threaded.
Lee Brass or equal.
C. Polyvinyl Chloride Schedule 80 Risers and Nipples:
Type 1, Grade 1, Schedule 80, high impact molded, manufactured from virgin
compounds as specified for piping and conforming to ASTM D -2464. Threaded
ends shall be molded threads only. Machined threads are not acceptable.
Spears Mfg. Co., Dura Plastic Products, Inc., or equal.
2.5 SOLVENT CEMENTS, PRIMERS AND THREAD LUBRICANT
A. Solvent cements and primers shall comply with ASTM D2564. Socket joints shall
be made per recommended procedures for joining PVC plastic pipe and fittings
with PVC solvent cement by the pipe and fitting manufacturer and procedures
outlined in the Appendix of ASTM D2564. T. Christy Enterprises, IPS Weld -On,
or equal.
B. Thread lubricant shall be Teflon ribbon -type, or approved equal, suitable for
threaded installations as per manufacturer's recommendations.
2.6 AUTOMATIC CONTROL WIRE AND WIRE SPLICE CONNECTORS
A. Remote control wires: all control wires shall be solid copper, 600 volt, type UF,
polyethylene insulation of 45 ML, conforming to the following wire colors and
installation requirements:
1. Common Wires: White ( #14 AWG).
IRRIGATION 02810 -6
• •
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
ContracV#3461,plan #P- 5189 -S
2. Control Wires: Black ( #14 AWG).
3. Spare Wires: One (1) black #14 AWG from furthest valve or manifold to
controller, minimum (see plans also).
B. Wire Splice Connectors shall be waterproof Spears "Dri- Splice" connectors or
equal.
2.7 AUTOMATIC CONTROLLER AND EQUIPMENT
A. Controller shall be furnished and installed complete with all electrical
connections, ready for operation. All power lines shall be placed in rigid conduit
and pull boxes.
B. Controller shall be non - volatile memory that will hold programs during power
failures of any duration. Controller shall include a battery backup that keeps
accurate time for up to thirty (30) days during power failures.
C. Controller shall be the latest model of the particular manufacturer as specified in
the irrigation legend.
D. Unit shall have an input of 1101120 volt, 60 cycle, be completely automatic and
shall function optionally with or without the clock.
E. Any unit may be repeated independently in any 24 hours.
Stations shall be adjustable in one - minute increments.
2.8 CONTROL VALVE
A. Remote Control Valve:
Remote control valve shall be electrically activated and operate on 24 volts AC. It
shall be a normally- closed, globe style, spring loaded, diaphragm type. It shall
have a mechanical self - cleaning internal control system without loose flow pins
or screens. The valve shall open and close smoothly and be shock free from
minimum through maximum flow rates. A flow - limiting stem with handle to
manually throttle or close the valve shall be provided. It shall be possible to
remove or replace the solenoid coil from the valve without shutting off mainline
valve. Valve shall be non - pressure regulating or pressure regulating type as
specified in legend.
2.9 VALVE BOX AND PULL BOX
A. Valve box and lid for remote control valve, ball valve, and splice locations shall
be commercial grade, HDPE, green colored, locking, 10" x 19 ".
B. Valve box and lid for in -line check valves shall be locking, 10" diameter round
type, green colored.
IRRIGATION 02810 -7
• •
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -5
2.10 SPRINKLER HEADS
A. Sprinkler heads shall be of the type and size with diameter (or radius) of throw,
pressure, nozzle discharge and /or other designations indicated on the drawings.
All sprinkler heads of the same type and size shall be of the same manufacturer.
2.11 QUICK COUPLING VALVE
A. Quick coupling valve shall have acme thread, locking rubber cover, and shall be
as specified in the irrigation legend and detail.
2.12 BACKFLOW PREVENTER ASSEMBLY
A. The backflow preventer shall be an integral part of an assembly including
two ball valves. Backflow preventers shall be brass or bronze bodies with
all bronze or stainless steel trim and all moving parts of non - corrosive
materials, and shall completely and positively prevent back - siphoning of
water. The backflow preventer assembly shall include inlet and discharge
shutoff ball valves with all risers, connectors, and appurtenances of Class
1 red brass pipe, conforming to WW -P -351, and red brass fittings with
pressure rating 1 conforming to WW -P -460. Backflow preventers shall be
of the type and size designated in the irrigation legend.
2.13 BALL VALVE
A. Ball valve shall be of heavy duty PVC construction, double union, threaded inlet
and outlet, and as specified in the irrigation legend.
2.14 CONCRETE FOOTINGS
A. Concrete footings shall be 2,000 P.S.I. concrete at 28 days, 5 sack minimum
mix, natural gray color.
2.15 EXTRA EQUIPMENT:
A. Contractor shall provide to the Owner:
1. Five (5) keys for opening and locking the automatic controller cabinet.
2. Extra sprinkler heads, filter screens and nozzles 3 of each type used on
the project.
3. Extra tools for adjusting sprinkler heads, in the amounts of three tools
minimum per type of head used.
4. Two (2) quick coupler keys, with matching swivel hose ells, for the type of
quick coupling valve used.
PART 3 - EXECUTION
31 EXAMINATION
IRRIGATION 02810 -8
• •
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
A. Verification of Conditions:
Contractor shall acquaint himself with all site conditions and proposed
site conditions as indicated on the plans and specifications.
2. All scaled dimensions on drawings are approximate. Before proceeding
with any work, Contractor shall carefully check and verify all dimensions
and quantities and shall immediately inform Owner of discrepancies
between drawings and specifications and actual conditions. No work shall
be conducted where discrepancies occur, until approval has been given
by the Owner.
2. Plan locations of point of connection, pull boxes, all types of valves
(remote control, ball, quick coupler) sprinkler heads, backflow prevention
devices, controller and pipe lines are diagrammatic and indicate the
spacing and relative locations of all installations. Locations shall be
changed and adjusted as necessary and as directed to meet existing
conditions and obtain complete water coverage. Final locations shall be
determined by final site conditions and plantings. Install and extend
system as shown on the drawings, and as necessary to carry out the
intent of the drawings and specifications.
4. Point of connection shall be approximately as shown on drawings.
Connect new underground piping and valves and provide all flanges,
adapters or other necessary fittings for connection.
3.2 POLYVINYL CHLORIDE PIPE INSTALLATION
A. Storage of Materials:
1. Because of the nature of plastic pipe and fittings, exercise caution in
handling, loading and storing, to avoid damage.
2. The pipe and fittings shall be stored under cover until using, and shall be
transported in a vehicle with a bed long enough to allow the length of pipe
to lay flat so as not to be subjected to undue bending or concentrated
external load at any point.
3. All pipe that has been dented or damaged shall be discarded unless such
dent or damaged section is cut out and pipe rejoined with a coupling.
B. Excavation and Backfilling of Trenches
1. Locate existing lines, valves and other underground utilities before
digging trenches. Excavate trenches, prepare subgrade, and backfill to
line and grade with sufficient room for pipe fittings, testing and inspecting
operations. Do not backfill until the pipe system has been subjected to a
hydrostatic test as specified. Do not cover any installed control wiring until
it has been tested for shorts and visually observed by the Landscape
Architect.
2. Trenches for buried irrigation pressure lines shall be excavated wide
enough to allow a minimum of four inches between parallel pipe lines and
IRRIGATION 02810 -9
D. No water shall be permitted in the pipe until a period of at least 24 hours has
elapsed for solvent weld setting and curing.
3.3 BRASS PIPE INSTALLATION
A. Cut brass piping by power hacksaw, circular cutting machine using an abrasive
wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any
description. Ream and remove rough edges of burrs so smooth and
unobstructed flow is obtained.
IRRIGATION 02810 -10
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR
STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan
#P- 5189 -5
eight inches from lines of other trades. Lines shall not be installed parallel
and directly over one another. Maintain three (3) inches vertical clearance
between crossing irrigation lines; minimum transverse angle is 45
degrees.
3.
Depth of Trench:
See trench detail on the plans.
4.
Trench depth for buried pipe shall be as specified above from the finish
grade to the top of the pipe. The bottom of the trench shall be free of
rocks, clods, and other sharp -edged objects over 1" diameter size.
5.
Deposit topsoil on one side of trench and subsoil on the opposite side,
then install irrigation lines and test each section.
6.
Backfill trenches, after approval of piping, with approved material,
tamping around pipe and thoroughly compacting all trench fills until 90%
relative compaction has been achieved. Backfill material shall be free
from rocks and clods.
C. Irrigation Piping and Fittings:
1.
Pipe shall be snaked from side -to -side to allow for expansion and
contraction. Pipe shall rest on smooth ground without bumps, humps, etc.
whether underground or above - grade.
2.
Center load below -grade pipe at 10' intervals with small amount of backfill
to prevent arching and slipping under pressure. Leave joints exposed for
site observation during testing.
3.
Repair any leaks and replace all defective pipe or fittings until lines meet
test requirements. Do not cover any below -grade lines until they have
been checked and approved for tightness, quality of workmanship and
materials.
4.
Pipe ends and fittings shall be wiped with "MEK" primer, Weld -On "P -70"
or equal, before welding solvent is applied. Welded joints shall be given a
minimum of 15 minutes to set before moving or handling. All field cuts
shall be beveled to remove burrs and excess material before fitting and
gluing together.
5.
Plastic to brass joints shall be made with plastic female adapters, metal
nipple hand tightened, plus one turn with a strap wrench.
6.
Plastic to plastic joints shall be solvent -weld, assembled per pipe
manufacturer's specifications and using solvent recommended by pipe
manufacturer only.
7.
All connections to polyvinyl chloride pipe mains shall be made
horizontally.
D. No water shall be permitted in the pipe until a period of at least 24 hours has
elapsed for solvent weld setting and curing.
3.3 BRASS PIPE INSTALLATION
A. Cut brass piping by power hacksaw, circular cutting machine using an abrasive
wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any
description. Ream and remove rough edges of burrs so smooth and
unobstructed flow is obtained.
IRRIGATION 02810 -10
0 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
B. Carefully and smoothly place thread lubricant on male thread only. Tighten
screwed joints with tongs or wrenches. Caulking is not permitted.
3.4 REMOTE CONTROL WIRING INSTALLATION
A. Provide one control wire and one common ground wire to service each valve in
system. Provide 4' -0" minimum expansion loop at each valve to permit removal
and maintenance of valves.
B. Wire splices shall be allowed only on runs of more than 500 feet (with no splices
under the 500 feet)
C. Install control wires at least 18" below finish grade when not installed in same
trench with buried pressure pipe. Bundle wire together with electrical tape 10 feet
on center.
D. Install control wires and irrigation pressure piping in common trenches wherever
possible.
E. All irrigation control wiring passing through structure, undemeath paving or
roadways shall be placed inside conduits.
F. As a part of the work to allow for possible damage to any common or control
wire, the Contractor shall run an extra control wire on each leg of mainline from
the controller to the farthest RCV. Any other additional wires required to be
pulled shall be as noted on plans.
G. All wires in pull boxes shall be loose and shall not come within three inches (3 ")
. of the lid.
H. Wire Connections:
Common, control and spare wires shall be installed with a 4' -0" coiled excess
wire length at each end enclosure. Each wire splice shall be encased in the
waterproof epoxy of waterproof connectors. Wire splices shall be made only in
valve or pull boxes.
Testing:
All wiring shall be tested for continuity, open circuits and unintentional grounds
prior to connecting to equipment. The responsibility of testing lies with the
Contractor to insure it is completed.
J. Numbering and Tagging:
Identify direct burial control wires at each automatic valve and at the tenninal
strips of the controller with corresponding valve station numbers shown on the
drawings. Tag wires at the terminal strips with 3M Scotchcode SER Wire
IRRIGATION 02810 -11
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
Markers or equal. Identify spare wires by capping ends with waterproof
connectors as specified above and tagging with an I.D. tag marked "SP ".
3.5 PRESSURE REGULATOR
A. Install per manufacturer's specifications and per plans.
3.6 FLOW SENSOR
A. Install per manufacturer's specifications and per detail.
3.7 REMOTE CONTROL VALVE INSTALLATION
A. Install remote control valves in locations approximately as shown on the
drawings, with 4" distance from top of flow control stem to valve box lid. Install a
union type connection. Fit with valve box and locking cover as shown in the
detailed drawings.
3.8 VALVE BOX AND PULL BOX INSTALLATION
A. Install valve boxes as shown in the detail drawings. Install no more than one
valve per box.
A. The Contractor shall heat brand the identification number of the valve on the
cover of the valve box with 2" high lettering.
C. Pull boxes shall be labeled "PB" in like manner described for valves.
3.9 FLUSHING OF SYSTEMS
A. After piping and risers are in place, but prior to the installation of the sprinkler
heads, a full head of water shall be used to flush out the system. After system is
thoroughly flushed, install sprinkler heads. As soon as heads are installed on a
system, each head shall be adjusted so that water will not be over - spraying onto
paving or hardscape areas. Then test system.
3.10 SPRINKLER HEAD INSTALLATION
A. Install all sprinkler heads as shown in the details, and as shown in the
manufacturer's instructions.
B. Nozzle size of all heads shall be adjusted to suit any particular conditions of the area. This
shall be done after the system has been thoroughly tested, and immediately after written
notification by the Landscape Architect.
3.11 BALL VALVE INSTALLATION
A. Install all ball valves approximately where shown on drawings and as shown on
the details.
IRRIGATION 02810 -12
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
Contract #3461,plan #P- 5189 -S
3.12 QUICK COUPLING VALVE INSTALLATION
A. Install quick coupling valves next to paving, a maximum of 150 ft. apart on
mainline, and as per plan.
3.13 BACKFLOW PREVENTER INSTALLATION
A. The backflow preventer assembly shall be installed where located on drawings in
accordance with manufacturer's specifications, and as shown on irrigation
details. Installation shall conform to all applicable code and ordinance
requirements.
3.14 CONCRETE FOOTING INSTALLATION
A. Footings shall be placed on 90% minimum compacted or undisturbed subgrade.
Construct to shapes specified and parallel to adjacent paved areas. Broom finish
exposed surface.
3.15 SPRINKLER HEAD ADJUSTMENT
A. Immediately, as soon as heads are installed on a system, each head shall be
adjusted so that water will not be over - spraying out of its intended area of
coverage, on paving, etc.
3.16 CLEAN -UP
A. Contractor shall maintain all areas in a neat manner and remove unsightly debris
as necessary. After completion of project, Contractor shall remove all debris and
containers used in accomplishing work. He shall sweep and clean all asphalt,
concrete areas and planting areas and clean all vertical surfaces affected by his
work, to the satisfaction of the Owner.
END OF SECTION
IRRIGATION 02810 -13
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 04/0812005
CONTRACT #3461, PLAN #P -51895
SECTION 02900 - LANDSCAPE PLANTING
PARTI - GENERAL
1.1 RELATED DOCUMENTS
Drawings and general provisions of contract, including general and supplementary conditions and
Division I specifications, apply to work of this section.
1.2 SCOPE OF WORK
The work includes all labor, materials, appliances, tools, equipment, facilities, transportation and
services necessary for, and incidental to performing all operations in connection with furnishing,
delivery, and installation of "landscaping," complete as shown on the drawings and as specified
herein.
1.3 RELATED SECTIONS
A. TREE BOXING & TRANSPLANTING - SECTION 02131
B. IRRIGATION SYSTEMS - SECTION 02810
1.4 DEFINITIONS OF TERMS
A. "Planting area" shall mean all areas to be seeded, sodded, and planted with trees, shrubs,
sod, and /or groundcovers.
B. Soil test shall be submitted by a qualified laboratory that complies with the California soil
testing procedures program inaugurated by the California Fertilizer Association in
compliance with approved methods of analysis of the University of California and the
United States Department of Agriculture Handbook Publication No. 60.
The owner shall appoint a representative to oversee soil sampling that may be required.
Time, depth, location and number of samples to be as per the owner's instructions. All
samples taken shall be split into two samples, one half will go to a qualified laboratory by
the contractor (at his expense) and the other half will be retained by the owner's
representative. All samples shall be at least one pint in volume. All samples shall be
analyzed for:
Alkaline earth carbonates
Percolation rate
Saturation % of soil
Boron (ppm)
pH
Saturation extract conductivity (c.c. x 10')
Total soluble salts: meg /l
Soluble calcium + magnesium: megA
Soluble sodium: meg /I
Sodium absorption ratio (sar)
Exchangeable sodium percentage (esp)
Estimated cation exchange capacity (c.e.c.) of soil, estimated: meg /I
Sodium in soil: meglloo g
Sodium to be removed: megHoo g
Each soil analysis shall include recommended soil treatments /amendments based upon
test results. These recommendations shall include:
LANDSCAPE PLANTING 02900-1
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03115/2004
CONTRACT #3461, PLAN #P- 5189 -S
Volume of soil amendment per 1000 sq.ft.or cu.yd. of backfill mix.
Pounds of gypsum per 1000 sq.ft. or cu.yd. of backfill mix.
Pounds of soil sulfur per 1000 sq.ft. or cu.yd. of backfill mix.
Pounds of iron sulfate per 1000 sq.ft. or cu.yd. of backfill mix.
Pounds of pre -plant fertilizer per 1000 sq.ft. or cu.yd. of backfill mix.
Pounds of soil polymers per 1000 sq.ft.
Recommendation for soil leaching.
Recommendation for tree drain installation.
Pounds of maintenance fertilizer per 1000 sq. Ft. and analysis.
Recommendation for soil wetting agent and application rate.
Percent of site soil to soil amendment in backfill mix.
If any of the above listed items are not recommended, the recommendation shall call for
zero volume or poundage per 1000 square feet. All soil test costs will be the responsibility
of the contractor.
1.5 VERIFICATION OF EXISTING CONDITIONS
A. All scaled dimensions on the drawings are approximate. Before proceeding with any
work, the contractor shall carefully check and verify all dimensions, quantities, and grade
elevations, and shall immediately inform the owner's representative of any discrepancies.
B. Prior to the excavation for planting or placing of plant materials, the contractor shall verify
the location of all underground utility lines and other improvements, and take proper
precautions to avoid damage to such improvements. In the event of conflict between
such improvements and plant locations, the contractor shall notify the owner's
representative, and arrangements will be made for relocation as necessary. Failure to
follow this procedure places upon the contractor the responsibility for making any and all
repairs for damage resulting from work as herein specified at his own expense.
C. The specified soil amendments and their rates of application are for bidding purpose only.
The contractor shall verify the soil conditions through soil testing. See Part 3 for
execution of soil amendments.
1.6 SUBMITTALS AND SUBSTITUTIONS
A. Upon 15 days after the contractor has received the owner's notice to proceed, the
contractor shall submit to the landscape architect three (3) typewritten lists of all materials
proposed with quantities, size, quality and source.
B. Actual samples of the soil amendments shall be submitted to the landscape architect
along with the product specifications, if requested by the landscape architect at submittal
time.
C. Substitutions for the indicated materials will only be permitted provided the substitute
materials are approved in writing, in advance, by the landscape architect and the owner's
representative. All substitute materials shall conform to the requirements of these
specifications. If accepted substitute materials are of less value than those indicated or
specified, the contract price will be adjusted in accordance with the provisions of the
contract.
1.7 PLANT MATERIAL QUANTITY
Quantities for plant materials are shown per plan for convenience only and not guaranteed.
Contractor shall make his own plant count and notify landscape architect at the time of bidding of
any discrepancies.
1.8 GUARANTEES AND REPLACEMENTS
LANDSCAPE PLANTING 02900-2
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P-51 89-S
A. All plant material 24" box size and larger shall be guaranteed to live and grow in healthy
condition during the contract period, maintenance period and for 1 year from the date of
final acceptance. The contractor shall not be held responsible for failure due to neglect by
owner, vandalism, etc. during the guarantee period. Report such conditions to the
owner's representative in writing.
B. All plant material smaller than 24" box size shall be guaranteed to live and grow in
vigorous, healthy, and upright condition for a minimum of 90 days after final acceptance
of work (excluding seasonal color).
C. Replacement: All plants not healthy and in a vigorous growing condition as determined by
the owner's representative shall be replaced immediately. Plants used for replacement
shall be the same kind and size as specked in the plant list. They shall be furnished,
planted and fertilized as originally specified at no cost to owner.
1.9 PROTECTION OF EXISTING IMPROVEMENTS
During the construction and maintenance period, the contractor shall take every precaution to
protect and avoid damage to sprinkler heads, irrigation lines, drainage lines, existing underground
facilities, paving, structures, fixtures, and existing plantings. The contractor shall be held
responsible for any and all damage to such improvements and shall completely repair or replace
the same at no cost to the owner.
1.10 PROTECTION OF EXISTING PLANT MATERIAL
A. All existing, boxed plant material that is to remain shall be protected at all times from
damage by subcontractors and their equipment. All damage by the contractor to existing
plants shall be repaired at his expense.
B. The contractor shall insure that no foreign material and/or liquid, such as paint, concrete,
cement, oil, turpentine, acid or the like, be deposited or allowed to be deposited on any
soil within the drip line (the outside edge of foliage overhang) of any plant material.
Should any such poisoning of the soil occur, the contractor shall remove said soil as
directed by the owner's representative and replace it with acceptable soil at no expense to
the owner.
1.11 DELIVERING AND INVOICING OF MATERIALS
A. The contractor shall notify the landscape architect in advance when material is scheduled
for each delivery, in order to ensure satisfactory coordination of delivery and to expedite
the required inspection at the point of delivery. The delivery of the material shall include
invoices certifying that subject material has been inspected as required by the State
Agricultural Code prior to acceptance or installation. Particular care, using approved
equipment, shall be exercised to ensure safe loading, unloading, shipping and handling
for all material from source to in place locations indicated on the drawings.
B. The contractor shall furnish the landscape architect with three (3) copies of signed, legible
certificates and/or invoices stating the quality and quantity of all items herein specified at
time of delivery. Recommendation shall be made by the landscape architect to the owner
to stop work progress until certificates are received and reviewed by the landscape
architect.
C. Upon delivery of materials and /or completion of all soil amending and with the heretofore
specified signed copies of required certificates, trip slips and invoices for soil preparation
materials the landscape architect shall invoice such material, comparing the total
quantities of each material furnished against the total area of each operation. If the
LANDSCAPE PLANTING 02900-3
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVMENTS
CONTRACT #3461, PLAN #P- 5189 -5
RJC NO. 0223
03/15/2004
minimum rates of application have not been met, the landscape architect will require the
distribution of additional quantities of these materials to fulfill the minimum application
requirements specked.
D. After installation of plant materials, but prior to the pre - maintenance site observation, the
landscape architect, with the heretofore specified signed copies of the required
certificates and related items, shall invoice such material, comparing the total area and /or
the amounts specked. If the minimum amounts have not been furnished, the landscape
architect will require the installation of additional materials to fulfill the minimum
requirements specified.
1.12 SITE OBSERVATIONS
A. Site observations herein specified shall be made by the landscape architect during office
hours. The contractor or his authorized representative shall be on the site at the time of
each observation. The contractor will not be permitted to initiate the succeeding step of
work until he has received approval to proceed by the landscape architect. The contractor
shall notify the landscape architect of a site observation at least three (3) days in advance
of an observation.
B. All changes to and deviations from the plans and specifications by the landscape architect
to the contractor shall be confirmed in writing.
C. The contractor shall have sufficient work personnel available during normal working hours
to correct deficiencies immediately upon request of the landscape architect. Such repair
or re -work services are to be performed without interference of regular project schedule.
D. Site observations will be required for the following parts of work:
1. Pre - construction meeting: Immediately prior to the commencement of work of this
section, the owner, landscape architect and contractor shall meet for the approval
of the materials specified, equipment, schedule of work and the method of
installation.
2. Layout of specimen trees: when trees are spotted in place for planting, but before
planting holes are excavated.
3. Incorporation of soil amendments: Specified soil amendments are for bidding
purposes only. A final soil test performed by a licensed laboratory shall be
submitted and paid for by the contractor for agricultural suitability
recommendations and approved by the landscape architect before planting
proceeds.
4. Finish grading and approval of plant material: Upon the completion of soil
amending, the finish grading will be approved prior to planting. Shrub and tree
samples, three (3) each of all varieties and sizes (shrubs 5- gallon and under, tree
15- gallon and under) shall be submitted for approval at the site a minimum of
.fifteen days prior to planting operations for quality, size and variety. Approved
samples shall remain on the site and shall be maintained, by the'contractor as
standards of comparison for plant materials to be furnished.
5. Layout of plant materials: When material is spotted in place for planting, but prior
to excavation of planting holes.
6. Pre - maintenance observation: When planting and all specified work has been
installed and completed. Landscape Architect will prepare a written "punch" list
indicating all items to be corrected. These items must be completed prior to
initiating the beginning date of the maintenance period. The landscape architect
LANDSCAPE PLANTING 02900-4
CITY OF NEWPORT BEAC0 • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -S
will inform the owner and contractor of the actual date of the start of the
maintenance period in writing. This observation is not the final acceptance and
does not relieve the contractor from any of the responsibilities in the contract
documents.
Final site observation and acceptance: At the conclusion of the maintenance
period a final site observation will be made. The contractor shall show all
corrections made from "punch" list. Any items deemed not acceptable shall be
reworked and the maintenance period will be extended. The contractor will be
notified in writing that the contract work and maintenance period has been
accepted or that the maintenance period has been extended to correct any
deficiencies remaining. Final acceptance shall establish the beginning date for
the guarantee period.
E. Site observations of the work shall not relieve the contractor of the obligation to fulfill all
conditions of the contract.
1.13 SUSPENSION OF WORK
A. The landscape architect shall recommend to the owner any necessity to suspend the
work wholly, or in part, for such period or periods as he may deem necessary due to
unsuitable weather, or such other conditions as are considered unfavorable for the
reasonable performance of the work, or for such time as is necessary due to the failure
on the part of the contractor to carry out orders given or to perform any or all provisions of
the contract.
B. If it should become necessary to stop work for an indefinite period, the contractor shall
store all materials in such a manner that they will not become an obstruction nor become
damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed. The contractor shall cover all open excavations and
shall provide suitable drainage by opening ditches, planting pits, etc., and erect temporary
structures where necessary.
C. Grading, soil preparation, and planting work shall be performed only during periods when
beneficial and optimum results may be obtained. If the moisture content of the soil should
reach a level that working it would destroy the soil structure, spreading, grading and tilling
operations shall be suspended until the moisture content reaches acceptable levels and
the desired results are attainable.
PART 2- PRODUCTS
2.1 QUALITY
All materials shall be of standard, approved, and first grade quality and shall be in prime condition
when installed and accepted. All commercially processed and/or packaged materials shall be
delivered to the site in the original unopened containers bearing the manufacturer's guaranteed
analysis.
2.2 SOIL AMENDMENT AND FERTILIZER
A. Soil amendment shall be a product that aids the structure of the soil consisting of rapidly
decaying, slowly decaying and non - decaying material. The rate of decomposition of this
amendment is very important.
Wt. /cu.yd. + 560#- 820 #.
Nitrogen (organic or ammoniac) 0.5%
pH (less than) 6.8.
Salinity (ec x 10' at 26c) = 2.5.
Ash content not to exceed 10 %.
LANDSCAPE PLANTING 02900-5
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -5
Iron (Fe) expressed as metallic, 0.08 %.
Organic matter, 85 %.
A non -ionic wetting agent should be used.
Properties: Screen analysis (% retained on stacked screens): 1 mesh + 0.2 %; 8 -mesh +
25.7 %; 32 -mesh + 5.9 %; 10 -mesh + 36.6 %; 12 -mesh + 30.7 %; remainder 0.9 %.
The commercial grade product used shall be Loamex, Gro- power, or approved equal.
B. Agricultural grade gypsum - shall be a (CaSO - H2O) calcium sulfate product - 94.3 %.
90% shall pass a 50 -mesh screen. Control of dust during application is mandatory. The
commercial grade product used shall be U.S. Gypsum, Sof n'soil, or Dolmar, or approved
equal.
C. Sulfur (soil) - shall be elemental sulfur (99.5 %) commercially manufactured so that a pure
sulfur product is used. Sulfur is a constituent of three amino acids (cystine, methionne
and cysteine) and is essential for protein synthesis. The sulfur used shall be 99.5%
elemental. Sizing on stacked screen shall be approximately: 8 -mesh 4.3 %; 20 -mesh 7.8
%; 50 -mesh 46.9 %; 100 -mesh 39.3 %; 200 -mesh 1.7 %. The commercial grade product
used shall be Wil -Gro; Union Chemicals or Baker Industries.
D. Iron sulfate - iron shall be expressed as metallic- derived from sulfate -deep green
(FeSO,H2O) a minimum analysis of 20.0% and 98.3% read on a 10 -mesh screen. The
commercial grade product used shall be Wil -Gro, Bandini, or Wilson & Geo. Meyer. If
none of these products are available, then an equal may be used.
E. Chelated granular iron sulfate shall be iron (expressed as elemental) 10.0 %. The source
of iron shall be from a metal salt, which is complexed with polyflavonoid. Elemental sulfur
is converted into sulfite and sulfate forms before combining into the polyflavonoid
complex. Product shall contain 4% ammoniacal nitrogen; 10% sulfur and 10% iron. The
commercial grade product used shall be Ruffin -Tuff chelated granular iron; Rigo chelated
granular iron or Black Leaf chelated granular iron.
Pre -plant starter fertilizer (1- 10 -10) analysis shall be a commercial grade flow -able
fertilizer with a 1% nitrogen analysis; 10% phosphorous pentoxide and 10% potassium
sulfate. No potassium chloride is to be used. Organic nitrogen shall be from cottonseed
meal and urea. Phosphorous from superphosphate and cottonseed meal. Potassium
(potash) from sulfate of potash and cottonseed meal. Screen analysis 74% to be retained
on a 20 -mesh screen. 0% to pass a 4 -mesh screen, and 2 % to pass a 48 -mesh screen.
The commercial grade product used shall be W it -Gro, Gro- Power, Bandini or Kellogg.
G. Prilled post fertilizer (14 -7 -3) for maintenance - all areas. A maintenance fertilizer shall be
used that is granular and homogeneous. Iron and zinc shall be in chelated form and
sizing of granules during manufacture is very important. A regular maintenance program
using this product for at least the first year is recommended. The homogeneous fertilizer
granules used shall contain a fertilizer analysis of 14% nitrogen of which 4% is ammoniac
sulfate. Remainder of nitrogen shall be 8.75% water soluble and 1.25% water insoluble.
Available phosphorous pentoxide shall be 7.0 %. Potassium oxide shall be 3.0 %. Minor
elements shall be chelated 25% by volume consisting of iron 2.0 %; zinc 0.15% and
manganese 0.15 %. By- product calcium shall be 2.0 %. Organic nitrogen is derived from
urea and cottonseed meal. Phosphate from superphosphate and cottonseed meal.
Potash from sulfate of potash and cottonseed meal. No potassium chloride is to be used.
Sulfur from sulfate of ammonia. Calcium from superphosphate, iron from ferrous sulfate
and mixed sulfides. Zinc and manganese are expressed as metallic and in their
elemental form. Screen analysis (% retained) approximately: 4 -mesh 1.3 %; 8 mesh =
24.2 %; 20 -mesh = 74.0 %; and 48 -mesh = 0.05 %. The commercial grade product used
shall be Wil -Gro Fairway, Gro-Power, Bandini or Kellogg.
LANDSCAPE PLANTING 02900-6
CITY OF NEWPORT BEACAO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -S
H. Planting tablets shall be tightly compressed chip type commercial grade planting tablets,
of varying sizes with the following available percentages by weight of plant food:
Nitrogen 20.0 % min.
Phosphoric acid 10.0% min.
Potash 5.0 % min.
The commercial grade product used shall be Agriform, Gro- power, or aproved equal.
2.3 WETTING AGENT
A wetting agent is needed to make water penetrate difficult to wet soils. Also, organic soil
amendments are more receptive to increased water holding capacity. Soil water repellence
resulting from compaction will be overcome with multiple applications of a soil penetrant in the
irrigation water.
The wetting agent used shall be a commercial grade product Naiad or Wil -Gro, and manufactured
by Dow or Dupont.
2.4 PLANTING BACKFILL FOR TREES AND SHRUBS
A. Planting backfill shall be a 1
the following mixtures:
soil amendments
stock -piled site soil
gypsum
iron sulfate
pre -plant (1- 10 -10)
2.5 PLANT MATERIALS
horoughly blended mixture of site soil and soil amendments at
1/2 cu.yd.
1/2 cu.yd.
10lbs. per cu.yd. of mix.
5lbs. per cu.yd. of mix.
5lbs. per cu.yd. of mix.
A. Nomenclature: Scientific and common names of plants herein specked shall conform
with the approved names given in "Checklist Of Woody Ornamental Plants of California ",
published by the University of California, College of Agriculture, Manual 32 (1963).
B. Labeling: Each group of plant materials delivered on site shall be clearly labeled as to
species and variety. However, final determination of plant species and variety will be
made by the Landscape Architect and whose decision will be final. All patented plants
(cultivar) required by the plant list shall be delivered with a proper plant patent attached.
C. Quality: Quality of all plants shall conform to the ANA Standard Of Nursery Stock. Plants
shall be vigorous or normal growth, free from disease, insects, insect eggs, and larvae.
All plants shall equal or exceed any measurements specified and shall be supplied from
the source indicated when a source is specked.
D. Container stock: Shall have grown in containers for at least six months, but not over two
years. Samples shall be shown to prove that no root -bound conditions prevail. All
container plants or trees that have a cracked or broken rootball when taken from the
container shall not be planted except on special approval from the owner's representative.
E. Pruning: At no time shall the plant materials be pruned, trimmed or topped prior to
delivery, and any alteration on the site of their shape shall be conducted only with the
approval and in the presence of the landscape architect.
LANDSCAPE PLANTING 02900-7
CITY OF NEWPORT BEACI1 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -S
F. Inspection of plant materials required by city, county or state authorities: shall be a
responsibility of the contractor, and when necessary he shall have secured permits or
certificates prior to delivery of plants at site.
G. Inspection of plant materials: Plants shall be subject to inspection and approval or
rejection at the project site at any time before or during progress of work for size, variety,
condition, latent defects and injuries. Rejected plants shall be removed from the project
site immediately.
H. Rejection and substitution: All plants not conforming to the requirements herein specified
and /or as indicated on the drawings shall be considered defective, and such plants,
whether in place or not, shall be marked as rejected and be immediately removed from
the site of the work and replaced with acceptable plant materials. Under no condition will
there be any substitution of plant species, variety, or reduced size for those listed on the
accompanying drawings, except with the express written consent of the landscape
architect.
Right to changes: The landscape architect reserves the right to change the species,
variety and /or sizes of plant material to be furnished, provided that the cost of such plant
changes does not exceed the cost of plants in the original bid. The contractor shall be
notified in writing sixty (60) days before the planting operation has commenced. Changes
in the size and /or variety of any plant to be furnished which involves a reduction or
addition in cost shall be adjusted in the contract cost.
J. Root condition: The landscape architect reserves the right to inspect root condition of any
species, particularly those grown from seed, and if found defective, to reject the plants
represented by the defective sample.
K. Protection: All plants at all times shall be handled and stored so that they are adequately
protected from drying out, from wind burn, and from all other injury. All plants determined
by the owner's representative to be wilted, burned, or dried out, may be rejected at any
time, whether in the ground or not. All plants shall be handled solely by their containers
and all plants that have been handled by the stem or trunk shall be rejected, and removed
from the site. The contractor's on -site plant storage area shall be approved by the
owner's representative prior to the delivery of any plant materials.
L. Specimen tree selection:
One sample of each palm tree variety and size, as called out on drawings, 24"
box and larger shall be delivered to the project site for approval prior to
installation.
2. The contractor shall immediately remove any trees not approved.
3. The owner at his option and at his expense, can retain the services of the
landscape architect to review trees 24" box size or larger tagged at the nursery
and/or at its place of growth.
2.6 GROUNDCOVER
Groundcover plants shall be the one gallon variety indicated on the planting plan and legend.
Plants shall be protected at all times to prevent drying of the root ball.
2.7 LAWN
A. All lawn areas shall be sodded with Paspalum adalayd'Excalibre'.
LANDSCAPE PLANTING 02900-8
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P5189 -S
B. Sod shall have a permeable and well- drained base.
C. Sod shall not contain any deleterious, obnoxious, or invasive weeds such as (not all
inclusive): Quackgrass, Johnsongrass, Poison Ivy, Nutsedge, Nimblewill, Canada Thistle,
Bindweed, Bentgrass, Wild Garlic, Ground Ivy, Perennial Sorrel and /or Bromegrass.
2.8 PLANTER MULCH
Planter mulch shall be composed of naturalized redwood products. Product to be firbark or
approved equal. Contractor must submit a 1 -lb. sample for review and approval prior to ordering
and installation. Mulch to be installed in all planter areas to a uniform depth of 3 °.
2.9 DECOMPOSED GRANITE
Shall be crushed granite screened to %" minus with fines. Color to be as indicated on plans.
Contractor must provide a 1 lb. Sample of product for review and approval prior to ordering and
installation. The contractor will install the decomposed granite in all planter areas to a uniform
depth of 2 ". A pre- emergent herbicide shall be applied to all areas prior to the installation of the
decomposed granite as per manufacturer's instructions.
2.10 PRE- EMERGENT HERBICIDE
Pre - emergent herbicide shall be as determined by the landscape contractor. The purpose of the
pre - emergence herbicide is to control the growth of weeds within planter areas below organic
mulch or decomposed granite.
2.11 WEED ABATEMENT
Weed abatement shall be Round Up Pro or approved equal.
PART 3 - EXECUTION
3.1 SITE REVIEW
Examine proposed planting areas and conditions of installation. Do not start planting work until
unsatisfactory conditions are corrected.
3.2 PREPARATION
A. GENERAL: The areas to receive trees, shrubs, groundcover and their respective
requirements for amended soil, fertilizing, soil amendments, and other treatment shall be
as defined on the drawings. Equipment necessary for preparation of the ground surface
and for handling and placing all required material shall be on hand in good working
condition. Work shall be performed only during periods when beneficial results can be
obtained.
B. CLEARING AND GRUBBING: Prior to ripping and tillage operations, all vegetation in the
area to be planted shall be grubbed, raked, and cleared from the site. The ground
surface shall be cleared of all material, which has accumulated during construction and all
material, which might hinder proper grading, tillage, planting, and subsequent
maintenance operations. All grubbed materials and debris shall be lawfully disposed of
off the site by the contractor at his cost.
C. Obstruction below ground: All subsurface rocks over 2" in diameter and other
underground obstructions shall be removed to the depth necessary to permit proper fine
grading, tilling, or planting according to plans and specifications. All abandoned utility
LANDSCAPE PLANTING 02900-9
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -S
lines uncovered or severed shall be cut below grade and capped or plugged with
concrete. Explosives shall not be used for removal. When the location of utility lines is
shown on the plans or has been made known to the contractor, all damage to these lines
shall be repaired by the contractor in a manner approved by the owner's representative
and affected utility.
D. Deep ripping: All areas to receive groundcover and shrubs, shall be deep ripped and
loosened to a depth of twelve (12) inches in all directions.
3.3 SOIL AMENDMENTS, FERTILIZING, AND ROTOTILLING
A. Specified soil amendments are for bidding purposes only. At the time of rough grade, the
contractor shall meet with the owner's representative to determine quantity and locations
of soil samples to be taken. The soil tests are the responsibility of the contractor. The
contractor shall submit the results to the landscape architect for interpretation and
recommendations. If the test's results reduce or increase the quantities specified the
owner's representative shall be notified.
B. After the areas have been deep ripped, the following rates of soil amendment materials
shall be evenly spread over all planting areas and shall be thoroughly scarified to an
average depth of eight (8) inches by rototilling a minimum of two alternating passes.
Amendment must be intimately blended with soil.
soil amendment: cu.yd. per 1,000 sq. ft.
gypsum: lbs. per 1,000 sq. ft.
soil sulfur: lbs. per 1,000 sq. ft.
iron sulfate: lbs. per 1,000 sq. ft.
C. A commercial grade fertilizer shall be applied at the rate determined by the soil analysis
and shall be quantified by pounds per thousand square feet and scarified into the top two
inches of finish grade. Fertilizer, shall be applied prior to leaching operation.
D. The wetting agent shall be sprayed on the soil amendments and soil prior to rototilling the
amendments into the soil. The rate of application shall be as specified by the
manufacturer.
E. The thoroughness and completeness of the rototilling and incorporation of the soil
amendments shall be acceptable.to the owner's representative.
F. Deep Water Leaching And Soil Testing:
After rototilling in soil amendments, the area shall be deep water leached a
minimum of three (3) times. Apply 1/2" of water evenly to all landscape areas
and then allow the soil to dry out between applications. Soil type (sand, silt or
clay) will determine the amount of time required for the soil to dry out. Do not
apply more water if the soil saturation exceeds 50% between applications. Treat
and/or remove weeds that germinate.
2. One day after final application of water, the soil shall be tested for content of
soluble salts (electrical conductivity e.c.). Owner's representative and contractor
shall take several soil samples and deliver the samples to a laboratory for testing
of soluble salts. E. C. Test reading shall not be above 3.0.
3. If soil test reading for a particular area tested is above 3.0, the soil amending,
tilling and deep watering procedure shall be repeated until test readings are not
above 3.0.
LANDSCAPE PLANTING 02900-10
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/15/2004
CONTRACT #3461, PLAN #P- 5189 -S
4. Care shall be taken that the rate of application of water does not cause erosion,
sloughing of soils, damage to hardscape or structures. Contractor assumes all
responsibility for monitoring of all areas during leaching period.
5. All depressions, voids, erosion scars and settled trenches generated by the deep
watering shall be filled with amended soil and brought to finish grade.
3.4 SOIL PREPARATION AND FINISH GRADING
A. Rough Grade: Site to be received by landscape contractor to within 1 /10th of a foot plus
or minus by others based on civil engineer's drawing.
B. Finish Grade: Finish grading to consist of grading, raking, watering in, mechanically
compacting and settling to achieve desired contour and flow line patterns resulting in
evenly finished surface.
C. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling
and all other operations shall be leveled and floated out before planting operations are
initiated.
D. The contractor shall take every precaution to, protect and avoid damage to sprinkler
heads, irrigation lines, and other underground utilities during soil amending and fertilizing
operations.
E. Finish grades shall insure positive drainage of the site with all surface drainage away from
buildings, walls, and toward roadways, drains and catch basins. Planting surfaces shall
be graded with no less than 2 percent surface slope for positive drainage.
F. All rock and debris shall be removed from planting areas and then from the site in
accordance with the following criteria: V dia. in lawn areas; 2" dia. in shrub areas.
G. Final finish grade shall be 1" below finish paving surface in adjacent lawn areas and 2" in
shrub areas, and decomposed granite areas. Final grades shall be acceptable to the
owner's representative before planting operations will be allowed to begin.
3.5 PLANTING INSTALLATION
A. Timing: Actual planting shall be performed during those periods when weather and soil
conditions are suitable and in accordance with locally acceptable practice.
B. ' Layout of trees: All trees (24" box size and larger) shall be placed in the landscape per the
direction of the landscape architect prior to installation of irrigation system. The trees
shall then be moved so that planting holes can be excavated and amended. The trees
shall then be installed in their respective holes and positioned in the holes per direction of
the landscape architect.
C. Layout of planting: Locations shall be approved by the landscape architect. All container
plants shall be set by the contractor in their final location in their respective containers
prior to digging holes and /or planting. All plant locations shall be checked for possible
interference with existing underground utility lines.
D. Backfill for Trees and Shrubs: shall be as specified in part 1. If artificial drainage is
requested, then drains shall be installed first, then backfilled with soil.
E. Disposal of excess soil and debris: all excess excavated subsoil, rocks and debris shall
be legally disposed off the site by the contractor at his cost or utilized on the site as
directed by and at the option of the owner's representative.
LANDSCAPE PLANTING 02900-11
CITY OF NEWPORT BEACAD •
CORONA DEL MAR STATE BEACH IMPROVMENTS
CONTRACT #3461, PLAN #P- 5189 -S
3.6 PLANTING TREES AND SHRUBS
RJC NO. 0223
03/15/2004
A. Soil moisture level prior to planting shall be no less than horticulturally acceptable. The
contractor shall request approval of moisture, and if found to be insufficient for planting,
the planting pits shall be filled with water and allowed to drain before starting any planting
operations.
B. All excavated holes shall have vertical sides with roughened surfaces and shall be of the
minimum sizes indicated on drawings. Holes shall be in all cases large enough to permit
handling and planting without injury or breakage of root balls or roots.
C. Excavation shall include the stripping and stacking of all acceptable soil encountered
within the areas to be excavated for plant pits and planting beds. Protect all areas that
are to be trucked over and upon which soil is to be temporarily stacked pending its re -use
for the filling of holes, pits and beds.
D. Plants shall be removed from containers in such a manner that the ball of earth
surrounding the roots is not broken, and they shall be planted and watered immediately
after the removal from the containers.
E. The plants shall be planted at approved locations with the heretofore specified
amendments and soil planting backfill.
F. Backfill shall be placed at the bottom of each hole and thoroughly watered and compacted
to a height so that when a plant is placed in the hole, its roots crown is slightly above the
established final grade unless otherwise noted on the detail.
G. Planting tablets shall be placed in each planting hole at the following rates and per the
manufacturer's recommendations:
1 -5 gram tablet per individual liner and flat size plant.
1 -21 gram tablet per gallon container.
3 -21 gram tablets per 5 gallon container.
4 -21 gram tablets per 15 gallon container.
1 -21 gram tablet per each 4 inch of box size.
Random testing to verify planting tablet installation shall be conducted by the owner's
representative.
H. All plants shall be thoroughly watered to the full depth of each planting hole immediately
after planting.
I. Staking: All trees and any other plants indicated on the plans shall be staked per detail.
Stakes shall be driven into the ground of the windward side of the tree. The stakes shall
be driven in plumb and secured. Special care shall be taken that the driving in of the
stake does not damage the tree bark, tree roots or root ball.
J. Guying: All trees and any other plants indicated on the plans shall be guyed as detailed.
K. The contractor shall be responsible for all surface and subsurface drainage required
which may affect his guarantee of the trees, shrubs and vines.
L. Pruning after planting shall be required on all trees, shrubs, and vines when necessary to
provide the specified or approved standard shapes, form and/or sizes characteristic to
each plant. Pruning may include thinning, topping, and /or cutting and shall be under the
direction of the landscape architect. Cuts over 3/4 inch in diameter shall be painted with
an approved tree sealant.
LANDSCAPE PLANTING 02900-12
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 03/1512004
CONTRACT #3461, PLAN #P- 5189 -S
M. All trees 24" box and larger shall be spotted and planted with a crane.
3.7 PLANTING GROUNDCOVER
A. Groundcovers shall be planted in the areas indicated on the plans and shall be installed
when all debris and surface rocks 2" in diameter and larger have been removed from the
area.
B. If the top four (4) inches of soil in the area to be planted in groundcover is not sufficiently
moist (horticulturally acceptable standards), the area shall be thoroughly irrigated and no
less than twelve hours shall pass before planting.
C. Groundcovers shall be planted in even, triangularly spaced rows, at the intervals called
out for on the drawings, unless otherwise noted.
D. The size of planting excavation for groundcover shall be at least twice the depth of the
root ball.
E. Each plant shall be planted in a manner that will ensure minimum disturbance of the root
system. Each groundcover plant shall be planted with one 5 -gram planting tablet
incorporated into the root zone. Planting area shall be hand - smoothed after planting to
provide an even and smooth final finished grade. To avoid drying out groundcover, plants
must be irrigated after planting. This may be done manually or by using the installed
irrigation system. Repeated applications may be required. This initial irrigation shall
continue until a zone at least twice the depth of each hole is thoroughly moistened.
3.8 SODDING OF LAWN AREAS
A. Prior to placement of sod all lawn areas shall be leached, rototilled with soil amendments
and all rock and debris shall be removed. Remove all weeds by roots or treat with
approved systemic weed control prior to sodding. Finish grade shall be uniform and level
with all walks, curbs and all other paving surfaces. The contractor shall obtain approval of
finish grades prior to placement of sod. The soil shall be lightly moistened immediately
prior to laying the sod.
B. Laying of sod shall be the same day it is delivered. Sod shall not be left on pallets in the
hot sun or wind and allowed to dry out.
C. Starter strip: the first row of turfgrass sod shall be laid in a straight line with subsequent
rows placed parallel to and tightly against each other. Lateral joints shall be staggered to
promote more uniform growth and strength. Care shall be exercised to insure that the
pieces are not stretched or overlapped and that all joints are butted tightly to prevent voids
that would cause air drying of the roots.
D. Sloping surfaces: on 1:3 or greater slopes, turfgrass sod shall be laid across the angle of
the slope, with staggered joints and secured by tamping, pegging or other approved
methods of temporarily securing each piece.
Watering and Rolling: Contractor shall water the turfgrass sod immediately after
transplanting to prevent excessive drying during progress of the work. As sodding is
completed in any one section, the entire area shall be lightly rolled. It shall then be
thoroughly watered to a depth sufficient that the underside of the new sod pad and soil
immediately below the pad are thoroughly wet. The contractor shall be responsible for
having adequate water available at the site prior to and during installation.
Re- sodding: sodded areas which do not show a proper growth of grass within 10 days
after installation shall be re- sodded until an acceptable strand of grass is assured.
LANDSCAPE PLANTING 02900 -13
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVMENTS 0 3/1 5120 04
CONTRACT #3461, PLAN #P- 5189 -S
3.9 PLANTER MULCH
All planter areas shall be evenly covered with planter mulch to a uniform depth of 3" Inches. Mulch
will be required on all planter areas.
3.10 DECOMPOSED GRANITE
All planter areas shall be evenly covered with decomposed granite to a uniform depth of 2" per
plans.
3.11 PRE - EMERGENT HERBICIDE
Pre - emergent herbicide shall be applied to all shrub and groundcover areas only and in
accordance with manufacturer's specifications. The herbicide shall not be applied to sodded
areas. The owner's representative shall be notified and present at the time of application.
3.12 WEEDABATEMENT
Weed contact shall be applied to all areas as recommended by manufacturer's specifications and
reapplied as needed prior to planting to ensure proper weed abatement.
3.13 CLEAN -UP
As project progresses, contractor shall maintain all areas in a neat manner and remove unsightly
debris as necessary. After completion of project each day, contractor shall remove all debris and
containers used in accomplishing work. He shall sweep and clean all sidewalks, asphalt, and
concrete areas adjacent to plantings.
3.14 GENERAL MAINTENANCE AND THE MAINTENANCE PERIOD
A. General maintenance operations shall begin immediately after each plant is planted. The
general maintenance and maintenance period shall include the following:
1.. Keeping the plants in a healthy, growing condition by watering, fertilizing, pruning,
spraying, weeding and all other necessary operations of maintenance. All paving
and walks shall be kept clear, clean and washed down.
2. Protection: The contractor shall be responsible for providing adequate protection
of all planting areas against traffic or other use by erecting fencing or other
acceptable means immediately after the planting is completed. Warning signs
and barricades shall be placed in various high traffic areas. Damaged areas
shall be repaired immediately by the Contractor.
3. Weeding and cultivating: All trees, shrub, groundcover areas shall be kept free of
weeds, noxious grasses, rocks over 1" in diameter, clods, trash and debris on a
weekly basis. Groundcover and shrub areas shall be cultivated at intervals of not
more than fourteen (14) days minimum.
4. Replacement: During the maintenance period, plants which die or which are in an
unhealthy or badly impaired condition shall be replaced by the contractor within
fourteen (14) days after unsatisfactory condition is evident. No replacement of
plantings shall be made in any season definitely unfavorable for planting. At the
conclusion of the maintenance period, the landscape architect will make an
inspection of the work to determine the condition of all plants. All unhealthy
plants shall be removed from the site and replaced with plants of the same kinds
and sizes as originally specked. Such replacement shall be made in the same
manner as specified for the original planting and at no extra cost to the owner.
LANDSCAPE PLANTING 02900-14
CITY OF NEWPORT BEACF
CORONA DEL MAR STATE BEACH IMPROVMENTS
CONTRACT #3461, PLAN #P -51895
5. Fertilization:
RJC NO. 0223
03/15/2004
a) Trees - post fertilization shall occur at 100 -day intervals after planting.
Bore holes around dripline (various depths) and apply fertilizer at the rate
of 1 -lb. per 1" caliper in holes. Fertilizer shall be 14 -7- 3 or approved
equal.
b) Shrubs - post fertilization shall occur 60 days after planting and apply
fertilizer at the rate of 1 teaspoon per each I gallon plant and I tablespoon
per 5 gallon plant. Fertilizer shall be 14 -7 -3 or approved equal.
C) Groundcover and lawn areas - post fertilization shall occur 60 days after
planting and apply fertilizer at the rate of 7 Ibs /1000 s.f. fertilizer shall be
14-7 -3 or approved equal.
Maintenance period: The maintenance period shall begin on the first day after the pre- maintenance
observation acceptance and shall continue thereafter for no less than 90 continuous calendar days.
Extended maintenance: When, in the opinion of the landscape architect, there is improper maintenance,
poor or unhealthy condition of plant materials, the contractor shall be responsible for additional
maintenance of the work at no additional cost to the contract until all work is acceptable.
END OF SECTION
LANDSCAPE PLANTING 02900-15
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 03300 - CAST -IN -PLACE CONCRETE
PART 1- GENERAL
1.1 SUMMARY
A.
1.2
RJC NO. 0223
04/08/2005
This Section includes cast -in -place concrete, including reinforcement, concrete
materials, mix design, placement procedures, and finishes.
SUBMITTALS
A. Product Data: For each manufactured material and product indicated.
B. Design Mixes: For each concrete mix indicated. Concrete mixes shall be designed by
a qualified testing laboratory, bearing a registered civil engineer's stamp, and approved
by the Client prior to use. Submit ready -mix concrete batch tickets.
C. Shop Drawings: Include details of steel reinforcement placement including material,
grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports.
D. Material: certificates and test reports.
E. Samples: submit 12" x 12" sample of the vapor retarder. Submit 12" sample of the
joint strips.
1.3 QUALITY ASSURANCE
A. Manufacturer Qualifications: A fine experienced in manufacturing ready -mixed
concrete products complying with ASTM C 94 requirements for production facilities and
equipment.
B. Comply with ACI 301, "Specification for Structural Concrete ", including the following,
unless modified by the requirements of the Contract Documents.
1. General requirements, including submittals, quality assurance, acceptance of
structure, and protection of in -place concrete.
2. Formwork and form accessories.
3. Steel reinforcement and supports.
4. Concrete mixtures.
5. Handling, placing, and constructing concrete.
6. Lightweight concrete.
C. Preinstallation Conference: Conduct conference at Project site.
CAST -IN -PLACE CONCRETE 03300-1
0 0
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MATERIALS
A. Formwork: Furnish formwork and form accessories according to ACI 301.
B. Steel Reinforcement:
RJC NO. 0223
04/08/2005
1. Reinforcing Bars (not to be welded): ASTM A 6151A 615M, Grade 60, deformed.
2. Reinforcing Bars (to be welded): ASTM A 706, Grade 60, deformed.
3. Plain -Steel Wire: ASTM A 82, as drawn.
4. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel
wire into flat sheets.
5. Deformed -Steel Welded Wire Fabric: ASTM A 497, flat sheet.
6. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for
spacing, supporting, and fastening reinforcing bars and welded wire fabric in
place. Use wire bar -type supports complying with CRSI specifications.
a. For slabs -on- grade, use supports with sand plates or horizontal runners
where base material will not support chair legs.
b. For exposed -to -view concrete surfaces where legs of supports are in
contact with forms, provide supports with legs that are protected by plastic
(CRSI, Class 1) or stainless steel (CRSI, Class 2).
C. Concrete Materials:
1. Portland Cement: ASTM C 150, Type V.
2. Normal- Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1 -inch
nominal size.
3. Water: Complying with ASTM C 94.
4. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and
designed for use in concrete, complying with ASTM C 1116, Type III, 1/2 to 1 -1/2
inches long.
D. Admixtures:
1. Air - Entraining Admixture: ASTM C 260.
2. Water- Reducing Admixture: ASTM C 494, Type A.
3. High- Range, Water- Reducing Admixture: ASTM C 494, Type F.
4. Water- Reducing and Accelerating Admixture: ASTM C 494, Type E.
5. Water- Reducing and Retarding Admixture: ASTM C 494, Type D.
E. Vapor Retarder: Multi -ply reinforced polyethylene sheet, ASTM E 1745, Class C, not
less than 7.8 mils thick; or polyethylene sheet, ASTM D 4397, not less than 10 mils
thick.
Fine - Graded Granular Material: Clean mixture of crushed stone, crushed gravel,
and manufactured or natural sand; ASTM D 448, Size 10, with 100 percent
CAST -IN -PLACE CONCRETE 03300-2
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
passing a No. 4 sieve and 10 to 30 percent passing a No. 100 sieve; complying
with deleterious substance limits of ASTM C 33 for fine aggregates.
F. Joint - Filler Strips: ASTM D 1751, asphalt- saturated cellulosic fiber or ASTM D 1752,
cork or self - expanding cork.
G. Curing Materials:
1. Evaporation Retarder: Waterbome, monomolecular film forming, manufactured
for application to fresh concrete.
2. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or
kenaf.
3. Moisture - Retaining Cover: ASTM C 171, polyethylene film, or white burlap -
polyethylene sheet.
4. Water: Potable.
5. Clear, Membrane - Forming Curing Compound: ASTM C 309, Type 1, Class B.
6. Clear, Membrane- Forming Curing and Sealing Compound: ASTM C 1315,
Type 1, Class A.
2.2 CONCRETE MIXES
A. Comply with ACI 301 requirements for concrete mixtures.
B. Prepare design mixes, proportioned according to ACI 301, for normal- weight concrete
determined by either laboratory trial mix or field test data bases, as follows:
1. Compressive Strength (28 Days): 3000 psi.
2. Maximum Water - Cementitious Materials Ratio: 0.45
3. Slump: 4 inches or less, based on ASTM C143.
a. Slump Limit for Concrete Containing High -Range Water- Reducing
Admixture: Not more than 8 inches after adding admixture to plant- or site -
verified, 2- to 3 -inch slump.
C. Add air - entraining admixture at manufacturer's prescribed rate to result in concrete at
point of placement having an air content of 2.5 to 4.5 percent.
Air content of trowel- finished interior concrete floors shall not exceed 3.0 percent.
D. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended
rate, but not less than 1.0 lb/cu. yd.
2.3 CONCRETE MIXING
A. Ready -Mixed Concrete: Comply with ASTM C 94.
CAST -IN -PLACE CONCRETE 03300-3
0 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery
time from 1 -112 hours to 75 minutes; when air temperature is above 90 deg F,
reduce mixing and delivery time to 60 minutes.
B. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete
according to ASTM C 94. Mix concrete materials in appropriate drum -type batch
machine mixer.
1. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1 -112 minutes,
but not more than 5 minutes after ingredients are in mixer, before any part of
batch is released.
2. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for
each additional 1 cu. yd.
C. Provide batch ticket for each batch discharged and used in the Work, indicating Project
identification name and number, date, mix type, mix time, quantity, and amount of
water added. Record approximate location of final deposit in structure.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Formwork: Design, construct, erect, shore, brace, and maintain formwork according to
ACI 301.
1. Construct formwork so that concrete members and structures are of correct size,
shape, alignment, elevation, and position. Select form materials to obtain
required finishes.
2. Maintain formwork tolerances and surface irregularities within ACI 347 limits,
Class A tolerances for concrete exposed to view and Class C tolerances for other
concrete surfaces.
3. Provide openings in formwork to accommodate work of other trades. Accurately
place and securely support items built into forms.
4. Clean and adjust forms prior to concrete placement. Apply form - release agents
or wet forms as required. Retighten forms during concrete placement, if
required, to eliminate mortar leaks.
5. Chamfer exposed comers and edges as indicated, using wood, metal, PVC, or
rubber chamfer strips fabricated to produce uniform smooth lines and tight edge
joints.
B. Vapor Retarder: Install, protect, and repair vapor- retarder sheets according to
ASTM E 1643; place sheets in position with longest dimension parallel with direction of
pour.
Lap joints 6 inches and seal with manufacturer's recommended tape.
CAST -IN -PLACE CONCRETE 03300-4
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Cover vapor retarder with fine- graded granular material, moisten, and compact
with mechanical equipment to elevation tolerances of plus 0 inch or minus 3/4
inch.
C. Steel Reinforcement: Comply with CRSI's "Manual of Standard Practice" for
fabricating, placing, and supporting reinforcement.
Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder
before placing concrete.
2. Do not torch -cut reinforcing steel. Cut by mechanical means only.
D. Joints: Construct joints true to line with faces perpendicular to surface plane of
concrete.
1. Construction Joints: Locate and install so as not to impair strength or
appearance of concrete, at locations indicated or as approved by Client.
2. Isolation Joints: Install joint - filler strips at junctions with slabs -on -grade and
vertical surfaces, such as column pedestals, foundation walls, grade beams, and
other locations, as indicated.
Extend joint fillers full width and depth of joint, terminating flush with
finished concrete surface, unless otherwise indicated.
3. Contraction Joints in Slabs -on- Grade: Form weakened -plane contraction joints,
sectioning concrete into areas as indicated. Construct contraction joints for a
depth equal to at least one -fourth of the concrete thickness, as follows:
a. Grooved Joints: Form contraction joints after initial floating by grooving
and finishing each edge of joint with groover tool to a radius of 118 inch.
Repeat grooving of contraction joints after applying surface finishes.
Eliminate groover marks on concrete surfaces.
b. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond - rimmed blades. Cut 1/8 inch wide joints
into concrete when cutting action will not tear, abrade, or otherwise
damage surface and before concrete develops random contraction cracks.
E. Tolerances: Comply with ACI117, "Specifications for Tolerances for Concrete
Construction and Materials ".
3.2 CONCRETE PLACEMENT
A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and
placing concrete.
B. Do not add water to concrete during delivery, at Project site, or during placement
unless approved by the "Inspector of Record."
C. Consolidate concrete with mechanical vibrating equipment.
CAST -IN -PLACE CONCRETE 03300-5
CITY OF NEWPORT BEAC. • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
3.3 FINISHING FORMED SURFACES
A. Rough- Formed Finish: As -cast concrete texture imparted by form - facing material with
tie holes and defective areas repaired and patched, and fins and other projections
exceeding 1/4 inch in height rubbed down or chipped off.
Apply to concrete surfaces not exposed to public view.
B. Smooth - Formed Finish: As -cast concrete texture imparted by form- facing material,
arranged in an orderly and symmetrical manner with a minimum of seams. Repair and
patch tie holes and defective areas. Completely remove fins and other projections.
1. Apply to concrete surfaces exposed to public view or to be covered with a
coating or covering material applied directly to concrete, such as waterproofing,
damp proofing, veneer plaster, or painting.
2. Do not apply rubbed finish to smooth - formed finish.
3. Apply finish, defined in ACI 301, to smooth - formed finished concrete.
C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed
surfaces adjacent to formed surfaces, strike off smooth and finish with a texture
matching adjacent formed surfaces. Continue final surface treatment of formed
surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated.
3.4 FINISHING UNFORMED SURFACES
A. General: Comply with ACI302.1R for screeding, restraightening, and finishing
operations for concrete surfaces. Do not wet concrete surfaces.
B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats
or darbies to form a uniform and open- textured surface plane before excess moisture
or bleed water appears on the surface.
Do not further disturb surfaces before starting finishing operations.
C. Scratch Finish: Apply scratch finish to surfaces to receive concrete floor topping or
mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other
bonded cementitious floor finish, unless otherwise indicated.
D. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel
finish, and to floor and slab surfaces to be covered with fluid - applied or sheet
waterproofing, built -up or membrane roofing, or sand -bed terrazzo.
E. Trowel Finish: Apply a hard trowel finish to sdrfaces indicated and to floor and slab
surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or
quarry tile set over a cleavage membrane, paint, or another thin film - finish coating
system.
F. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second
troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be
CAST -IN -PLACE CONCRETE 03300-6
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51$9S
installed by either thickset or thin -set methods. Immediately after second troweling,
and when concrete is still plastic, slightly scarify surface with a fine broom.
G. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to
exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly
roughen trafficked surface by brooming with fiber- bristle broom perpendicular to main
traffic route.
3.5 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or
hot temperatures. Comply with ACI 306.1 for cold- weather protection, and follow
recommendations in ACI 305R for hot - weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or
windy conditions occur before and during finishing operations. Apply according to
manufacturer's written instructions after placing, screeding, and bull floating or darbying
concrete, but before float finishing.
C. Begin curing after finishing concrete, but not before free water has disappeared from
concrete surface.
D. Cure formed and unformed concrete for at least seven days as follows:
1. Moisture Curing: Keep surfaces continuously moist absorptive cover, water
saturated and kept continuously wet.
2. Moisture - Retaining -Cover Curing: Cover concrete surfaces with moisture -
retaining cover for curing concrete, placed in widest practicable width, with sides
and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive.
Immediately repair any holes or tears during curing period using cover material
and waterproof tape.
3. Curing Compound: Apply uniformly in continuous operation by power spray or
roller according to manufacturer's written instructions. Recoat areas subjected to
heavy rainfall within three hours after initial application. Maintain continuity of
coating and repair damage during curing period.
3.6 FIELD QUALITY CONTROL
A. Testing Agency: The University will engage a qualified independent testing and
inspecting agency to sample materials, perform tests, and submit test reports during
concrete placement. Tests will be performed according to ACI 301.
1. Testing Frequency: One composite sample for each day's pour of each concrete
mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional
150 cu. yd. or fraction thereof.
2. Testing Frequency: At least one composite sample for each 150 cu. yd. or
fraction thereof of each concrete mix placed each day.
CAST -IN -PLACE CONCRETE 03300-7
0 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P -51895
3.7 INSTALLING EMBEDDED ITEMS
A. General: Set and build into formwork anchorage devices and other embedded items
required for other work that is attached to or supported by cast -in -place concrete. Use
setting drawings, diagrams, instructions, and directions provided by suppliers of items
to be attached.
3.8 CONCRETE SURFACE REPAIRS
A. Patching Defective Areas: Repair and patch defective areas with cement mortar im-
mediately after removing forms, when acceptable to Client.
B. Mix dry-pack mortar, consisting of one part portland cement to 2 -1/2 parts fine aggre-
gate passing a No. 16 mesh sieve, using only enough water as required for handling
and placing.
1. Cut out honeycombs, rock pockets, voids over 114 inch in any dimension, and
holes left by tie rods and bolts down to solid concrete but in no case to a depth
less than 1 inch. Make edges of cuts perpendicular to the concrete surface.
Thoroughly clean, dampen with water, and brush -coat the area to be patched
with bonding agent. Place patching mortar before bonding agent has dried.
2. For surfaces exposed to view, blend white portland cement and standard port-
land cement so that, when dry, patching mortar will match surrounding color.
Provide test areas at inconspicuous locations to verify mixture and color match
before proceeding with patching. Compact mortar in place and strike -off slightly
higher.than surrounding surface.
C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces
if defects cannot be repaired to satisfaction of Architect. Surface defects include color
and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins
and other projections on the surface, and stains and other discolorations that cannot be
removed by cleaning. Flush out form tie holes and fill with dry-pack mortar or precast
cement cone plugs secured in place with bonding agent.
1. Repair concealed formed surfaces, where possible, containing defects that affect
the concrete's durability. If defects cannot be repaired, remove and replace the
concrete.
D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for
smoothness and verify surface tolerances specified for each surface and finish. Cor-
rect low and high areas as specified. Test unformed surfaces sloped to drain for true-
ness of slope and smoothness by using a template having the required slope.
Repair finished unformed surfaces containing defects that affect the concrete's
durability. Surface defects include crazing and cracks in excess of 0.01 inch
wide or that penetrate to the reinforcement or completely through nonreinforced
sections regardless of width, spalling, popouts, honeycombs, rock pockets, and
other objectionable conditions.
CAST -IN -PLACE CONCRETE 03300-8
0 0
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Correct high areas in unformed surfaces by grinding after concrete has cured at
least 14 days.
3. Correct low areas in unformed surfaces during or immediately after completing
surface finishing operations by cutting out low areas and replacing with patching
mortar. Finish repaired areas to blend into adjacent concrete. Proprietary under -
layment compounds may be used when acceptable to Architect.
4. Repair defective areas, except random cracks and single holes not exceeding 1
inch in diameter, by cutting out and replacing with fresh concrete. Remove de-
fective areas with clean, square cuts and expose reinforcing steel with at least
314 inch clearance all around. Dampen concrete surfaces in contact with patch-
ing concrete and apply bonding agent. Mix patching concrete of same materials
to provide concrete of same type or class as original concrete. Place, compact,
and finish to blend with adjacent finished concrete. Cure in same manner as ad-
jacent concrete.
E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry-pack
method. Groove top of cracks and cut out holes to sound concrete and clean of dust,
dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding com-
pound. Place dry-pack before bonding agent has dried. Compact dry-pack mixture in
place and finish to match adjacent concrete. Keep patched area continuously moist for
at least 72 hours.
F. Perform structural repairs with prior approval of Client for method and procedure, using
specified epoxy adhesive and mortar.
G. Repair methods not specified above may be used, subject to acceptance of Client.
ow
END OF SECTION 03300
CAST -IN -PLACE CONCRETE 03300-9
CITY OF NEWPORT BEACH•
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, #P- 5189 -S
SECTION 03471 — SPECIAL ARTISTIC CONCRETE
PART 1 - GENERAL
1.1 SUMMARY
RJC NO. 0223
04/08/2005
A. This Section includes monolithic precast concrete, custom decorative sandblast stenciling,
patterns cut into resilient self- adhesive sandblast specific material, chemical stains, acid
etching, heavy and light sandblasting, integral concrete colors, formed letters and numbers
(text) and graphics, formwork, reinforcing steel, engineering for horizontal (cast -in -place
concrete) and vertical (precast concrete) surfaces.
B. See Attached Sketches SKA -7 — SKA -15
1.2 SUBMITTALS
A. Product Data: For each manufactured product indicated.
B. Design Mixes: For each concrete mix indicated.
C. Shop Drawings: Include details of fabrication and installation of special artistic concrete.
Indicate locations, plans, elevations, dimensions, shapes, cross sections, and details. Include
steel reinforcement, detailing fabrication, bending, and placing; additional reinforcement to resist
hoisting and erection stresses; and locations and details of hoisting points and lifting devices. At
precast concrete, indicate any panel joints.
D. Welding certificates.
E. Material certificates.
F. Samples of full size stencils, patterns and type of form material for letters and numbers.
G. Work experience verification as indicated under Quality Assurance.
H. Color samples for Architect's selection of colors.
1.3 QUALITY ASSURANCE
A. Concrete Manufacturer Qualifications: A firm complying with ASTM C 94 requirements for
production facilities and equipment.
B. Concrete Installer, Sandblasters and Stencil Manufacturers Qualifications:
As applicable, all work shall be conducted by personnel holding valid California contractor
or subcontractor license for the trade or portion of the work they are to perform.
SPECIAL ARTISTIC CONCRETE 03471-1
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, #P-51 89-S
2. All personnel shall have a minimum of five (5) years experience working in their
respective type of work. Verification of this work experience shall be certified as true and
accurate.
C. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code-
- Steel" and AWS D1.4, "Structural Welding Code — Reinforcing Steel"
D. ACI Standard: Comply with ACI 301, "Specification for Structural Concrete," for cast -in -place
concrete, unless more stringent provisions are indicated.
E. Plant precast concrete shall meet or exceed the requirements of PCI MNI 117, Manual for
Quality Control for Plants and Production of Architectural Precast Concrete Products. Certify
precast architectural concrete plant fabricator as Group A — Architectural Concrete in
accordance with PCI MNL 117.
Mockups: Cast 2' -0" square (minimum) precast concrete panel mockups, and cast -in -place
concrete mockups as follows to demonstrate typical reveals, surface finish, texture, color, and
standard of workmanship: 1. Watershed Sidewalk Graphic (lower left -hand portion), 2. Sea
Animal Art: Crab, 3. Bench Wall Sandblasted Text (any portion), 4.Tide Monument Sign (center
portion of front elevation including 3'/" tall raised lettering, 5" tall x 1" deep lettering, and 1"
stroke x 1" deep wave graphic).
1. Build mockups until desired standard is achieved, as required by Architect.
2. Approved mockups may become part of the completed Work if undisturbed at time of
Substantial Completion.
PART 2- PRODUCTS
2.1 MATERIALS
A. Forms: Metal or dressed lumber that will provide continuous, true, and smooth concrete
surfaces.
Signage letters, number or text: Dressed lumber, S4S or ridged foam..
B. Steel Reinforcement:
1. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed.
2. Plain -Steel Wire: ASTM A 82. as drawn.
C. Concrete Materials:
1. Portland Cement: ASTM C 150, Type V, white of same brand, type and source.
2. Aggregate: ASTM C 33, nominal maximum aggregate size 314 inch (19 mm), uniformly
graded, from a single source.
3. Water: ASTM C 94,
4. Air - Entraining Admixture: ASTM C 260.
5. Water - Reducing Admixture: ASTM C 494, Type A.
6. High- Range, Water- Reducing Admixture: ASTM C 494, Type F.
SPECIAL ARTISTIC CONCRETE 03471 -2
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 0410812005
CONTRACT #3461, #P- 5189 -S
7. Water- Reducing and Accelerating Admixture: ASTM C 494, Type E.
8. Water - Reducing and Retarding Admixture: ASTM C 494, Type D.
9. Coloring Admixture: ASTM C 979, synthetic mineral -oxide pigments or colored water -
reducing admixtures, color to match Architect approved sample.
10. Chemical Stains: L.M. Scofield Company, Lithochrome Chemstain or approved equal.
D. Waterborne, Membrane - Forming Bondbreaker: Dissipating polymerized solution containing no
oils, waxes, paraffins, or silicones.
E. Curing Materials:
1. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for
application to fresh concrete.
2. Absorptive Cover: AASHTO M 182, Class 2, burlap Goth made from jute or kenaf.
3. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap - polyethylene
sheet.
4. Clear, Waterborne, Membrane - Forming Curing Compound: ASTM C 309, Type 1,
Class B.
F. Lifting Inserts and Accessories: Furnish inserts, dowels, bolts, nuts, washers, and other items
to be cast in panels for lifting.
G. Bearing Pads: High - density plastic strips.
H. Cement Grout: Portland cement, ASTM C 150, Type I; and clean, natural sand, ASTM C 404.
Mix at ratio of 1 part cement to 2 -1/2 parts sand, by volume, with minimum water required for
placement and hydration.
2.2 CONCRETE MIXES AND MIXING
A. Prepare design mixes, proportioned according to ACI211.1 and ACI301, with the following
properties:
1. Compressive Strength (28 Days): 4000 psi (27.6 MPa).
2. Maximum Slump: 4 inches (100 mm).
3. Air Content: 2 to 4 percent.
B. Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket
information.
C. All cast -in -place concrete shall conform to the requirements of SECTION 03300 — CAST -IN-
PLACE CONCRETE, with all special requirements included. In the event of conflict between
these sections, follow the most stringent requirement.
D. Six (6) sack minimum concrete required for concrete with stenciled sandblasted concrete.
PART 3 - EXECUTION
3.1 ENGINEERING
SPECIAL ARTISTIC CONCRETE 03471-3
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08 /2005
CONTRACT #3461, #P- 5189 -S
A. Contractor shall provide foundation and precast concrete design, by a California Licensed Civil
or Structural Engineer.
3.2 FORMWORK
A. Construct and brace formwork so precast concrete panels are of size, shape, alignment,
elevation, and position indicated. Provide for offsets, recesses, reveals, rustications, reglets,
and blockouts and letters, numbers and patterns indicated by drawings.
B. Uniformly and continuously apply two coats of bondbreaker to casting slab surfaces according
to manufacturer's written instructions.
3.3 PRECAST PANEL CASTING
A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting steel
reinforcement.
B. Comply with ACI 301 for handling, placing, and consolidating concrete. Screed panel surfaces
with a straightedge and strike off. Begin initial floating before excess moisture or bleed water
appears on the surface. Use bull floats or darbies to form a uniform and open- textured surface
plane free of humps or hollows. Do not disturb panel surfaces before beginning finishing
operations.
Tool '14" radius at edges or corners of panel, unless otherwise indicated.
C. Cast precast concrete panels without exceeding the following tolerances:
Height or Width of Panels:
a. Up to 10 Feet (3 m) or under: 118 inch (3 mm).
b. Up to 20 Feet (6 m): 1/4 inch (6 mm).
2. Thickness: 3116 inch (5 mm).
3. Location and Size of Openings Cast into Panel: 1/8 inch (3 mm).
4, Skew of Panel or Opening: Difference in length of diagonals of 118 inch per 72 inches
(3.2 mm per 1829 mm).
5. Location and Placement Tolerances of Embedded Items:
a. Inserts, Bolts, Pipe Sleeves: 318 inch (10 mm).
b. Lifting and Bracing Inserts: 112 inch (13 mm).
c. Lateral Placement of Weld Plates: 1 inch (25 mm).
d. Tipping and Flushness of Weld Plates: 1/4 inch (6 mm).
e. Signage letters or numbers: 1/8 inch (3 mm).
6. Deviation of Steel Reinforcement Cover: 3/8 inch (10 mm), maintaining minimum cover
required by ACI 301.
D. Apply the following finish to face -up concrete surfaces:
SPECIAL ARTISTIC CONCRETE 03471 -4
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, #P- 5189 -S
1. Float Finish: Consolidate surface of plastic concrete by hand floating. Restraighten and
cut down high spots and fill low spots. Repeat float passes and restraighten until surface
is left with a uniform, smooth, granular texture.
2. Trowel Finish: After applying float finish, apply first trowel finish and consolidate plastic
concrete by hand trowel. Continue troweling passes and restraighten until surface is free
of trowel marks and is uniform in texture and appearance.
E. Apply the following finish to face -down concrete surfaces of precast concrete.
Form Liner Finish: Cast panel over form liners placed, secured, and sealed over casting
slab to produce a textured surface free of pockets, streaks, and honeycombs. Produce a
surface appearance of uniform color and texture.
Concrete Protection and Curing: Protect freshly placed concrete from premature drying and
excessive cold or hot temperatures according to ACI 301.
1. Apply evaporation retarder in hot, dry, and windy weather to protect concrete from rapid
moisture loss before and during finishing operations.
2. Begin curing after finishing concrete.
3. Cure concrete for not less than seven days by moisture curing, moisture- retaining-cover
curing, or curing compound.
G. Sandblasting or acid etch of stencil artwork
1. Clean area for application of stencils immediately prior to application.
2. Layout stencils making all measurements to correctly align patterns.
3. When stencils are aligned, mark with chalk, in the event that re- alignment of stencils is
required.
4. Remove clear film covering the adhesive side of the stencils.
5. When stencils are in place, make sure stencils are in firm contact with concrete surface.
6. Remove clear "topmask ".
7. Remove or "weed -out' the pre -cut artwork using a small pick tool or knife.
8. Begin sandblasting making sure to blast straight down on the stencils from a distance of
at least 12 inches; avoid shooting at an angle. For sharp, clean edges, use 90 grit sand;
for rougher or deeper etching, use 60 — 30 grit sand.
9. After sandblasting is completed, the concrete may be sealed as is or acid stain may be
applied and then apply sealer.
10. Architect will indicate the procedures to follow to attain the required artistic effect.
11. Time lapse between sealing and sandblasting shall be a minimum of 28 days.
12. Alternate option, if approved by Architect to achieve artistic effect, is to seal the concrete,
sandblast the design, then leave the design as is or apply concrete stain or stains to
produce a variety of colors, as required by Architect to achieve artistic effect.
13. All decorative concrete designated in the contract documents to receive decorative
sandblasting shall be stenciled with Brickform Decorative Sandblast Stencil,
manufactured by Rafoo Products-Brick-form (800) 483 -9268, Rancho Cucamonga, CA
(909) 489 -3399 or equal, in custom designs, with artwork as designed and indicated by
architectural drawings and proofed by the Architect. Apply in accordance with
manufacturers Technical Information Sheet.
H. Overall thickness of precast concrete panels shall be V-0" with maximum recessed letters or
numbers not to exceed 2 ".
SPECIAL ARTISTIC CONCRETE 03471-5
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461. #P- 5189 -S
3.4 ERECTION OF PRECAST CONCRETE
RJC NO. 0223
04/08/2005
A. Use erection equipment with care to prevent damage to slabs and panels. Lift, support, and
erect panels only at designated lifting or supporting points indicated on Shop Drawings.
B. Do not erect panels until at least 75 percent of specified 28 -day compressive strength has been
verified.
C. Install precast concrete panels level, plumb, square, and true. Place panels on leveled grout
setting pads or shims in correct position.
D. Temporarily brace and support panels securely in position. Maintain braces and supports in
place, undisturbed, until permanent connections to panels are secured.
E. Anchor panels in place and, if indicated, to one another. Single panels are preferred.
F. Weld steel connectors to steel supports and embedments, complying with AWS D1 A.
G. Solidly grout -fill gaps between foundation system and bottom of panels.
H. Tolerances: Erect precast concrete panels without exceeding following erection tolerances:
Exterior Face Width of Joints:
a. For Panels up to 10 Feet (3 m) Tall: 1/8 inch (3 mm).
2. Joint Taper: For Panels up to 10 Feet (3 m) Tall: 118 inch (3 mm).
3. Alignment of Horizontal and Vertical Joints: 1/8 inch (3 mm).
I. Patch holes and voids left by erecting and bracing inserts, and repair damage to panels and
slabs -on-grade as directed by Architect. Remove and replace panels that do not comply with
requirements of this Section.
END OF SECTION 03470 (SEE ATTACHED SKETCHES SKA -7 — SKA -15)
SPECIAL ARTISTIC CONCRETE 03471 -6
Rear Elevation I 51cle Elevation
KEYNOTE5
1. Precast or Poured in place concrete with Integral color and medium /heavy sandblast finish. All exposed surfaces shall recieve anti- grafitti coating.
Architect will select Integral color from manufacturer's standard colors.
2. 6" tall x 1" deep smooth finish, painted with a standard manufacture's colorto be selected by Architect. Font Is Garamond Semi bold.
3. 41/2" tall x 1 "deep smothe finish, painted with a standard manufacture's color to be selected by Architect. Font is Tekton 503 8D 488 N0.
ALL FOOTINGS, HOISTING ANCHORS AND STRUCTURAL ENGINEERING SHALL BE DONE BYTHE CONTRACTOR'S CALIFORNIA LICENSED CIVIL OR STRUCTURAL ENGINEER.
ENTRY MONUMENT SIGN - QUANTITY =1
scale: 1/2"= P -0"
V 1
�1
ii
0
N
N
W
Z
20'&'
3' 8"
N
2
�
"
6 3
4
ui
Z
TIDE
n 3` Using the rock offthob eh
r and this replica, estimate
the eerrenttAdo hoight
-1'
Front Elevation
g�q
6
zo'a^
1.. 1..
178"
",
2 IL
33:
5
O
m
Corona del Mar State B ch
8
n
38
—
Rear Elevation Side Elevation
KEYNOTE5
1. Precast or Poured In place concrete with integral color and medlum /heavy sandblast finish. All exposed surfaces shall recieve anti- grafitti coating.
Architect will select Integral color from manufacturers standard colors.
2.5" tall x 1 "deep lettering with a smooth painted finish. Architect will select color from manufacturer's standard colors. Font is Tekton 503130 488N0.
3.51/2" tall x 1" deep lettering with a smooth palmed finish. Architect will select color from manufacturer's standard colors. Font is Garamond Semi Bold.
F
4.31/2" tall lettering raised from background then finished with a Ilght sandblast dusting. Font is Tekton 503130488NO.
5.8" Tall xi" deep lettering with a smooth painted finish. Architect will select color from manufacturer's standard) colors.
"
6.1" Stroke x P deep "Wavd' graffic with a smooth painted finish. Archtect will select color from manufacturer's standard colors.
ALL FOOTINGS, HOISTING ANCHORS AND STRUCTURAL ENGINEERING TO DE DONE DY CONTRACTOR'S LICENSED CIVIL OR STRUCTURAL ENGINEER.
.-.. i
TIDE MONUMENT SIGN - QUANTITY = 7
I
scale: 1/4'= V -0"
®�
O
Po
Po
W
CRA13 -9EA
13ARNAGLE5 -9EA
SEA ANEMONE -9 EA
TBD
TBD
TBD
v
SEA STAR- 9 EA
STING RAY- 9 EA
5EA URCHIN- 9 EA
u
TBD
TBD
TBD
MUSSELS- 9EA
SEA HARE- 9 EA
SCULPIN- 9 EA
Note:
*SEE 5KA -10 FOR SIZES AND FINISH
TBD = To Be Determined
Architect will provide final
SEA ANIMAL ART - QUANTITY = 9 EA. OF 9 PATTERNS
p
$
�
patterns. See SKA- 10forsize
Scale: not t05cale
3
and detail guidellnes.
a a
F-
L
N
W
z
F
r
g = Z
a 8
*All Sea animals art shall be no more than 81/2" x 11" with approximatley the same amount of detail as above.
Sea animal art will be sandblasted into concrete in locations selected by Architect.
; g
SEA ANIMAL ART: CRAB - QUANTITY = 9
0 z z d
scale: actual size
9 u
® a
4
1
,IJ
W
Z
changing. Strong wiper
11-ss
�O�e<Waves
18" AM�sd'd Ge��ee
ayapdcausesteepWO",�' aGee
J 3Q
W IIL
g
1. Concrete Bench Wall - See Landscape Drawings
O in
2. 2" tall sandblasted text. Text curved baseline is to simulate the curve of a tidal chart.
Font is Tekton 50315D 488NO.
NOTE:
Text indicated on graphic above is an example for size and layout only. Final text graphics
will be provided by Architect. There shall be a total of 9 unique text graphics. Each text
graphic shall not exceed 12' -0" in length.
N
0
°z
c
Of
BENCH WALL SANDBLASTED TEXT- QUANTITY = I EA. OF 9 PATTERNS
E
®
scab: 1 1'
+
i
�
I
o
�
8'
v
ESCAPE C,
W z
6L JYQ?, LQU"J MPQU MUM- 1111' 9jld �JO °EM"04MY ,UC
qy tQ .,It �a
°F)��
L
E
.-
e�
id
0 a
m
n "IIKsnWo.c°°8 N ,° dN QaaA +Wun will °n
0 =
2
ca
1
a
1.5tained concrete field ( Plan on solid color for each field, No more than 3 colors). 5tained field will have a 1/4" wide
sandblasted border.
2.13/4" tall sandblasted lettering. Font is Tekton 5035[) 488NO.
'Architect will select colors from standard manufacturer's colors
NOTE:
Text indicated on graphic above is an example for size and layout only. Final text graphics
shall be as follows:
A. "A rip current forms when water from waves returns to sea Ina narrow current. It will not pull you under."
u
5. "A rip current can be from 50 feet wide to 50 yards wide. it can travel faster than an Olympic swimmer."
C. "On the surface, a rip current often looks like foamy, dirty, or choppy water."
€
D. "Check the conditions before you swim to identify any dangerous currents."
RIPTIDE SIDE WALK GRAPHIC - QUANTITY =1
"
®
scale: 3/4" = 1 ' -0"
® a
8 }
�
3 O
Z
t
GfhMNUb
'us t
hZ-
, d
LU tic
�➢ \�
Z
2
cc
2
U
SANTA ANA RIVER WATERSHED, 7
2,800 50. MI. POP 4.8 MIL..
1. Stained concrete field (Color A). Border of region will have a 1/4" sandblasted border.
2.5talned concretefield (Color 13). Border of region will have a 1/4" sandblasted border.
3.5tained concrete fleld (Color C) Border of region will have a 1/8" sandblasted border.
4. Stained concrete field (Color C). Dorderof region will have a 1/8" sandblasted border.
5.11/2 " tall sandblasted text. Font 15 Tekton 503 6D 48 NO.
6.21/2 "tall sandblasted text. Font is Tekton 503 DD 48 NO.
7.31/2" tall sandblasted text. Font is Tekton 503 BD 48 NO.
pi
'Architect will select colors from standard manufacturer'5 colors.
a
WATER SHED SIDE WALK GRAPHIC - QUANTITY =1
scale: 3/4" = 1' -0"
c 9 a
L
a�
�
PoW
11'
\\��,d�'o the depth of7fooe P
a a Gwi
p+�a
a
3' _ 0..
n
0117t enou9hWa
p
2
V I
a
1.21/2" tail sandblasted text. Font 15 Tekton 503 13P455 N0.
2.5hower poles
Note:
Text indicated on graphic above i5 an example for size and layout only.
Final text graphics will be provided by Architect. There shall be a total
of 3 unique graphics.
WATER QUALITY TEXT AT SHOWERS -QUANTITY= I EA.OF 3 PATTERNS
scale: 3 /4 " =1' -0"
®<0
ra Thereare73
t tyd
hshed5'0
8'-4 if -
r� ocean
Cpunty: a!! the �4ter eventua«� r�aGr���
I
2
1. r TALL SANDBIASTED TEXT. FONT IS TEKTTON 503 BID 4W40-
�m;
TEXT INDICATED PI GRAPHIC ABOVE I5 AN EXAMPLE FOR SIZE AND
LAYOUT ONLY. FINAL TEXT WILL BE PROVIDED BY ARGWTECT. THERE
SHALL BE A TOTAL OF 3 UNOUE TEXT GRAPHCS.
WATER QUALITY TEXT AT DRAIN INLETS
QUANTITY = 1 EA. OF 3 PATTERNS
SCALE: NOT TO SCALE
Lt's
V
iii
ii !�
A
i
I
ga
8
�r
0
0
N
W
z
a
i
G
a
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
SECTION 04220 - CONCRETE BLOCK MASONRY
PART 1- GENERAL
1.1 WORK INCLUDED
A. Concrete block masonry.
B. Reinforcing steel, mortar and grout for concrete block masonry, embed dowels in
concrete for anchoring concrete block masonry to concrete.
C. Install anchors, frames and similar items furnished by other trades for installation in
concrete block masonry; grout hollow metal frames solidly.
D. Remove excess mortar and grout, and clean exposed concrete block masonry surfaces.
1.3 QUALITY ASSURANCE
A. Tolerances for concrete block masonry:
1. Maximum variation from plumb
a. In walls and corners: 1/4" in 101; 318" in any story or 20' maximum; 112"
in 40'.
b. For external corners and other conspicuous lines: 1/4" in any story or 20'
maximum; 1/2" in 40'.
2. Maximum variation from level or indicated elevations:
1/4" in any bay or 20'; 1/2" in 40'.
3. Maximum variation from plan position indicated on the Drawings: 1/2" maximum.
1.4 SUBMITTALS
A. Make submittals in accordance with the requirements of Section 01340 - "Submittals ".
B. Submit certification showing material compliance with these Specifications before
delivering concrete block units to the jobsite.
1.5 HANDLING
A. Ship, handle and store concrete blocks to avoid chipping, cracking or damaging them.
Concrete block with spalled corners may be used provided the damaged corners are
concealed in the finished work. Do not use damaged concrete block at exposed
locations.
B. Store concrete blocks in a dry, well ventilated space, under cover and off the ground, to
prevent their getting wet.
CONCRETE BLOCK MASONRY 04220 -1
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
PART 2- PRODUCTS
2.1 MATERIALS
A. Mortar and grout materials:
1. Portland cement: ASTM C150, Type V; use same type and manufacture for all
work.
2. Lime: ASTM C207, Type S.
3. Aggregates:
a. For mortar: Natural sand, ASTM C144.
b. For grout: ASTM C404.
C. Water: Potable and fresh, free of ingredients harmful to mortar and
grout.
4. Admixtures: Sika grout aid for all grout. Sika red label for mortar.
B. Concrete block: Fine - textured steam -cured units complete with all required special
shapes, conforming to the following requirements:
1. ASTM C90, Grade N -1, hollow, load- bearing, double open end, bond beam units
unless otherwise noted.
2. Type: Medium Weight.
3. Size: 16" long x 8" high x thicknesses indicated on the Drawings.
4. Colors are based upon RCP precision block color "Mission" and splitface colors
"Buff" and "El Rancho"
C. Reinforcing steel: ASTM A615, Grade 60.
D. Concrete block cleaner: "Sure Klean No. 600 Detergent" by Process Solvent Co., Inc.,
"Doex Chemical Cleaner" by National Chemsearch Corp., or equal.
2.2 MORTAR AND GROUT
A. Mix mortar and grout uniformly in the proportions required by the Building Code. Ready -
mix mortar and grout may be used, at the Contractor's option, provided it conforms to
Building Code requirements. Add admixtures at jobsite just prior to use. Turn mixture 30
revolutions after adding.
B. Job mix grout as fluid as possible for pouring without segregation of parts. Slump to
range between 8 and 10 inches.
C. Mix mortar and grout by placing one -half of water and sand in a power operated mixer,
then add cement, lime, admixture, and the remainder of sand and water.
D. Mortar may be retempered with water as required to maintain high plasticity. Retemper
on mortar boards only by adding water within a basin formed within the mortar and rework
the mortar into the water. Do not use mortar or grout which is unused within 1 -112 hours
of mixing.
E. Mix mortar and grout mechanically for not less than three minutes after all ingredients
have been placed in the mixer.
PART 3 - EXECUTION
3.1 INSPECTION
CONCRETE BLOCK MASONRY 04220-2
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 93461, PLAN #P- 5189 -S
A. Inspect adjacent construction and make sure that all conditions detrimental to the proper
and timely execution of this work have been corrected before proceeding.
B. Shear Walls and Bearing Walls: Inspection required during preparation of masonry wall
prisms, sampling and placing of all masonry units, placement of reinforcement, inspection
of grout space, immediately prior to closing of cleanouts, and during all grouting
operations. Test specimens may consist of either one prism test for each 5000 square
feet of wall area or a series of tests based on both grout and mortar for the first three
consecutive days and each third day thereafter.
3.2 SHORING AND BRACING
A. Provide all shores and bracing required for this work. Construct shoring and bracing to
required shapes and sizes, capable of supporting and sustaining the loads to which they
will be subjected without failure or deflection. Leave shores and bracing in place until
concrete block masonry can safely carry all required live and dead loads.
B. Brace concrete block masonry walls adequately to withstand all forces they will be
subjected to during construction. Walls are not designed to be self supporting for lateral
loads until attached to floor and roof elements.
3.3 WORKMANSHIP
A. Erect concrete block masonry plumb, level, square and straight to indicated lines and
dimensions, with head joints filled solidly with mortar.
B. Do not use fractional parts of concrete block where whole block can be used. Chinking
joints with fragments and bats is prohibited.
C. Concrete block masonry shall be sound, dry, clean and free from cracks when placed.
Do not wet the block, except that in very dry weather the block contact surfaces shall be
moistened just before laying.
D. Puddle grout and rod it thoroughly to insure its contact with cells of concrete block
masonry units and reinforcing steel. Provide a minimum clearance of one bar diameter of
reinforcement between sides of concrete block masonry cells and reinforcing steel. For
high lift grouting use mechanical vibrator.
E. Saw cut concrete block neatly and accurately as necessary to provide openings for the
work of other trades, with diamond or abrasive saws to produce straight, sharp edges
without spalling or other defects, and of sizes required to maintain uniform joint widths.
F. If it is necessary to move a concrete block after it has been once set in place, remove the
unit, clean it and set it in fresh mortar.
3.4 REINFORCING STEEL
A. Conform to the applicable requirements of Section 03300 - "Cast -In -Place Concrete" as
though repeated verbatim herein. Place reinforcing steel in the locations shown on the
Drawings, with a minimum clearance of one bar diameter of reinforcement between sides
of concrete block masonry cells and reinforcing steel. When a dowel does not line up
with a vertical core, do not slope more than one horizontal in six vertical. Grout dowels in
a core in vertical alignment, even though it is a cell adjacent to the vertical wall reinforcing.
CONCRETE BLOCK MASONRY 1 04220 -3
CITY OF NEWPORT BEAC. RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
B. Keep reinforcing steel straight, except at corners, and where bends or hooks are
specifically indicated on the Drawings.
C. Lap splices in reinforcing steel in accordance with Building Code requirements, and
separate them by one bar diameter or wire them together.
3.5 GROUTING
A. Grout cells of indicated concrete block masonry in lifts less than 4' high. At Contractor's
option, high lift grouting may be used provided its installation conforms to Building Code
requirements, and the Contractor pays all necessary extra inspection costs.
B. Keep mortar droppings out of grout spaces, or remove them from the grout spaces before
grouting. Puddle or vibrate grout thoroughly to eliminate air pockets and assure bonding
with reinforcing steel.
C. Keep vertical cells free of mortar droppings and in vertical alignment to maintain
continuous, unobstructed cells not less than 4" x 4" when coarse grout is used, and 2" x
3" for all other conditions.
D. Grout bolts and anchors inserted in the concrete block masonry solidly in place so that
there is a minimum of 1" of grout between the bolts and the side of the concrete block
masonry cell wall.
E. Fill all cells solidly with grout. Stop pours 1 -1/2" below the top of a course to form a
mechanical key at pour joints.
F. Grout beams over openings in one continuous operation.
G. Solidly grout all courses containing horizontal reinforcing steel.
3.6 JOINTS AND BONDING
A. Clean concrete bearing surfaces and remove all laitance by steel brushing or
sandblasting to expose the coarse aggregates before laying the first course of concrete
block masonry.
B. Lay concrete block masonry in straight and uniform courses in a running bond pattern.
Lay the starting joint on concrete bearing surfaces with full mortar coverage, except that
area where grout occurs shall be free from mortar so that grout will contact the bearing
surface.
C. Mortar joints shall be straight, clean and of a uniform width (approximately 318 "). Strike
joints flush where concrete block masonry will have an elastomeric coating applied on it;
tool all other joints with a rounded jointing tool to produce concave joints well bonded to
the block.
D. Tool joints with a rounded bar when the mortar has partially set but still sufficiently plastic
to bond. Rake out joints which are not tight at the time of tooling, point and then retool.
E. Horizontal joints shall have full mortar coverage on face shells.
F. Butter head joints well for the full width of the face shell and shove these joints tightly so
that the mortar bonds well to both concrete block.
CONCRETE BLOCK MASONRY 04220 -4
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S'
G. Provide vertical contraction joints at a spacing not to exceed 30 feet on center in all block
masonry walls.
3.7 CLEANING AND PROTECTING
A. Remove mortar and grout stains from concrete block surfaces immediately upon their
discovery. Clean exposed concrete block surfaces with one of the specified cleaners
used in strict accordance with the manufacturer's printed instructions. Take all necessary
precautions to avoid staining the concrete block and adjacent surfaces. Cover sills and
top course of unfinished work with waterproof coverings and tie securely in place to
prevent its accidental displacement.
B. Dampen (but don't saturate) the surface of the concrete block masonry with a light fog
spray when the atmosphere is excessively dry and keep it damp for approximately three
days to permit the mortar to thoroughly cure.
END OF SECTION 04220
CONCRETE BLOCK MASONRY 04220 -5
CITY OF NEWPORT BEAC. • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 04220 - CONCRETE BLOCK MASONRY
PART 1- GENERAL
1.01 WORK INCLUDED
A. Concrete block masonry.
B. Reinforcing steel, mortar and grout for concrete block masonry. Furnish dowels to be
embedded in concrete for anchoring concrete block masonry to concrete.
C. Install anchors, frames and similar items furnished by other trades for installation in
concrete block masonry; grout hollow metal frames solidly.
D. Remove excess mortar and grout, and clean exposed concrete block masonry surfaces.
1.02 RELATED WORK
A. Reinforcing steel for concrete.
B. Installation of dowels for anchoring concrete block masonry to concrete.
1.03 QUALITY ASSURANCE
A. Tolerances for concrete block masonry:
Maximum variation from plumb
a. In walls and corners: 114" in 10'; 3/8" in any story or 20' maximum; 112" in
40'.
b. For external corners and other conspicuous lines: 1/4" in any story or 20'
maximum; 112" in 40'.
2. Maximum variation from level or indicated elevations:
1/4" in any bay or 20'; 112" in 40'.
3. Maximum variation from plan position indicated on the Drawings: 112" maximum.
1.04 SUBMITTALS
A. Make submittals in accordance with the requirements of Section 01340 - "Submittals ".
B. Submit certification showing material compliance with these Specifications before
delivering concrete block units to the jobsite.
1.05 HANDLING
A. Ship, handle and store concrete blocks to avoid chipping, cracking or damaging them.
Concrete block with spalled corners may be used provided the damaged comers are
concealed in the finished work. Do not use damaged concrete block at exposed
locations.
B. Store concrete blocks in a dry, well ventilated space, under cover and off the ground, to
prevent their getting wet.
CONCRETE BLOCK MASONRY 04220 -1
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.01 MATERIALS
A. Mortar and grout materials:
1. Portland cement: ASTM C150, Type I, II or III; use same type and manufacture
for all work.
2. Lime: ASTM C207, Type S.
3. Aggregates:
a. For mortar: Natural sand, ASTM C144.
b. For grout: ASTM C404.
C. Water: Potable and fresh, free of ingredients harmful to mortar and
grout.
4. Admixtures: Sika grout aid for all grout. Sika red label for mortar.
B. Concrete block: Fine - textured steam -cured units complete with all required special
shapes, conforming to the following requirements:
1. ASTM C90, Grade N -1, hollow, load- bearing.
2. Type: Normal Weight.
3. Size: 16" long x 8" high x thicknesses indicated on the Drawings.
4. Color: Uniformly grey.
C. Reinforcing steel: ASTM A615, Grade 60.
D. Concrete block cleaner: "Sure Klean No. 600 Detergent" by Process Solvent Co., Inc.,
"Doex Chemical Cleaner' by National Chemsearch Corp., or equal.
2.02 MORTAR AND GROUT
A. Mix mortar and grout uniformly in the proportions required by the Building Code. Ready -
mix mortar and grout may be used, at the Contractor's option, provided it conforms to
Building Code requirements. Add admixtures at jobsite just prior to use. Turn mixture 30
revolutions after adding.
B. Job mix grout as fluid as possible for pouring without segregation of parts. Slump to
range between 8 and 10 inches.
C. Mix mortar and grout by placing one -half of water and sand in a power operated mixer,
then add cement, lime, admixture, and the remainder of sand and water.
D. Mortar may be retempered with water as required to maintain high plasticity. Retemper
on mortar boards only by adding water within a basin formed within the mortar and rework
the mortar into the water. Do not use mortar or grout that is unused within 1 -112 hours of
mixing.
E. Mix mortar and grout mechanically for not less than three minutes after all ingredients
have been placed in the mixer.
CONCRETE BLOCK MASONRY 04220 -2
CITY OF NEWPORT BEACH• •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
PART 3 - EXECUTION
3.01 INSPECTION
RJC NO. 0223
04/08/2005
A. Inspect adjacent construction and make sure that all conditions detrimental to the proper
and timely execution of this work have been corrected before proceeding.
B. Shear Walls and Bearing Walls: Inspection required during preparation of masonry wall
prisms, sampling and placing of all masonry units, placement of reinforcement, inspection
of grout space, immediately prior to closing of cleanouts, and during all grouting
operations. Test specimens may consist of either one prism test for each 5000 square
feet of wall area or a series of tests based on both grout and mortar for the first three
consecutive days and each third day thereafter.
3.02 SHORING AND BRACING
A. Provide all shores and bracing required for this work. Construct shoring and bracing to
required shapes and sizes, capable of supporting and sustaining the loads to which they
will be subjected without failure or deflection. Leave shores and bracing in place until
concrete block masonry can safely carry all required live and dead loads.
B. Brace concrete block masonry walls adequately to withstand all forces they will be
subjected to during construction. Walls are not designed to be self supporting for lateral
loads until attached to floor and roof elements.
3.03 WORKMANSHIP
A. Erect concrete block masonry plumb, level, square and straight to indicated lines and
dimensions, with head joints filled solidly with mortar.
B. Do not use fractional parts of concrete block where whole block can be used. Chinking
joints with fragments and bats is prohibited.
C. Concrete block masonry shall be sound, dry, clean and free from cracks when placed.
Do not wet the block, except that in very dry weather the block contact surfaces shall be
moistened just before laying.
D. Puddle grout and rod it thoroughly to insure its contact with cells of concrete block
masonry units and reinforcing steel. Provide at least 112" clearance between sides of
concrete block masonry cells and reinforcing steel. For high lift grouting use mechanical
vibrator.
E. Saw cut concrete block neatly and accurately as necessary to provide openings for the
work of other trades, with diamond or abrasive saws to produce straight, sharp edges
without spalling or other defects, and of sizes required to maintain uniform joint widths.
If it is necessary to move a concrete block after it has been once set in place, remove the
unit, clean it and set it in fresh mortar.
3.04 REINFORCING STEEL
A. Conform to the applicable requirements of Section 03300 - "Cast -In -Place Concrete' as
though repeated verbatim herein. Place reinforcing steel in the locations shown on the
Drawings, with a minimum of 1/2" grout space between reinforcing steel and masonry.
When a dowel does not line up with a vertical core, do not slope more than one horizontal
CONCRETE BLOCK MASONRY 04220 -3
CITY OF NEWPORT BEAC. • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P -51895
in six vertical. Grout dowels in a core in vertical alignment, even though it is a cell
adjacent to the vertical wall reinforcing.
B. Keep reinforcing steel straight, except at corners, and where bends or hooks are
specifically indicated on the Drawings.
C. Lap splices in reinforcing steel in accordance with Building Code requirements, and
separate them by one bar diameter or wire them together.
3.05 GROUTING
A. Grout cells of indicated concrete block masonry in lifts less than 4' high. At Contractor's
option, high lift grouting may be used provided its installation conforms to Building Code
requirements, and the Contractor pays all necessary extra inspection costs.
B. Keep mortar droppings out of grout spaces, or remove them from the grout spaces before
grouting. Puddle or vibrate grout thoroughly to eliminate air pockets and assure bonding
with reinforcing steel.
C. Keep vertical cells free of mortar droppings and in vertical alignment to maintain
continuous, unobstructed cells not less than 4" x 4" when coarse grout is used, and 2" x
3" for all other conditions.
D. Grout bolts and anchors inserted in the concrete block masonry solidly in place so that
there is a minimum of 1" of grout between the bolts and the side of the concrete block
masonry cell wall.
E. Fill all cells solidly with grout. Stop pours 1 -1/2" below the top of a course to form a
mechanical key at pour joints.
F. Grout beams over openings in one continuous operation.
G. Solidly grout all courses containing horizontal reinforcing steel.
3.06 JOINTS AND BONDING
A. Clean concrete bearing surfaces and remove all laitance by steel brushing or
sandblasting to expose the coarse aggregates before laying the first course of concrete
block masonry.
B. Lay concrete block masonry in straight and uniform courses in a running bond pattern.
Lay the starting joint on concrete bearing surfaces with full mortar coverage, except that
area where grout occurs shall be free from mortar so that grout will contact the bearing
surface.
C. Mortar joints shall be straight, clean and of a uniform width (approximately 3/8 "). Strike
joints flush where concrete block masonry will have an elastomeric coating applied on it;
tool all other joints with a rounded jointing tool to produce concave joints well bonded to
the block.
D. Tool joints with a rounded bar when the mortar has partially set but still sufficiently plastic
to bond. Rake out joints which are not tight at the time of tooling, point and then retool.
E. Horizontal joints shall have full mortar coverage on face shells.
CONCRETE BLOCK MASONRY 04220.4
CITY OF NEWPORT BEACH• RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
F. Butter head joints well for the full width of the face shell and shove these joints tightly so
that the mortar bonds well to both concrete block.
G. Provide vertical contraction joints at a spacing not to exceed 30 feet on center in all block
masonry walls.
3.07 CLEANING AND PROTECTING
A. Remove mortar and grout stains from concrete block surfaces immediately upon their
discovery. Clean exposed concrete block surfaces with one of the specified cleaners
used in strict accordance with the manufacturer's printed instructions. Take all necessary
precautions to avoid staining the concrete block and adjacent surfaces. Cover sills and
top course of unfinished work with waterproof coverings and tie securely in place to
prevent its accidental displacement.
B. Dampen (but don't saturate) the surface of the concrete block masonry with a light fog
spray when the atmosphere is excessively dry and keep it damp for approximately three
days to permit the mortar to thoroughly cure.
END OF SECTION
CONCRETE BLOCK MASONRY 04220 -5
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 05120 - STRUCTURAL STEEL
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes structural steel.
1.2 PERFORMANCE REQUIREMENTS
RJC NO. 0223
04/08/2005
A. Connections: Provide details of simple shear connections required by the Contract Documents
to be selected or completed by structural -steel fabricator to withstand ASD or LRFD loads
indicated and comply with other information and restrictions indicated.
Select and complete connections using schematic details indicated and AISC's "Manual
of Steel Construction, Allowable Stress Design" or "Manual of Steel Construction, Load
and Resistance Factor Design ".
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop & Erection Drawings: Show fabrication of structural -steel components. Drawings shall
specify weld demand and consequence categories, as well as identification of the applicable
W PS for each weld.
C. Welding certificates.
D. Mill test reports.
E. Source quality - control test reports.
F. Welding procedure specifications (WPS).
G. Certificates of Compliance. The Contractor shall submit a letter stating that the manufacturers
certifications and test reports have been reviewed, and that the materials being furnished for the
project are in conformance with the applicable standards, specifications and project documents.
H. Welding Performance Qualifications Records (WPQR'S). Submit written welding performance
qualification records for all welding - Personnel under the Contractor's supervision who will be
welding on the project.
1.4 QUALITY ASSURANCE
A. Fabricator Qualifications: A qualified fabricator who participates in the AISC Quality
Certification Program and is designated an AISC- Certified Plant, Category Skid.
STRUCTURALSTEEL 05120 -1
CITY OF NEWPORT BEAC. • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
B. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code-
- Steel ".
C. Comply with applicable provisions of AISC's "Code of Standard Practice for Steel Buildings and
Bridges ".
D. Preinstallation Conference: Conduct conference at project site.
PART2- PRODUCTS
2.1 STRUCTURAL -STEEL MATERIALS
A. WShapes and WT- Shapes: ASTM A 572, Grade 50 or ASTM A992, Grade 50.
B. Channels and Angles: ASTM A 36, Grade 36 or ASTM A 572, Grade 50.
C. Plates and Bars: ASTM A 36, Grade 36, or ASTM A 572, Grade 50.
D. Cold- Formed Hollow Structural Sections: ASTM A 500, Grade B, structural tubing.
E. Steel Pipes: ASTM A 53, Type E, Grade B.
F. Welding Electrodes: Comply with AWS requirements.
2.2 BOLTS, CONNECTORS, AND ANCHORS
A. High - Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy hex steel structural bolts;
ASTM A 563 heavy hex carbon -steel nuts; and ASTM F 436 hardened carbon -steel washers.
1. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50.
2. Direct - Tension Indicators: ASTM F 959, Type 325 compressible- washer type.
a. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50.
B. Shear Connectors: ASTM A 108, Grades 1015 through 1020, headed -stud type, cold - finished
carbon steel; AWS D1.1, Type B.
C: Anchor Rods: ASTM F 1554, Grade 36, or ASTM F 1554, Grade 55, weldable.
1. Configuration: Straight.
2. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50..
D. Threaded Rods: ASTM A 361A 36M or ASTM A 1931A 193M.
1. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50.
STRUCTURALSTEEL 05120 -2
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.3 PRIMER
A. Primer: Fabricator's standard lead- and chromate -free, nonasphaltic, rust4nhibiting primer.
2.4 GROUT
A. Nonmetallic, Shrinkage - Resistant Grout: ASTM C 1107, factory- packaged, nonmetallic
aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for
application and a 30- minute working time.
2.5 FABRICATION
A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate
according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC's
"Specification for Structural Steel Buildings -- Allowable Stress Design and Plastic Design" or
"Load and Resistance Factor Design Specification for Structural Steel Buildings ".
B. Shear Connectors: Prepare steel surfaces as recommended by manufacturer of shear
connectors. Use automatic end welding of headed -stud shear connectors according to
AWS D1.1 and manufacturer's written instructions.
2.6 SHOP CONNECTIONS
A. High - Strength Bolts: Shop install high - strength bolts according to RCSC's "Specification for
Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified.
1. Joint Type: Slip - Critical.
B. Weld Connections: Comply with 2002 edition of AWS D1.1 for welding procedure
specifications, tolerances, appearance, and quality of welds and for methods used in correcting
welding work.
C. Each welder shall stamp a unique symbol at each completed welding.
2.7 SHOP PRIMING
A. Galvanize and shop prime steel surfaces except the following:
1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded
members to a depth of 2 inches.
2. Surfaces to be field welded.
3. Surfaces to be high- strength bolted with slip - critical connections.
4. Surfaces to receive sprayed fire- resistive materials.
5. Galvanized surfaces.
B. Surface Preparation:
spatter, slag, or flux
standards:
Clean surfaces to be painted. Remove loose rust and mill scale and
deposits. Prepare surfaces according to the following specifications and
STRUCTURALSTEEL 05120 -3
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Hot -dip galvanize all structural steel members and accessones to comply with ASTM
A1231A123M or ASTM A153/A 153M as applicable.
2. SSPC -SP 3, "Power Tool Cleaning ".
C. Priming: Immediately after surface preparation, apply primer according to manufacturer's
written instructions and at rate recommended by SSPC to provide a dry film thickness of not
less than 1.5 mils. Use priming methods that result in full coverage of joints, corners, edges,
and exposed surfaces.
2.8 SOURCE QUALITY CONTROL
A. The Owner will engage an independent testing and inspecting agency to perform shop tests and
inspections and prepare test reports. Comply with testing and inspection requirements of
Part 3, Article "Field Quality Control ".
B. Correct deficiencies in Work that test reports and inspections indicate does not comply with the
Contract Documents.
C. In addition to visual inspection, shop - welded shear connectors will be tested and inspected
according to requirements in AWS D1.1 for stud welding.
PART 3 - EXECUTION
3.1 ERECTION
A. Examination: Verify elevations of concrete- and masonry- bearing surfaces and locations of
anchor rods, bearing plates, and other embedments, with steel erector present, for compliance
with requirements.
Proceed with installation only after unsatisfactory conditions have been corrected.
B. Set structural steel locations and elevations accurately according to AISC's "Code of Standard
Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings- -
Allowable Stress Design and Plastic Design" or "Load and Resistance Factor Design
Specification for Structural Steel Buildings ".
C. Base and Bearing Plates: Clean concrete- and masonry- bearing surfaces of bond- reducing
materials, and roughen surfaces prior to setting base and bearing plates. Clean bottom surface
of base and bearing plates.
1. Set base and bearing plates for structural members on wedges, shims, or setting nuts as
required.
2. Weld plate washers to top of base plate.
3. Snug- Tighten anchor rods after supported members have been positioned and plumbed.
Do not remove wedges or shims but, If protruding, cut off flush with edge of base or
bearing plate before packing with grout.
4. Promptly pack grout solidly between bearing surfaces and base or bearing plates so no
voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply
with manufacturer's written installation instructions for shrinkage - resistant grouts.
STRUCTURALSTEEL 05120 -4
CITY OF NEWPORT BEACH• RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
D. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for
Steel Buildings and Bridges ".
3.2 FIELD CONNECTIONS
A. High- Strength Bolts: Shop install high- strength bolts according to RCSC's "Specification for
Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint specified.
Joint Type: Pretensioned.
B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications, tolerances,
appearance, and quality of welds and for methods used in correcting welding work.
Comply with AISC's "Code of Standard Practice for Steel Buildings and Bridges" and
"Specification for Structural Steel Buildings -- Allowable Stress Design and Plastic Design"
or "Load and Resistance Factor Design Specification for Structural Steel Buildings" for
bearing, adequacy of temporary connections, alignment, and removal of paint on
surfaces adjacent to field welds.
C. Each welder shall stamp a unique symbol at each completed welding.
3.3 FIELD QUALITY CONTROL
A. Testing Agency: The Client will engage a qualified independent testing and inspecting agency
to inspect field welds and high- strength bolted connections.
B. Bolted Connections: Shop - bolted connections will be tested and inspected according to
RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts ".
C. Welded Connections: Field welds will be visually inspected according to the 2002 edition of
AWS D1.1.
In addition to visual inspection, field welds will be tested according to the 2002 edition of
AWS D1.1 and the following inspection procedures, at testing agency's option. All welds
tested, shall be visibly marked by the Inspector on the steel approximately
a. Liquid Penetrant Inspection: ASTM E 165.
b. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on
finished weld. Cracks or zones of incomplete fusion or penetration will not be
accepted.
C. Ultrasonic Inspection: ASTM E 164.
d. Radiographic Inspection: ASTM E 94.
D. Correct deficiencies in Work that test reports and inspections indicate does not comply with the
Contract Documents at no expense to the Client.
END OF SECTION 05120
STRUCTURALSTEEL 05120 -5
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 05500 - METAL FABRICATIONS
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Miscellaneous steel framing and supports.
2. Shelf angles.
3. Loose bearing and leveling plates.
4. Steel weld plates and angles.
5. Miscellaneous steel trim.
6. Metal bollards.
7. Pipe guards.
8. Loose steel lintels.
1.2 SUBMITTALS
RJC NO, 0223
04/08/2005
A. Shop Drawings: Include plans, elevations, sections, and details of metal fabrications and their
connections. Show anchorage and accessory items.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply to
product selection:
1. Products: Subject to compliance with requirements, provide one of the products
specified.
2.2 METALS
A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes.
B. Ferrous Metals:
1. Steel Plates, Shapes, and Bars: ASTM A 36 1A 36M.
2. Stainless -Steel Bars and Shapes: ASTM A 276, Type 304.
3. Steel Tubing: ASTM A 500, cold- formed steel tubing.
4. Steel Pipe: ASTM A 53 /A 53M, standard weight (Schedule 40), unless another weight is
indicated or required by structural loads.
C. Nonferrous Metals:
METAL FABRICATIONS 05500 -1
CITY OF NEWPORT BEACH• RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
Aluminum Extrusions: ASTM B 221 (ASTM B 221 M), alloy 6063 -T6.
2.3 FASTENERS
A. General: Type 304 stainless -steel fasteners for exterior use and zinc - plated fasteners with
coating complying with ASTM B 633, Class Fe /Zn 5, at exterior walls. Provide stainless -steel
fasteners for fastening aluminum. Select fasteners for type, grade, and class required.
B. Cast -in -Place Anchors in Concrete: Threaded or wedge type; galvanized ferrous castings,
either ASTM A 471A 47M malleable iron or ASTM A 27 1A 27M cast steel. Provide bolts,
washers, and shims as needed, hot -dip galvanized per ASTM A 153/A 153M.
2.4 MISCELLANEOUS MATERIALS
A. Zinc -Rich Primer: Complying with SSPC -Paint 20 or SSPC -Paint 29 and compatible with
topcoat.
Products:
a. Benjamin Moore & Co.; Epoxy Zinc -Rich Primer CM18/19.
b. Carboline Company; Carbozinc 621.
C. ICI Devoe Coatings; Catha -Coat 313.
d. International Coatings Limited; Interzinc 315 Epoxy Zinc -Rich Primer.
e. PPG Architectural Finishes, Inc.; Aquapon Zinc -Rich Primer 97 -670.
f. Sherwin- Williams Company (The); Corothane I GalvaPac Zinc Primer.
g. Tnemec Company, Inc.; Tneme -Zinc 90 -97.
B. Galvanizing Repair Paint: SSPC -Paint 20, high -zinc- dust - content paint for re- galvanizing welds
in steel.
C. Non - shrink, Nonmetallic Grout: Factory- packaged, non - staining, non - corrosive, nongaseous
grout complying with ASTM C 1107.
D. Concrete Materials and Properties: Comply with requirements in Division 3 Section "Cast -in-
Place Concrete" for normal- weight, air - entrained, ready -mix concrete with a minimum 28 -day
compressive strength of 3000 psi unless otherwise indicated.
2.5 FABRICATION
A. General: Preassemble items in the shop to greatest extent possible. Use connections that
maintain structural value of joined pieces.
1. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges.
Remove sharp or rough areas on exposed surfaces.
2. Weld corners and seams continuously. Use materials and methods that minimize
distortion and develop strength and corrosion resistance of base metals. Obtain fusion
METAL FABRICATIONS 05500-2
CITY OF NEWPORT BEACH • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
without undercut or overlap. Remove welding flux immediately. Finish exposed welds
smooth and blended.
3. Form exposed connections with hairline joints, flush and smooth, using concealed
fasteners where possible. Locate joints where least conspicuous.
4. Fabricate seams and other connections that will be exposed to weather in a manner to
exclude water. Provide weep holes where water may accumulate.
5. Where units are indicated to be cast into concrete or built into masonry, equip with
integrally welded steel strap anchors, not less than 24 inches o.c.
B. Miscellaneous Framing and Supports: Provide steel framing and supports not specked in other
Sections as needed to complete the Work. Fabricate units from steel shapes, plates, and bars
of welded construction. Cut, drill, and tap units to receive hardware, hangers, and similar items.
1. Fabricate steel girders for wood frame construction from continuous steel shapes. Where
wood nailers are attached to girders with bolts or lag screws, drill holes at 24 inches o.c.
2. Fabricate steel pipe columns for supporting wood frame construction with steel base
plates and top plates, welded to pipe with fillet welds the same size as pipe wall
thickness.
C. Loose Steel Lintels: Fabricate loose steel lintels from steel angles and shapes of size indicated
for openings and recesses in masonry walls and partitions at locations indicated.
Lintels in Exterior Walls: Galvanize
D. Shelf Angles: Fabricate shelf angles of sizes indicated and for attachment to framing.
Fabricate with horizontally slotted holes to receive 314 -inch (19 -mm) bolts, spaced not more
than 6 inches (150 mm) from ends and 24 inches (600 mm) o.c.
1. Shelf Angles in Exterior Walls: Galvanize
2. Furnish wedge -type concrete inserts, complete with fasteners, to attach shelf angles to
cast -in -place concrete.
E. Loose Bearing and Leveling Plates: Provide loose bearing and leveling plates for steel items
bearing on masonry or concrete construction. Drill plates to receive anchor bolts.
F. Miscellaneous Steel Trim: Fabricate units from steel shapes, plates, and bars of profiles shown
with continuously welded joints and smooth exposed edges. Miter corners and use concealed
field splices where possible. Provide cutouts, fittings, and anchorages as needed to coordinate
assembly and installation with other work.
Exterior Miscellaneous Steel Trim: Galvanize
G. Galvanized Pipe Guards: Fabricate from 3/8 -inch- (9.5 -mm -) thick by 12 -inch- (300 -mm -) wide
steel plate, bent to fit flat against the wall or column at both ends and to fit around pipe with 2-
inch (50 -mm) clearance between pipe and pipe guard. Drill each end for two 314 -inch (19 -mm)
anchor bolts.
H. Bicycle Racks: Hannan Specialties, Inc., Townsend Rack, RR 36 — 13, 11 Loop River rack, 11'-
5° long by 3' high, galvanized steel or equal products of AAA Ribbon Rack Co., Columbia
Cascade or Dero Bike Rack Company.
2.6 FINISHES
METAL FABRICATIONS 05500-3
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes. Finish metal fabrications after
assembly.
B. Steel and Iron Finishes:
1. Hot -dip galvanize items as indicated to comply with ASTM A 123/A 123M or
ASTM A 153/A 153M as applicable.
2. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with
requirements indicated below for environmental exposure conditions of installed metal
fabrications:
a. Exteriors SSPC -SP 6 /NACE No. 3, "Commercial Blast Cleaning.
b. Interiors (SSPC Zone 1A): SSPC -SP 3, "Power Tool Cleaning."
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal
fabrications accurately in location, with edges and surfaces level, plumb, and true.
1. Fit exposed connections accurately together. Weld connections that are not to be left as
exposed joints but cannot be shop welded. Do not weld, cut, or abrade surfaces of
exterior units that have been hot -dip galvanized after fabrication.
2. Provide anchorage devices and fasteners where metal fabrications are required to be
fastened to in -place construction.
3. Provide temporary bracing or anchors in formwork for items that are to be built into
concrete, masonry, or similar construction.
B. Set bearing and leveling plates on cleaned surfaces using wedges, shims, or leveling nuts.
After bearing members have been positioned and plumbed, tighten anchor bolts and pack
solidly with non - shrink, nonmetallic grout.
C. Touch up surfaces and finishes after erection.
1. Painted Surfaces: Clean field welds, bolted connections, and
up paint with the same material as used for shop painting.
2. Galvanized Surfaces: Clean field welds, bolted connections,
repair galvanizing to comply with ASTM A 780.
END OF SECTION 05500
abraded areas and touch
and abraded areas and
METAL FABRICATIONS 05500-4
CITY OF NEWPORT BEAC• •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 05521 - PIPE RAILINGS
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Galvanized steel tube railings.
1.2 PERFORMANCE REQUIREMENTS
RJC NO. 0223
04/08/2005
A. Structural Performance: Provide railings capable of withstanding the effects of gravity loads
and the following loads and stresses within limits and under conditions indicated:
Handrails:
a. Uniform load of 50 Ibf/ ft. (0.73 kN /m) applied in any direction.
b. Concentrated load of 200 Ibf (0.89 kN) applied in any direction.
C. Uniform and concentrated loads need not be assumed to act concurrently.
2. Top Rails of Guards:
a. Uniform load of 50 Ibf/ ft. (0.73 kN /m) applied in any direction.
b. Concentrated load of 200 Ibf (0.89 kN) applied in any direction.
C. Uniform and concentrated loads need not be assumed to act concurrently.
3. Infill of Guards:
a. Concentrated load of 50 Ibf (0.22 kN) applied horizontally on an area of 1 sq. ft.
(0.093 sq. m).
b. Uniform load of 25 Ibf/ ft. (1.2 kN /m) applied horizontally.
C. Infill load and other loads need not be assumed to act concurrently.
B. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals
and other materials from direct contact with incompatible materials.
1.3 SUBMITTALS
A. Product Data: For mechanically connected railings, grout, anchoring cement, and paint
products.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.
1. For installed products indicated to comply with design loads, include structural analysis
data signed and sealed by the qualified professional engineer responsible for their
preparation.
PIPE RAILINGS 05521-1
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. Samples: For each exposed finish required.
D. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified
testing agency, according to ASTM E 894 and ASTM E 935.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
Steel Pipe and Tube Railings:
a. Pisor Industries, Inc.
b. Sharpe Products.
C. Wagner, R & B, Inc.; a division of the Wagner Companies.
2.2 METALS
A. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as
supported rails, unless otherwise indicated.
1. Aluminum: Provide alloy and temper recommended by aluminum producer and finisher
for type
B. Galvanized steel:
1. Tubing: ASTM A 500 (cold formed).
2. Pipe: ASTM A 53 /A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40),
unless another grade and weight are required by structural loads.
3. Plates, Shapes, and Bars: ASTM A 36/A 36M.
4. Castings: Either gray or malleable iron, unless otherwise indicated.
a. Gray Iron: ASTM A 481A 48M, Class 30, unless another class is indicated or
required by structural loads.
b. Malleable Iron: ASTM A 47/A 47M.
2.3 MISCELLANEOUS MATERIALS
A. Fasteners: Provide concealed fasteners, unless unavoidable or standard for railings indicated.
Steel Railings: Plated steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for
electrodeposited zinc coating.
B. Anchors: Provide torque - controlled expansion anchors, fabricated from corrosion- resistant
materials with capability to sustain, without failure, a load equal to six times the load imposed
when installed in unit masonry and equal to four times the load imposed when installed in
concrete, as determined by testing per ASTM E 488.
PIPE RAILINGS 05521 -2
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -5
C. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy
welded.
D. Shop Primer for Galvanized Steel: Zinc -dust, zinc -oxide primer compatible with finish paint
systems indicated, and complying with SSPC -Paint 5.
E. Grout and Anchoring Cement: Factory- packaged, non - shrink, nonmetallic grout complying with
ASTM C 1107; or water - resistant, non - shrink anchoring cement; recommended by manufacturer
for exterior use.
2.4 FABRICATION
A. General: Fabricate railings to comply with design, dimensions, and details indicated, but not
less than that required to support structural loads.
B. Welded Connections: Cope components at connections to provide close fit, or use fittings
designed for this purpose. Weld all around at connections, including at fittings.
C. Nonwelded Connections: Cope components at connections to provide close fit, or use fittings
designed for this purpose. Weld all around at connections, including at fittings.
D. Close exposed ends of railing members with prefabricated end fittings.
E. Provide wall returns at ends of wall- mounted handrails, unless otherwise indicated.
F. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings,
and anchors to interconnect railing members to other work, unless otherwise indicated.
2.5 FINISHES
A. Steel:
Galvanized Railings: Hot -dip galvanize indicated railings, after fabrication, to comply with
ASTM A 123/A 123M. Provide hot -dip galvanized fittings, brackets, fasteners, sleeves,
and other ferrous components.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Perform cutting, drilling, and fitting required for installing railings. Set railings
accurately in location, alignment, and elevation.
1. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m).
2. Align rails so variations from level for horizontal members and variations from parallel
with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5
mm in3m).
B. Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry,
wood, or dissimilar metals, with a heavy coat of bituminous paint.
PIPE RAILINGS 05521-3
CITY OF NEWPORT BEAC• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
C. Anchor posts in concrete by inserting into preset steel pipe sleeves or formed or core - drilled
holes and grouting annular space.
D. Anchor posts to metal surfaces with oval flanges.
E. Anchor railing ends to concrete and masonry with round flanges connected to railing ends and
anchored to wall construction with anchors and bolts.
F. Attach handrails to wall with wall brackets.
1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt.
2. For wood stud partitions, use hanger or lag bolts set into wood backing between studs.
G. Adjusting and Cleaning:
Immediately after erection, clean field welds, bolted connections, and abraded areas of
shop paint, and paint exposed areas with the same material as used for shop painting.
Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and
repair galvanizing to comply with ASTM A 780.
END OF SECTION 05521
PIPE RAILINGS 05521-4
CITY OF NEWPORT BEACH•
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 06100 - ROUGH CARPENTRY
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1.
Wood framing.
2.
Wood supports.
3.
Wood blocking.
4.
Wood cants.
5.
Wood nailers.
6.
Wood furring.
7.
Wood grounds.
8.
Wood sheathing.
9.
Wood underlayment.
10.
Plywood backing panels.
1.2 SUBMITTALS
A. Product Data: For each type of process and factory- fabricated product indicated.
RJC NO. 0223
04/08/2005
1. Include data for wood- preservative treatment from chemical treatment manufacturer and
certification by treating plant that materials comply with requirements.
B. Material Certificates: For dimension lumber specified to comply with minimum allowable unit
stresses.
C. Research/Evaluation Reports: For the following:
1. Treated wood.
2. Engineered wood products.
3. Foam - plastic sheathing.
4. Power - driven fasteners.
5. Powder - actuated fasteners.
6. Expansion anchors.
7. Metal framing anchors.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where subparagraph titles below introduce lists, the following
requirements apply for product selection:
ROUGH CARPENTRY 06100-1
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the manufacturers specified.
2.2 WOOD PRODUCTS, GENERAL
A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American
Lumber Standards Committee Board of Review.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. For exposed lumber indicated to receive stained or natural finish, mark grade stamp on
end or back of each piece.
3. Provide dressed lumber, S4S, unless otherwise indicated.
4. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-
inch nominal (38 -mm actual) thickness or less, unless otherwise indicated.
B. Engineered Wood Products: Acceptable to authorities having jurisdiction and for which current
model code research or evaluation reports exist that show compliance with building code in
effect for Project.
1. Allowable Design Stresses: Meet or exceed those indicated per manufacturer's
published values determined from empirical data or by rational engineering analysis and
demonstrated by comprehensive testing performed by a qualified independent testing
agency.
C. Wood Structural Panels:
1. Plywood: [DOC PS 1] [Either DOC PS 1 or DOC PS 2, unless otherwise indicated].
2. Oriented Strand Board: DOC PS 2.
3. Comply with "Code Plus" provisions in APA Form No. E30K, "APA Design /Construction
Guide: Residential & Commercial."
2.3 WOOD - PRESERVATIVE - TREATED MATERIALS
A. Preservative Treatment by Pressure Process: AWPA C2 (lumber)] and AWPA C9 (plywood),
except that lumber that is not in contact with the ground and is continuously protected from
liquid water may be treated according to AWPA C31 with inorganic boron (SBX).
B. Kiln -dry material after treatment to a maximum moisture content of 19 percent for lumber and 15
percent for plywood.
C. Mark each treated item with treatment quality mark of an inspection agency approved by the
American Lumber Standards Committee Board of Review.
D. Application: Treat items indicated on Drawings, and the following:
1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing, vapor barriers, and waterproofing.
2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in
contact with masonry or concrete.
1 Wood framing members less than 18 inches (460 mm) above grade.
4. Wood floor plates that are installed over concrete slabs directly in contact with earth.
ROUGH CARPENTRY 06100 -2
CITY OF NEWPORT BEAC• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.4 FIRE - RETARDANT - TREATED MATERIALS
A. General: Where fire - retardant - treated materials are indicated, provide materials that comply
with performance requirements in AWPA C20 (lumber) and AWPA C27 (plywood). Identify fire -
retardant- treated wood with appropriate classification marking of UL, U.S. Testing, Timber
Products Inspection, or another testing and inspecting agency acceptable to authorities having
jurisdiction.
1. Use treatment for which chemical manufacturer publishes physical properties of treated
wood after exposure to elevated temperatures, when tested by a qualified independent
testing agency according to ASTM D 5664, for lumber and ASTM D 5516, for plywood.
2. Use treatment that does not promote corrosion of metal fasteners.
3. Use Exterior type for exterior locations and where indicated.
4. Use Interior Type A High Temperature (HT), unless otherwise indicated.
2.5 DIMENSION LUMBER
A. General: Of grades indicated according to the American Lumber Standards Committee
National Grading Rule provisions of the grading agency indicated.
B. Non - Load - Bearing Interior Partitions: Construction, Stud, or No. 2, Standard, Stud, or No. 3
grade and any of the following species:
1. Mixed southern pine; SPIB.
2. Eastern softwoods; NELMA.
3. Northern species; NLGA.
4. Western woods; WCLIB or WWPA.
C. Framing Other Than Non - Load - Bearing Partitions: Construction or No. 2, Construction, Stud, or
No. 2, Construction, Stud, or No. 3 grade and any of the following species:
1. Douglas fir - larch, Douglas fir -larch (north), or Douglas fir- south; NLGA, WCLIB, or
WWPA.
2. Hem -fir or Hem -fir (north); NLGA, WCLIB, or WWPA.
3. Southern pine; SPIB.
4. Spruce- pine -fir (south) or Spruce- pine -fir; NELMA, NLGA, WCLIB, or WWPA.
D. Framing Other Than Non- Load - Bearing Partitions: Any species of machine stress -rated
dimension lumber with a grade of not less than 2400f -2.OE.
E. Framing Other Than Non - Load - Bearing Partitions: Any species and grade with a modulus of
elasticity of at least 1,300,000 psi (8970 MPa)] [1,100,000 psi (7590 MPa)] [1,000,000 psi (6900
MPa)] and an extreme fiber stress in bending of at least 850 psi (5.86 MPa) for 2 -inch nominal
(38 -mm actual) thickness and 12 -inch nominal (286 -mm actual) width for single- member use.
F. Exposed Framing: Hand select material for uniformity of appearance and freedom from
characteristics that would impair finish appearance.
1. Species and Grade: As indicated above for load- bearing construction of same type.
2. Species and Grade: Hem -fir or Hem -fir (north), Select Structural grade; NLGA, WCLIB,
or W W PA.
3. Species and Grade: Southern pine, Select Structural grade; SPIB.
ROUGH CARPENTRY 06100-3
CITY OF NEWPORT BEAC. RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04!0812005
CONTRACT #3461, PLAN #P- 5189 -S
4. Species and Grade: Spruce- pine -fir or Spruce - pine -fir (south), [Select Structural] [No. 1]
grade; NELMA, NLGA, WCLIB, or WWPA.
2.6 TIMBER AND MISCELLANEOUS LUMBER
A. Provide miscellaneous lumber for support or attachment of other construction, including the
following:
1. Rooftop equipment bases and support curbs.
2. Blocking.
3. Cants.
4. Nailers.
5. Furring.
6. Grounds.
B. For items of dimension lumber size, provide Construction grade lumber with 19 percent
maximum moisture content of any species.
C. For concealed boards, provide lumber with 19 percent maximum moisture content and any of
the following species and grades:
1. Mixed southern pine, No. 2 grade; SPIB.
2. Eastern softwoods, No. 2 Common grade; NELMA.
3. Northern species, No. 2 Common grade; NLGA.
4. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA.
D. Plywood Roof Sheathing: Exterior, Structural I sheathing.
E. Oriented - Strand -Board Roof Sheathing: Exposure 1, Structural I sheathing.
2.7 PLYWOOD BACKING PANELS
A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C -D Plugged,
fire - retardant treated, in thickness indicated or, if not indicated, not less than 112 inch (12.7 mm)
thick.
B. Plywood backboards shall be indicated by the drawings, %" thick, 3' -0" and 4' -0" wide by 8' -0"
high.
2.8 MISCELLANEOUS MATERIALS
A. Fasteners:
1. Where rough carpentry is exposed to weather, in ground contact, or in area of high
relative humidity, provide fasteners with hot -dip zinc coating complying with
ASTM A 1531A 153M.
2. Power- Driven Fasteners: CABO NER -272.
3. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property
Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat
washers.
ROUGH CARPENTRY 06100-4
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
B. Metal Framing Anchors: Made from hot -dip, zinc- coated steel sheet complying with
ASTM A 653/A 653M, G60 (Z180) coating designation.
Manufacturers:
a. Alpine Engineered Products, Inc.
b. Cleveland Steel Specialty Co.
C. Harlan Metal Products, Inc.
d. KC Metals Products, Inc.
e. Silver Metal Products, Inc.
f. Simpson Strong -Tie Company, Inc.
g. Southeastern Metals Manufacturing Co., Inc.
h. United Steel Products Company, Inc.
2. Research /Evaluation Reports: Provide products acceptable to authorities having
jurisdiction and for which model code research /evaluation reports exist that show
compliance of metal framing anchors, for application indicated, with building code in
effect for Project.
3. Allowable Design Loads: Meet or exceed those indicated per manufacturer's published
values determined from empirical data or by rational engineering analysis and
demonstrated by comprehensive testing performed by a qualified independent testing
agency.
C. Sill - Sealer Gaskets: Glass- fiber - resilient insulation, fabricated in strip form, for use as a sill
sealer; 1 -inch (25 -mm) nominal thickness, compressible to 1/32 inch (0.8 mm); selected from
manufacturer's standard widths to suit width of sill members indicated.
D. Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG -01 that is
approved for use with type of construction panel indicated by both adhesive and panel
manufacturers
PART 3 - EXECUTION
3.1 INSTALLATION
A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and
fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit.
Locate furring, milers, blocking, grounds, and similar supports to comply with requirements for
attaching other construction.
B. Apply field treatment complying with AWPA M4 to cut surfaces of preservative- treated lumber
and plywood.
C. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated,
complying with the following:
1. CABO NER -272 for power - driven fasteners.
2. Published requirements of metal framing anchor manufacturer.
3. Table 2341 -B -1, "Nailing Schedule," and Table 23- II -B -2, "Wood Structural Panel Roof
Sheathing Nailing Schedule," in the Uniform Building Code.
4. Table 2305.2, "Fastening Schedule," in the BOCA National Building Code,
5. Table 2306.1, "Fastening Schedule," in the Standard Building Code.
ROUGH CARPENTRY 06100-5
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
6. Table 602.3(1), "Fastener Schedule for Structural Members," and Table 602.3(2),
"Alternate Attachments," in the International One- and Two-Family Dwelling Code.
D. Use finishing nails for exposed work, unless otherwise indicated. Countersink nail heads and fill
holes with wood filler.
E. Framing Standard: Comply with AFPA's "Manual for Wood Frame Construction," unless
otherwise indicated.
F. Framing with Engineered Wood Products: Install engineered wood products to comply with
manufacturer's written instructions.
G. Comply with applicable recommendations contained in APA Form No. E30K, "APA
Design /Construction Guide: Residential & Commercial," for types of structural -use panels and
applications indicated.
1. Comply with "Code Plus" provisions in above - referenced guide.
H. Fastening Methods:
1. Sheathing: Nail or staple to wood framing.
2. Plywood Backing Panels: Nail or screw to supports.
END OF SECTION 06100
ROUGH CARPENTRY 06100-6
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 06150 — WOOD COMPOSITE LUMBER
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes wood composite lumber, consisting of the following:
RJC NO. 0223
04/08/2005
1. Wood plastic composite made primarily from equal parts of reclaimed hardwood sawdust
and reclaimed /recycled polyethylene plastic, not used for framing or structural members.
2. Fasteners
B. Related Sections:
1. Division 6 — 6100 Rough Carpentry
1.2 SUBMITTALS
A.
B.
C.
1.3
A.
B.
1.4
I�
General: Submit listed submittals in accordance with conditions of the Contract and Division 1
Submittal Procedures.
Product Data: Submit manufacturer's product data and installation instructions including details
of anchors, hardware and fasteners.
Samples: Submit selection and verification samples of framing in color and thickness as
selected by the Architect.
DELIVERY, STORAGE AND HANDLING
Deliver materials in manufacturer's original, unopened, undamaged palletized units with
identification labels intact.
Storage and protection: Store materials protected from exposure to harmful environmental
conditions and at temperature and humidity conditions recommended by the manufacturer.
1. Immediately upon delivery to jobsite, place materials in area protected from weather.
2. Take special care when handling.
3. Store composite lumber on a flat surface.
4. When stacking palleted units, start supports at teach end and spaced 24" o.c.
WARRANTY
Warranty Period: 10 years beginning with date of substantial completion.
WOOD COMPOSITE LUMBER 06150-1
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MANUFACTURERS
1. Basis of Design Product: Trex Company, Winchester, VA (800) 289 -8739, e-mail:
marketing0trex.com; website: www.trex.com.
2.2 WOOD PRODUCTS, GENERAL
A. Trex Wood Composite Lumber: Solid composite material consisting of approximately 50%
wood fibers by weight with the remainder being thermoplastic polymer plastic material.
B. Sizes as indicated on drawings.
C. Color as selected by Architect from Manufacturer's standard color range.
2.3 ACCESSORIES
A. Hardware: Provide all necessary nails, spikes, screws, clips and bolts required for proper
installation of lumber.
1. Bolts, exterior use: ASTM A307, with standard washers, galvanized, ASTM A 123,'/2 ".
2. Lag screws: Comply with ANSI B18.2.1, hot dipped galvanized for exterior use.
3. Expansion shields: Comply with Fed Spec. FFS -325, Type 1, Group III, seta- drilling.
4. Nails: Comply with ASTM F1667, common, hot - dipped galvanized for exterior use, nails
shall have a diameter less than or equal to 16d common wire (0.162" diameter).
5. Wood screws: Comply with FS FF -S -111, size: diameter less than or equal to No. 12
(0.216 ") diameter.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Comply with the instructions and recommendations of the wood composite lumber
manufacturer. Comply with the methods detailed in manufacturer's Trex Contractor's
Handbook.
B. Framing: Erect faming true, plumb and level.
C. Install miscellaneous connectors, anchors and accessories as indicated and required for a
complete installation.
D. Cleaning: Comply with cleaning instructions as described in the Trex Contractors Handbook.
END OF SECTION 06100
WOOD COMPOSITE LUMBER 06150-2
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK
PART 1- GENERAL
1.1 RELATED DOCUMENTS
RJC NO. 0223
04/08/2005
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Interior standing and running trim.
2. Wood cabinets.
3. Plastic - laminate countertops.
4. Shop finishing interior woodwork.
1.3 DEFINITIONS
A. Interior architectural woodwork includes wood furring, blocking, shims, and hanging strips for
installing woodwork items, unless concealed within other construction before woodwork
installation.
1.4 SUBMITTALS
A. Product Data:
1. medium - density fiberboard.
2. particleboard.
3. plywood.
4. high - pressure decorative laminate.
5. adhesive for bonding plastic laminate.
6. cabinet hardware and accessories.
7. finishing materials and processes.
B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large -scale
details, attachment devices, and other components.
1. Show locations and sizes of furring, blocking, and hanging strips, including concealed
blocking and reinforcement specified in other Sections.
2. Show locations and sizes of cutouts and holes for plumbing fixtures, faucets, soap
dispensers and other items installed in architectural woodwork.
3. Apply WI- certified compliance label to first page of Shop Drawings.
C. Samples for Verification: For the following:
INTERIOR ARCHITECTURAL WOODWORK 06402-1
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Plastic - laminate -clad panel products, 8 by 10 inches (200 by 250 mm), for each type,
color, pattern, and surface finish.
2. Exposed cabinet hardware and accessories, one unit for each type and finish.
D. Product Certificates: Signed by manufacturers of woodwork certifying that products furnished
comply with requirements.
E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to
demonstrate their capabilities and experience. Include lists of completed projects with project
names and addresses, names and addresses of architects and owners, and other information
specked.
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has completed architectural woodwork
similar in material, design, and extent to that indicated for this Project and whose work has
resulted in construction with a record of successful in- service performance.
B. Fabricator Qualifications: A firm experienced in producing architectural woodwork similar to that
indicated for this Project and with a record of successful in -service performance, as well as
sufficient production capacity to produce required units.
C. Quality Standard: Unless otherwise indicated, comply with WIC's "Manual of Millwork" for
grades of interior architectural woodwork, construction, finishes, and other requirgments.
1. Provide WI- certified compliance certificate indicating that woodwork complies with
requirements of grades specified.
2. Provide WI-certified compliance certificate for installation.
3. The Contract Documents contain selections chosen from options in the quality standard
and additional requirements beyond those of the quality standard. Comply with such
selections and requirements in addition to the quality standard.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Do not deliver woodwork until painting and similar operations that could damage woodwork
have been completed in installation areas. If woodwork must be stored in other than installation
areas, store only in areas where environmental conditions comply with requirements specified in
"Project Conditions" Article.
1.7 PROJECT CONDITIONS
A. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet
work is complete, and HVAC system is operating and maintaining temperature and relative
humidity at occupancy levels during the remainder of the construction period.
B. Field Measurements: Where woodwork is indicated to fit to other construction, verify
dimensions of other construction by field measurements before fabrication and indicate
measurements on Shop Drawings. Coordinate fabrication schedule with construction progress
to avoid delaying the Work.
INTERIOR ARCHITECTURAL WOODWORK 06402-2
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
1. Locate concealed framing, blocking, and reinforcements that support woodwork by field
measurements before being enclosed and indicate measurements on Shop Drawings.
1.8 COORDINATION
A. Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related
units of Work specified in other Sections to ensure that interior architectural woodwork can be
supported and installed as indicated.
PART 2- PRODUCTS
2.1
2.2
MATERIALS
A. General: Provide materials that comply with requirements of the WIC quality standard for each
type of woodwork and quality grade specified, unless otherwise indicated.
B. Wood Products: Comply with the following:
1. Hardboard: AHA A135.4.
2. Medium- Density Fiberboard: ANSI A208.2, Grade MD- Exterior Glue.
3. Particleboard: ANSI A208.1, Grade M -2- Exterior Glue.
C. High- Pressure Decorative Laminate: NEMA LD 3, grades as indicated, or if not indicated, as
required by woodwork quality standard.
1. Basis -of- Design Product: Formica; Formica Corporation.
2. Colors: Locations as shown on Drawings.
D. Adhesive for Bonding Plastic Laminate: Un- pigmented contact cement.
CABINET HARDWARE AND ACCESSORIES
A. General: Provide cabinet hardware and accessory materials associated with architectural
cabinets.
B. Hardware Standard: Comply with BHMAA156.9 for items indicated by referencing BHMA
numbers or items referenced to this standard unless noted otherwise.
C. Frameless Concealed Hinges (European Type): BHMAA156.9, B01602, 170 degrees of
opening, self-closing.
Hinges Basis -of- Design Product: Blum, Clip Series, 170 degree opening, self - dosing,
concealed hinge.
D. Back - Mounted Puffs: BHMA A156.9, 802011.
1. Door Pulls Basis -of- Design Product: Hafele, 104.80.600, BHMA 630
2. Drawer Pulls Basis -of- Design Product: Hafele, 104.23.600, BHMA 630
INTERIOR ARCHITECTURAL WOODWORK 06402-3
CITY OF NEWPORT BEACH• RJC NO. 0223
CORONA DEL MAR STATE.BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
E. Adjustable Shelf Standards and Supports: BHMA At 56.9, B04071; with shelf rests, B04081.
1. Shelf Standard (Pilaster) Basis -of- Design Product: K &V, 255 ZC, Zinc Coated Steel
2. Shelf Support Basis -of- Design Product: K &V, 256R ZC Zinc Coated Steel with Rubber
Cushion
F. Door Locks: BHMA Al 56.11, E07121.
G. Drawer Locks: BHMA Al 56.11, E07041.
H. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with
BHMA Al 56.18 for BHMA finish number indicated.
1. Satin Stainless Steel = BHMA 630.
I. For concealed hardware, provide manufacturer's standard finish that complies with product
class requirements in BHMA Al 56.9.
2.3 INSTALLATION MATERIALS
A. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, kiln -dried to less
than 15 percent moisture content.
B. Anchors: Select material, type, size, and finish required for each substrate for secure
anchorage. Provide nonferrous -metal or hot -dip galvanized anchors and inserts on inside face
of exterior walls and elsewhere as required for corrosion resistance. Provide toothed -steel or
lead expansion sleeves for drilled -in -place anchors.
2.4 FABRICATION, GENERAL
A. Interior Woodwork Grade: Provide Premium grade interior woodwork complying with the
referenced quality standard.
B. Wood Moisture Content: Comply with requirements of referenced quality standard for wood
moisture content in relation to ambient relative humidity during fabrication and in installation
areas.
C. Fabricate woodwork to dimensions, profiles, and details indicated. Ease edges to radius
indicated for the following:
1. Corners of Cabinets and Edges of Solid -Wood (Lumber) Members 314 Inch (19 mm)
Thick or Less: 1/16 inch (1.5 mm).
2. Edges of Rails and Similar Members More Than 3/4 Inch (19 mm) Thick: 118 inch (3
mm).
3. Corners of Cabinets and Edges of Solid -Wood (Lumber) Members and Rails: 1/16 inch
(1.5 mm).
D. Complete fabrication, including assembly, finishing, and hardware application, to maximum
extent possible, before shipment to Project site. Disassemble components only as necessary
for shipment and installation. Where necessary for fitting at site, provide ample allowance for
scribing, trimming, and fitting.
INTERIOR ARCHITECTURAL WOODWORK 06402-4
CITY OF NEWPORT BEACH"
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
Trial fit assemblies at fabrication shop tha t
Install dowels, screws, bolted connectors,
removed after trial fitting. Verify that
measurements of assemblies against field
before disassembling for shipment.
• RJC NO. 0223
04/08/2005
cannot be shipped completely assembled.
and other fastening devices that can be
various parts fit as intended and check
measurements indicated on Shop Drawings
E. Shop cut openings, to maximum extent possible, to receive hardware, appliances, plumbing
fixtures, electrical work, and similar items. Locate openings accurately and use templates or
roughing -in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts
to remove splinters and burrs.
Seal edges of openings in countertops with a coat of varnish.
2.5 PLASTIC - LAMINATE CABINETS
A. Quality Standard: Comply with W1 Section 15, casework = Laminated Plastic
B. Grade: Custom
C. WI Construction Style: Style A, Frameless.
D. WI Construction Type: Type I, multiple self- supporting units rigidlyjoined together.
E. WI Door and Drawer Front Style: Flush overlay.
F. Reveal Dimension: 1/8 inch (3 mm) at all margins.
G. Laminate Cladding for Exposed Surfaces: High - pressure decorative laminate complying with
the following requirements:
1. Horizontal Surfaces Other Than Tops: HGS.
2. Post - formed Surfaces: HGP.
3. Vertical Surfaces: HGS.
4. Edges: HGS.
Materials for Semi - exposed Surfaces: Provide surface materials indicated below:
1. Surfaces Other Than Drawer Bodies: High - pressure decorative laminate, Grade CLS.
2. Drawer Sides and Backs: High - pressure decorative laminate, Grade CLS.
3. Drawer Bottoms: High - pressure decorative laminate, Grade CLS.
Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures
of exposed laminate surfaces complying with the following requirements:
Match color, pattern, and finish as selected by Architect.
J. Provide dust panels of 1/4 -inch (6.4 -mm) plywood or tempered hardboard above compartments
and drawers, unless located directly under tops.
2.6 PLASTIC - LAMINATE COUNTERTOPS
INTERIOR ARCHITECTURAL WOODWORK 06402-5
CITY OF NEWPORT BEACH
CORONA DEL MAR.STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
A. Quality Standard: Comply with WI Section 16- Countertops- Laminated Plastic
B. Grade: Custom.
RJC NO. 0223
04/08/2005
C. High- Pressure Decorative Laminate Grade: HGS for flat countertops, HGP for post- formed
countertops.
D. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures
of exposed laminate surfaces complying with the following requirements:
1. Match color, pattern, and finish as selected by Architect
E. Edge Treatment: Same as laminate cladding on horizontal surfaces.
F. Core Material: Particleboard or Medium - density fiberboard made with exterior glue.
G. Core Material at Sinks: Particleboard or medium - density fiberboard made with exterior glue, or
exterior -grade plywood.
2.7 SHOP FINISHING
A. Quality Standard: Comply with WI Section 5 Finishing, unless otherwise indicated.
1. Grade: Provide finishes of same grades as items to be finished
B. General: Finish architectural woodwork at fabrication shop as specked in this Section. Defer
only final touchup, cleaning, and polishing until after installation.
C. General: The entire finish of interior architectural woodwork is specified in this Section,
regardless of whether shop applied or applied after installation, The extent to which the final
finish is applied at fabrication shop is Contractor's option, except shop apply at least the prome
coat before delivery.
D. General: Priming and finishing of interior architectural woodwork is required to be performed at
fabrication shop are specified in this Section.
E. General: Shop finish transparent finished interior architectural woodwork required to be
performed at fabrication shop are specified in this Section.
F. Preparations for Finishing: Comply with referenced quality standard for sanding, filling
countersunk fasteners, sealing concealed surfaces, and similar preparations for finishing
architectural woodwork, as applicable to each unit of work.
Back - priming: Apply one coat of sealer or primer, compatible with finish coats, to
concealed surfaces of woodwork. Apply two coats to back of paneling and to end -grain
surfaces. Concealed surfaces of plastic - laminate -clad woodwork do not require back -
priming when surfaced with plastic laminate, backing paper, or thermo -set decorative
overlay.
G. Transparent Finish: Comply with requirements indicated below for grade, finish system,
staining, and sheen, with sheen measured on 60 -degree gloss meter per ASTM D 523:
INTERIOR ARCHITECTURAL WOODWORK 06402-6
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Grade: Premium
2. WI Finish System 1d: Polyurethane- One Component.
3. Staining: Match Architects sample.
4. Wash Coat for Stained Finish: Apply a wash coat to woodwork before staining and
finishing.
5. Sheen: Satin, 30 -50 gloss units
PART 3 - EXECUTION
3.1 PREPARATION
A. Condition woodwork to average prevailing humidity conditions in installation areas before
installation.
B. Before installing architectural woodwork, examine shop- fabricated work for completion and
complete work as required, including removal of packing and back - priming.
3.2 INSTALLATION
A. Quality Standard: Install woodwork to comply with WI Section 15 & 16 for the same grade
specked in Part 2 of this Section for type of woodwork involved.
B. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims.
Install level and plumb (including tops) to a tolerance of 118 inch in 96 inches (3 mm in 2400
mm).
C. Scribe and cut woodwork to fit adjoining work, and refinish cut surfaces and repair damaged
finish at cuts.
D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure with
countersunk, concealed fasteners and blind nailing as required for complete installation. Use
fine finishing nails or finishing screws for exposed fastening, countersunk and filled flush with
woodwork and matching final finish if transparent finish is indicated.
E. Standing and Running Trim: Install with minimum number of joints possible, using full- length
pieces (from maximum length of lumber available) to greatest extent possible. Do not use
pieces less than 96 inches (2400 mm) long, except where shorter single - length pieces are
necessary. Scarf running joints and stagger in adjacent and related members.
1. Fill gaps, if any, between top of base and wall with plastic wood filler, sand smooth, and
finish same as wood base, if finished,
2. Install standing and running trim with no more variation from a straight line than 1/8 inch
in 96 inches (3 mm in 2400 mm).
F. Cabinets: Install without distortion so doors and drawers fit openings properly -and are
accurately aligned. Adjust hardware to center doors and drawers in openings and to provide
unencumbered operation. Complete installation of hardware and accessory items as indicated.
Install cabinets with no more than 1/8 inch in 96 -inch (3 mm in 2400 -mm) sag, bow, or
other variation from a straight line.
INTERIOR ARCHITECTURAL WOODWORK 06402-7
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
2. Maintain veneer sequence matching of cabinets with transparent finish.
3. Fasten wall cabinets through back, near top and bottom, at ends and not more than 16
inches (400 mm) o.c. with No. 10 wafer -head screws sized for 1 -1/2 inch (38 mm)
penetration into wood framing, blocking, or hanging strips or No. 10 wafer -head sheet
metal screws through metal backing or metal framing behind wall finish.
G. Countertops: Anchor securely by screwing through corner blocks of base cabinets or other
supports into underside of countertop.
1. Align adjacent solid- surfacing - material countertops and form seams to comply with
manufacturer's written recommendations using adhesive in color to match countertop.
Carefully dress joints smooth, remove surface scratches, and clean entire surface.
2. Install.countertops with no more than 118 inch in 96 -inch (3 mm in 2400 -mm) sag, bow, or
other variation from a straight line.
3. Secure backsplashes to tops in accordance with WIC standards for Premium grade
countertops.
H. Complete the finishing work specified in this Section to extent not completed at shop or before
installation of woodwork. Fill nail holes with matching filler where exposed. Apply specked
finish coats, including stains and paste fillers if any, to exposed surfaces where only
sealer /prime coats were applied in shop.
3.3 ADJUSTING AND CLEANING
A. Repair damaged and defective woodwork, where possible, to eliminate functional and visual
defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance.
B. Clean, lubricate, and adjust hardware.
C. Clean. woodwork on exposed and semi - exposed surfaces. Touch up shop - applied finishes to
restore damaged or soiled areas.
END OF SECTION 06402
INTERIOR ARCHITECTURAL WOODWORK 06402-8
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461. PLAN #P -51895
SECTION 07133 - THERMOPLASTIC SHEET WATERPROOFING
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes PVC sheet waterproofing.
1.2 REFERENCES
RJC NO. 0223
04/08/2005
A. ASTM 0-4068 — Standard Specification Chlorinated Polyethylene (CPE) Sheeting for Concealed
Water - Containment Membrane.
B. ASTM E96 — Standard Test Methods for Water Vapor Transmission of Materials.
1.3 SUBMITTALS
A. Product Data: Include manufacturer's written instructions for evaluating, preparing, and treating
substrate, technical data, and tested physical and performance properties of waterproofing.
B. Product test reports.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: A qualified installer, approved by manufacturer to install manufacturer's
products; and who is eligible to receive waterproofing warranty specified. Use qualified workers
thoroughly skilled and experienced in current ANSI A 108 standards and Tile Council of
America (TCA) recommendations.
1.5 PROJECT CONDITIONS
A. Environmental Conditions: Apply waterproofing within range of ambient and substrate
temperatures recommended by waterproofing manufacturer. Do not apply waterproofing to a
damp or wet substrate.
• l:::G� fat
A. Special Warranty: Manufacturer's standard form, signed by manufacturer and Installer, and
agreeing to repair or replace waterproofing that does not comply with requirements or that does
not remain watertight for a period of 30 years after date of Substantial Completion.
THERMOPLASTIC SHEET WATERPROOFING 07133-1
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MATERIALS
A. Basis of Design Product: Chloraloy sheet membrane manufactured by The Noble Seal
Company of non - plasticized Chlorinated Polyethylene (CPE), nominal thickness of 40 mils with
water vapor transmission rate of 5.2 ng/(0.90 perms) minimum per ASTM E96, procedure E.
Meets ASTM 0 4068 and listed with local code authoritities.
B. Mortar Bed Pre -slope Material — Shower Location: Pro -Slope with weep hole protector as
manufactured by The Noble Company. Patented composite material consisting of low density
EPS with reinforced cutting template on one side. EPS tapered to produce slope of per foot
to weep holes in shower receptor drain
PART 3 - EXECUTION
3.1 INSPECTION
A. Examine substrates, drains and clamping devices to verify they are ready to receive the
membrane with no deficiency that could result in a potentially defective installation. Surfaces to
be clean, reasonably smooth and free of cracks, holes or sharp projections.
3.2 INSTALLATION
A. Install membrane in strict accordance with manufacturer's printed instructions.
B. Install membrane with products or methods approved in writing by manufacturer when joining,
sealing, fastening or adhering sheet membrane.
3.3 FIELD QUALITY CONTROL WATER TEST
A. Upon completion of work, plug drain or dam areas and fill with water. After 24 hours, inspect for
leakage. Make necessary adjustments to stop leakage and re -test until watertight..
3.4 PROTECTION
A. Protect membrane from pedestrian or vehicular traffic and prolonged exposure to sunlight.
B. Do not permit foot or vehicular traffic on unprotected membrane.
END OF SECTION 07133
THERMOPLASTIC SHEET WATERPROOFING 07133-2
CITY OF NEWPORT BEACH'
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07180 - DECK COATINGS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
RJC NO. 0223
04/08/2005
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes traffic coatings for the following applications:
1. Exterior deck coatings.
1.3 SUBMITTALS
A. Product Data: For each product indicated.
B. Samples for Verification: Prepare on rigid backing and of same thickness and material
indicated for the Work.
1. Provide stepped samples on backing large enough to illustrate build -up of deck coatings
C. Material Certificates: Signed by manufacturer certifying that deck coatings comply with
requirements, based on comprehensive testing of current product formulations within the last
three years.
D. Maintenance Data: To include in maintenance manuals specified in Division 1. Identify
substrates and types of traffic coatings applied. Include recommendations for periodic
inspections, cleaning, care, maintenance, and repair of traffic coatings. t
1.4 QUALITY ASSURANCE
A. Installer (Applicator) Qualifications: An experienced applicator who has specialized in installing
work similar in material, design, and extent to that indicated for this Project and who is certified
by manufacturer.
1. Certification: Written approval or license of applicator by deck coating manufacturer.
B. Source Limitations: As follows:
1. Use deck coatings of a single manufacturer.
2. Obtain primary traffic coating materials, including primers, from deck coating
manufacturer. Obtain secondary materials including aggregates, sheet flashings, joint
sealants, and substrate repair materials of type and from source recommended by deck
coating manufacturer.
DECK COATINGS 07180-01
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
C. Fire- Test - Response Characteristics: For deck coatings as follows:
1. Fire - response testing was performed by UL, ITS, or another independent testing and
inspecting agency that is acceptable to authorities having jurisdiction and that performs
testing and follow -up services.
2. Provide materials identical to those of traffic coatings tested according to ASTM E 108 for
deck type and slopes indicated.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages and containers with seals unbroken and bearing
manufacturer's labels showing the following information:
1. Manufacturer's brand name.
2. Type of material.
3. Directions for storage.
4. Date of manufacture and shelf life.
5. Lot or batch number.
6. Mixing and application instructions.
7. Color.
B. Store materials in a clean, dry location protected from exposure to direct sunlight. In storage
areas, maintain environmental conditions within range recommended in writing by
manufacturer.
1.6 PROJECT CONDITIONS
A. Environmental Limitations: Apply deck coatings within the range of ambient and substrate
temperatures recommended in writing by manufacturer. Do not apply deck coatings to damp or
wet substrates, when temperatures are below 40 deg F (5 deg C), when relative humidity
exceeds 85 percent, or when temperatures are less than 5 deg F (3 deg C) above dew point.
Do not apply deck coatings in rain, fog, or mist, or when such weather conditions are
imminent during the application and curing period.
1.7 WARRANTY
A. General Warranty: Special warranty specified in this Article shall not deprive Owner of other
rights Owner may have under other provisions of the Contract Documents and shall be in
addition to, and run concurrent with, other warranties made by Contractor under requirements of
the Contract Documents.
B. Special Warranty: Written warranty, signed by deck coating manufacturer agreeing to repair or
replace deck coatings that do not comply with requirements or that deteriorate during the
specified warranty period.
Deterioration of deck coatings includes, but is not limited to, the following:
a. Adhesive or cohesive failures.
b. Abrasion or tearing failures.
DECK COATINGS 07180-02
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P-51 89-S
C. Surface crazing or spalling.
d. Intrusion of water into deck substrate.
C. Warranty Period: Five years from date of Substantial Completion.
PART 2- PRODUCTS
2.1 MATERIALS
A. Physical Requirements: Provide deck coatings complying with ASTM C 957.
RJC NO. 0223
04/08/2005
B. Material Compatibility: Provide primers; base, intermediate, and top coats; and miscellaneous
materials that are compatible with one another and with substrate under conditions of service
and application, as demonstrated by the manufacturer based on testing and field experience.
2.2 TRAFFIC COATING
A. Product: Subject to compliance with requirements, provide one of the following:
1. Weatherwear; Dex- O- Tex/Crossfield Products Corp.
2. Peda -Gard 2; Neogard.
3. Equivalent products of Advanced Polymer Technology Corp.; Carlisle Coastings &
Waterproofing, Inc.; or Pacific Polymers, Inc.
B. Primer: Manufacturer's standard factory- formulated primer recommended for substrate and
conditions indicated.
1. Material: Epoxy
C. Preparatory and Base Coats: Single- or multi-component aromatic liquid urethane elastomer.
D. Intermediate Coat: Single- or multi- component aromatic liquid urethane elastomer.
E. Top Coat: Single- or multi- component aromatic liquid urethane elastomer.
1. Color: As selected by Architect from manufacturer's full range.
F. Component Coat Thicknesses: As recommended by manufacturer for substrate and service
conditions indicated.
G. Aggregate: Uniformly graded washed silica sand of particle sizes, shape, and minimum
hardness recommended in writing by traffic coating manufacturer.
1. Spreading Rate: As recommended by manufacturer for substrate and service conditions
indicated, but not less than the following:
a. Intermediate Coat: 8 to 10 lb/100 sq. ft. (4 to 5 kg /10 sq. m.
b. Top Coat: As required to achieve slip- resistant finish
H. Fire - Test - Response Characteristics: Class A roof covering per ASTM E 108.
DECK COATINGS 07180-03
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.3 MISCELLANEOUS MATERIALS
A. Joint Sealants: Multi-component urethane sealant recommended in writing by manufacturer for
substrate and joint conditions indicated and for compatibility with traffic coatings; complying with
ASTM C 920, Type M, Class 25, Grade NS for sloping and vertical applications or Grade P for
deck applications, and Use T where subject to traffic or Use NT elsewhere.
B. Sheet Flashing: 60 -mil- (1.5 -mm minimum, non - staining sheet material recommended by
manufacturer.
C. Adhesive: Manufacturer's recommended contact adhesive.
D. Reinforcing Strip: Manufacturer's recommended fiberglass mesh.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Applicator present, for compliance with requirements and for other
conditions affecting performance of traffic coatings.
1. For the record, prepare written report, endorsed by Applicator, listing conditions
detrimental to performance.
2. Verify compatibility with and suitability of substrates.
3. Begin coating application only after minimum concrete curing and drying period
recommended by traffic coating manufacturer has passed, after unsatisfactory conditions
have been corrected, and after surfaces are dry.
4. Verify that substrates are visibly dry and free of moisture. Test for moisture by method
recommended in writing by manufacturer.
5. Application of coating indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Clean and prepare substrates according to manufacturer's written recommendations to produce
clean, dust -free, dry substrate for deck coating application.
B. Mask adjoining surfaces not receiving deck coatings, deck drains, and other deck substrate
penetrations to prevent spillage, leaking, and migration of coatings.
C. Concrete Substrates: Mechanically abrade concrete surfaces to a uniform profile according to
ASTM D 4259. Do not acid etch.
1. Remove penetrating contaminants from concrete.
2. Remove concrete fins, ridges, and other projections.
3. Remove laitance, glaze, efflorescence, curing compounds, concrete hardeners, form -
release agents, and other incompatible materials that might affect coating adhesion.
4. Remove remaining loose material to provide a sound surface, and clean surfaces
according to ASTM D 4258.
DECK COATINGS 07180-04
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
3.3 TERMINATIONS AND PENETRATIONS
A. Prepare vertical and horizontal surfaces at terminations and penetrations through deck coatings
and at expansion joints, drains, and sleeves according to ASTM C 1127 and manufacturer's
written recommendations.
B. Provide sealant cants at penetrations and at reinforced and non - reinforced deck -to -wall butt
joints.
C. Terminate edges of deck -to -deck expansion joints with preparatory base -coat strip.
D. Install sheet flashings at deck -to -wall expansion and dynamic joints, and bond to deck and wall
substrates according to manufacturer's written recommendations.
3.4 JOINT AND CRACK TREATMENT
A. Prepare, treat, rout, and fill joints and cracks in substrates according to ASTM C 1127 and traffic
coating manufacturer's written recommendations. Before coating surfaces, remove dust and
dirt from joints and cracks according to ASTM D 4258.
Comply with recommendations in ASTM C 1193 for joint - sealant installation.
3.5 DECK COATING APPLICATION
A. Apply deck coating material according to ASTM C 1127 and manufacturer's written
recommendations.
1. Start deck coating application in presence of manufacturer's technical representative.
2. Verify that wet film thickness of each component coat complies with requirements every
100 sq. ft (9 sq. m).
3. Apply deck coatings to prepared wall terminations and vertical surfaces to height
indicated and omit aggregate on vertical surfaces.
3.6 FIELD QUALITY CONTROL
A. Testing: Owner will engage a qualified testing agency to perform testing:
1. Samples of material delivered to Project site shall be taken, identified, sealed, and
certified in presence of Owner and Contractor.
2. Testing agency shall perform tests for characteristics specified, using applicable
referenced testing procedures or, if not referenced, using tests cited in manufacturer's
product data.
3. Testing agency shall verify thickness of coatings during traffic coating application.
B. If test results show traffic coating materials do not comply with requirements, remove non-
complying materials, prepare surfaces, and reapply traffic coatings.
C. Additional testing and inspecting, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with specified requirements.
DECK COATINGS 07180-05
CITY OF NEWPORT BEAC• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
3.7 CURING AND PROTECTING
A. Cure traffic coatings according to manufacturer's written recommendations. Prevent
contamination and damage during application and curing stages.
B. Protect traffic coatings from damage and wear during remainder of construction period.
END OF SECTION 07180
DECK COATINGS 07180-06
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07210 - BUILDING INSULATION
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Concealed building insulation.
2. Exposed building insulation.
1.2 SUBMITTALS
A. Product Data: For each product indicated.
B. Product test reports.
C. Research /evaluation reports.
1.3 QUALITY ASSURANCE
RJC NO. 0223
04/08/2005
A. Fire - Test - Response Characteristics: Provide insulation and related materials with the fire -test-
response characteristics indicated, as determined by testing identical products per ASTM E 84
for surface - burning characteristics, by UL or another testing and inspecting agency acceptable
to authorities having jurisdiction. Identify materials with appropriate markings of applicable
testing and inspecting agency.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Glass -Fiber Insulation:
a. Certain Teed Corporation
b. Johns Manville Corporation
C. Knauf Fiber Glass
d. Owens Corning
2. Glass -Fiber Insulation:
a. Fibrex Insulations
b. Owens Corning
C. Thermafiber
BUILDING INSULATION 07210-1
CITY OF NEWPORT BEACII • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.2 INSULATING MATERIALS
A. General: Provide insulating materials that comply with requirements and with referenced
standards.
B. Where insulation is exposed or open to air spaces in plenums, cavities, or similar voids, include
only products that comply with building codes for fire - test - response characteristics. Surface -
burning indices indicated for foam - plastic insulations are examples only and generally represent
maximums allowed by model building codes for foam - plastic insulation.
C. Unfaoed Mineral -Fiber Blanket Insulation: ASTM C 665, Type I; with maximum flame - spread
and smoke - developed indices of 25 and 50, respectively; passing ASTM E 136 for combustion
characteristics.
D. Faced Mineral -Fiber Blanket Insulation: ASTM C 665, Type III, Class A; Category 1, faced with
foil- scrim - kraft, foil- scrim, or foil- scrim - polyethylene vapor - retarder membrane on one face.
2.3 INSULATION FASTENERS
A. Adhesively Attached, Spindle -Type Anchors with Washers: Plate formed from perforated
galvanized carbon -steel sheet, 0.030 inch (0.762 mm) thick by 2 inches (50 mm) square,
welded to projecting steel spindle with a diameter of 0.105 inch (2.67 mm) and length capable of
holding insulation of thickness indicated securely in position with 1 =112- inch- (38 -mm -) square
or diameter self - locking washers complying with the following:
1. Washers formed from 0.016 -inch- (0.41 -mm -) thick galvanized steel sheet, with beveled
edge for increased stiffness, sized as required to hold insulation securely in place, but not
less than in place.
2. Where anchors are located in exposed ceiling areas, provide capped self- locking
washers incorporating a spring steel insert to ensure permanent retention of cap.
B. Anchor Adhesive: Product with demonstrated capability to bond insulation anchors securely to
substrates indicated without damaging insulation, fasteners, and substrates.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Install insulation to comply with insulation manufacturer's written instructions
applicable to products and application indicated. Extend insulation in thickness indicated to
envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with
insulation. Remove projections that interfere with placement.
B. Install perimeter insulation on vertical surfaces by setting units in adhesive.
1. If not otherwise indicated, extend insulation a minimum of 24 inches (610 mm) below
exterior grade line.
2. Protect below -grade insulation on vertical surfaces from damage during backfilling by
applying protection board set in adhesive.
BUILDING INSULATION 07210-2
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. Protect top surface of perimeter under -slab insulation from damage during concrete work by
applying protection board.
a. Installation of General Building Insulation: Apply insulation units to substrates by
method indicated, complying with manufacturer's written instructions. If no speck
method is
2. Stuff glass - fiber, loose-fill insulation into miscellaneous voids and cavity spaces where
shown. Compact to approximately 40 percent of normal maximum volume equaling a
density of approximately 2.5 Ib /cu. ft. (40 kg /cu. m).
END OF SECTION 07210
BUILDING INSULATION 07210-3
CITY OF NEWPORT BEACh •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07512 - BUILT -UP COAL -TAR ROOFING
PART 1- GENERAL
1.1 SUMMARY
A.
1.2
A.
This Section includes built -up coal -tar roofing systems.
DEFINITIONS
Bitumen: A generic term for either asphalt or coal -tar pitch.
RJC NO. 0223
04/08/2005
B. Hot Coal -Tar Pitch: Coal -tar pitch heated to its equiviscous temperature, the temperature at
which its viscosity is 25 centipoise for either mopping or mechanical application, within a range
of plus or minus 25 deg F (14 deg C), measured at the mop cart or mechanical spreader
immediately before application.
1.3 SUBMITTALS
A. Product Data: For each product indicated.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work.
C. Samples: For each product included in membrane roofing system, including representative
samples of aggregate (ballast) surfacing.
D. Research /evaluation reports.
E. Maintenance data.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: A qualified installer, approved by manufacturer to install manufacturer's
products.
B. Source Limitations: Obtain components for roofing system from or approved by roofing system
manufacturer.
C. Fire - Test - Response Characteristics: Provide roofing materials with the fire - test - response
characteristics indicated as determined by testing identical products per test method below by
UL, FMG, or another testing and inspecting agency acceptable to authorities having jurisdiction.
1. Exterior Fire-Test Exposure: Class B; ASTM E 108, for application and roof slopes
indicated.
BUILT -UP COAL -TAR ROOFING 07512-1
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
1.5 WARRANTY
A. Special Warranty: Manufacturer's standard form, without monetary limitation, in which
manufacturer agrees to repair or replace components of roofing system that fail in materials or
workmanship within 20 years from date of Substantial Completion. Failure includes roof leaks.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Built -up Coal -Tar Roofing:
a. Hickman, W. P. Systems Inc.
b. Honeywell Commercial Roofing Systems.
C. Koppers Industries.
2. Perlite Board Insulation:
a. GAF Building Materials Corp.
b. Shuller Roofing Systems.
2.2 BASE -SHEET MATERIALS
A. Sheathing Paper: Red -rosin type, minimum 3 Ib/100 sq. ft. (0.16 kg/sq. m).
B. Base Sheet: ASTM D 4601, Type II, non - perforated, asphalt - impregnated and - coated, glass -
fiber sheet, dusted with fine mineral surfacing on both sides.
2.3 ROOFING MEMBRANE PLIES
A. Ply Sheet: ASTM D 4990, Type I, coal -tar- impregnated, glass -fiber felt and the physical
properties of ASTM D 2178, Type IV.
2.4 FLASHING MATERIALS
A. Backer Sheet: Roofing system manufacturer's standard spun- bonded, non - woven, polyester -
reinforced fabric, of standard color and weight, suitable for application method specified.
B. Flashing Sheet: ASTM D 6164, Type I or II, polyester- reinforced, SBS- modified asphalt sheet;
granular surfaced; suitable for application method specified and as follows:
1. Granule Color: White
BUILT -UP COAL -TAR ROOFING 07512-2
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
2.5 BITUMEN MATERIALS
A. Coal -Tar Primer: ASTM D 43.
B. Coal -Tar Pitch: ASTM D 450, Type I.
2.6 AUXILIARY ROOFING MEMBRANE MATERIALS
• RJC NO. 0223
04/08/2005
A. General: Auxiliary materials recommended by roofing system manufacturer for intended use
and compatible with built -up roofing.
B. Coal -Tar Roofing Cement: ASTM D 5643, coal- tar -based roofing cement, asbestos free.
C. Fasteners: Factory- coated steel fasteners and metal or plastic plates meeting corrosion -
resistance provisions in FM 4470; designed for fastening roofing membrane components to
substrate; tested by manufacturer for required pullout strength; and acceptable to roofing
system manufacturer.
D. Aggregate Surfacing: ASTM D 1863, No. 6 or No. 67, clean, dry, opaque, water -worn gravel or
crushed stone, free of sharp edges.
2.7 ROOF INSULATION
A. Polyisocyanurate Board Insulation: ASTM C 1289, Type II, felt or glass -fiber mat facer on both
major surfaces.
B. Tapered Insulation: Provide factory- tapered insulation boards fabricated to slope indicated by
drawings with %" minimum thickness.
C. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where
indicated for sloping to drain. Fabricate to slopes indicated.
2.8 INSULATION ACCESSORIES
A. Fasteners: Factory - coated steel fasteners and metal or plastic plates meeting corrosion -
resistance provisions in FMG 4470, designed for fastening roof insulation to substrate, and
acceptable to roofing system manufacturer.
B. Insulation Cant Strips: ASTM C 208, Type II, Grade 1, cellulosic -fiber insulation board.
C. Tapered Edge Strips: ASTM C 208, Type 11, Grade 1, cellulosic -fiber insulation board.
PART 3 - EXECUTION
3.1 SUBSTRATE BOARD INSTALLATION
BUILT -UP COAL -TAR ROOFING 07512-3
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
A. Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes
with end joints staggered between rows. Tightly butt substrate boards together.
3.2 INSULATION INSTALLATION
A. Coordinate installing roofing system components so insulation is not exposed to precipitation or
left exposed at the end of the workday.
B. Comply with roofing system manufacturer's written instructions for installing roof insulation.
C. Nailer Strips: Mechanically fasten 4 -inch nominal- (89 -mm actual) width wood nailer strips of
same thickness as insulation perpendicular to sloped roof deck, spaced 16 feet (4.88 m) apart
for roof slopes greater than % inch per 12 inches (1:48).
D. Install tapered insulation under area of roofing to conform to slopes indicated.
E. Install one or more layers of insulation under area of roofing to achieve required thickness.
Install multiple layers with joints of each succeeding layer staggered from joints of previous
layer a minimum of 6 inches (150 mm) in each direction.
F. Install one or more layers of insulation under area of roofing to achieve required thickness.
Where overall insulation thickness is 2 inches (50mm) or greater, install 2 or more layers with
joints of each succeeding layer staggered form joints of previous layer a minimum of 6 inches
150mm ) in each direction.
G. Mechanically Fastened Insulation: Install each layer of insulation and secure to deck using
mechanical fasteners specifically designed and sized for fastening specified board -type roof
insulation to deck type.
3.3 ROOFING MEMBRANE INSTALLATION
A. Install built -up roofing membrane system according to roofing system manufacturer's written
instructions and applicable recommendations of ARMA/NRCA's "Quality Control Guidelines for
the Application of Built -up Roofing."
B. Where roof slope exceeds 114 inch per 12 inches (1:48) install sheets of built -up roofing
membrane parallel with slope and backnail.
C. Coordinate installing roofing system components so insulation and roofing membrane sheets
are not exposed to precipitation or left exposed at the end of the workday or when rain is
forecast.
D. Substrate -Joint Penetrations: Prevent coal -tar pitch from penetrating substrate joints, entering
building, or damaging roofing system components or adjacent building construction.
E. Loosely lay one course of sheathing paper, lapping edges and ends a minimum of 2 inches (50
mm) and 6 inches (150 mm), respectively.
F. Install one lapped course of base sheet, extending sheet over and terminating beyond cants.
Attach base sheet as follows:
1. Mechanically fasten to substrate.
BUILT -UP COAL -TAR ROOFING 07512-4
CITY OF NEWPORT BEACH• RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
2. Spot- or strip -mop to substrate with hot roofing asphalt.
3. Adhere to substrate in a solid mopping of hot roofing asphalt.
G. Install three ply sheets starting at low point of roofing system. Align ply sheets without
stretching. Shingle side laps of ply sheets uniformly to achieve required number of plies
throughout thickness of roofing membrane. Shingle in direction to shed water. Extend ply
sheets over and terminate beyond cants.
Embed each ply sheet in a solid mopping of hot coal -tar pitch.
H. Composite Roofing Membrane: Install one lapped coal -tar, glass -fiber felt ply sheet course over
shingled organic felt ply sheets according to roofing system manufacturer's written instructions,
starting at low point of roofing system. Offset laps from laps of preceeding ply sheets and align
ply sheet without stretching. Lap in direction to shed water. Embed ply sheet in a solid
mopping of hot coal -tar pitch applied at rate required by roofing system manufacturer. Extend
ply sheet over and terminate beyond cants.
Aggregate Surfacing: Promptly after installing and testing roofing membrane, base flashing,
and stripping, flood -coat roof surface with 70 lb/100 sq. ft. (3.5 kg /sq. m) of hot coal -tar pitch.
While flood coat is hot and fluid, cast the following average weight of aggregate in a uniform
course:
Aggregate Weight: 400 Ib 1100 sq. ft. (20 kg /sq. m)
3.4 FLASHING AND STRIPPING INSTALLATION
A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and
at penetrations through roof, and secure to substrates according to roofing system
manufacturer's written instructions.
B. Extend base flashing up walls or parapets a minimum of 8 inches (200 mm) above roofing
membrane and 4 inches (100 mm) onto field of roofing membrane.
C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing.
D. Install stripping, according to roofing system manufacturer's written instructions, where metal
flanges and edgings are set on built -up roofing.
END OF SECTION 07512
BUILT -UP COAL -TAR ROOFING 07512-5
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07610 — STANDING SEAM COPPER ROOFING
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the foHowing on -site, roll- formed sheet metal roofing:
Standing -seam architectural copper roofing.
1.2 PERFORMANCE REQUIREMENTS
RJC NO. 0223
04/08/2005
A. Metal Roof Panel Assembly: Provide metal roof panels, attachment system components,
miscellaneous metal framing, thermal insulation, and accessories necessary for a complete
weather -tight roofing system.
B. General: Provide metal roof panel assemblies that comply with performance requirements
specified as determined by testing manufacturers' standard assemblies similar to those
indicated for this Project, by a qualified testing and inspecting agency.
C. Clips, fasteners, and clip spacings shall provide the capability to sustain, without failure, a load
equal to 3 times the design negative uplift pressure.
D. Air Infiltration: Air leakage through assembly of not more that 0.06 cfm /sq. ft. of roof area when
tested according to ASTM E 283 at the following test - pressure difference:
1. Test - Pressure Difference: Negative 1.57 Ibflsq. ft.
2. Negative Preload Test - Pressure Difference: 50 percent of design wind- uplift- pressure
difference.
E. Water Penetration: No water penetration when tested according to ASTM E 331 at the following
test - pressure difference:
1. Test - Pressure Difference: 2.86 Ibf /sq. ft.
2. Positive Preload Test - Pressure Difference: Greater than or equal to 15.0 Ibflsq. ft and
the greater of 75 percent of building live load or 50 percent of design wind - uplift- pressure
difference.
Wind -Uplift Resistance: Capable of producing sheet metal roofing assemblies that comply with
UL 580 for Class 90 wind -uplift resistance.
1.3 SUBMITTALS
A. Product Data: For each type of underlayment product indicated.
B. Shop Drawings: Show layouts of sheet metal roofing, including plans, elevations, and keyed
references to termination points.
STANDING SEAM COPPER ROOFING 07610-1
10 CITY OF NEWPORT BEAC • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Include details for forming, joining, and securing sheet metal roofing, including pattern of
seams, termination points, expansion joints, roof penetrations, edge conditions, special
conditions, connections to adjoining work, and accessory items.
C. Coordination Drawings: Drawn to scale and coordinating sheet metal roofing installation with
penetrations and roof- mounted items.
D. Samples: For each exposed finish.
E. Roll- Forming Equipment Certificate: Issued by UL.
F. Product test reports.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: Fabricator of sheet metal roofing.
B. Roll- Formed Sheet Metal Roofing Fabricator Qualifications: An authorized representative of
roll - formed sheet metal roofing manufacturer for fabrication and installation of units.
C. Sheet Metal Roofing Standard: Comply with SMACNA's "Architectural Sheet Metal Manual."
D. Copper Roofing Standard: Comply with CDA's "Copper in Architecture Handbook."
E. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate
aesthetic effects and qualities of materials and execution.
1. Build mockup of typical roof eave, including fascia, approximately 48 inches (1200 mm)
square by full thickness, including attachments and accessories.
2. Approved mockups may become part of the completed Work if undisturbed at time of
Substantial Completion.
F. Pre - installation Conference: Conduct conference at Project site.
1.5 WARRANTY
A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to
repair finish or replace sheet metal roofing that shows evidence of deterioration of factory-
applied finishes within specified warranty period.
B. Special Installer's Warranty: Specified form in which Roofing Installer agrees to repair or
replace components of custom - fabricated sheet metal roofing that fail in materials or
workmanship within two years from date of Substantial Completion.
PART 2- PRODUCTS
2.1 ROOFING SHEET METALS
A. Copper Sheet: ASTM B 370, cold - rolled copper sheet, H00 temper, unless otherwise indicated.
STANDING SEAM COPPER ROOFING 07610-2
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
Weight (Thickness): 16 oz. /sq. ft. (0.55 mm).
2.2 UNDERLAYMENT MATERIALS
RJC NO. 0223
04/08/2005
A. Self- Adhering, High - Temperature Sheet: 30 to 40 mils (0.76 to 1.0 mm) thick minimum,
consisting of slip- resisting polyethylene -film top surface laminated to layer of butyl or SBS-
modified asphalt adhesive, with release -paper backing; cold applied. Provide primer when
recommended by underlayment manufacturer.
1. Basis of Design Product: W.R. Grace, Ice and Water Shield
2. Thermal Stability: Stable after testing at 240 deg F (116 deg C); ASTM D 1970.
3. Low Temperature Flexibility: Passes after testing at minus 20 deg F (29 deg C);
ASTM D 1970.
B. Slip Sheet: Building paper, minimum 5 lb/100 sq. ft. (0.24 kg/sq. m), rosin sized.
2.3 MISCELLANEOUS MATERIALS
A. Fasteners: Self- tapping screws, self - locking rivets and bolts, and other suitable fasteners
designed to withstand design loads.
1. Nails for Copper Roofing: Copper or hardware bronze, 0.109 inch (2.8 mm) minimum
and not less than 718 inch (22 mm) long, barbed with large head.
2. Exposed Fasteners: Heads matching color of sheet metal roofing by means of plastic
caps or factory- applied coating.
3. Fasteners for Flashing and Trim: Blind fasteners or self - drilling screws with hex washer
head.
4. Blind Fasteners: High- strength aluminum or stainless -steel rivets.
B. Sealing Tape: Pressure - sensitive, 100 percent solids, polyisobutylene compound sealing tape
with release -paper backing. Provide permanently elastic, non -sag, nontoxic, non - staining tape.
C. Elastomeric Joint Sealant: ASTM C 920, of base polymer, type, grade, class, and use
classifications required to produce joints in sheet metal roofing that will remain weathertight.
D. Expansion -Joint Sealant: For hooked -type expansion joints, which must be free to move,
provide non - setting, non - hardening, non - migrating, heavy - bodied polyisobutylene sealant.
E. Bituminous Coating: Cold- applied asphalt mastic, SSPC -Paint 12, compounded for 15 -mil (0.4-
mm) dry film thickness per coat.
2.4 ACCESSORIES
A. Sheet Metal Roofing Accessories: Provide components required for a complete sheet metal
roofing assembly including trim, copings, fasciae, comer units, ridge closures, clips, flashings,
sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of sheet
metal roofing, unless otherwise indicated.
1. Clips: Minimum 0.0625 -inch- (1.6 -mm -) thick, stainless -steel panel clips designed to
withstand negative -load requirements.
2. Cleats: Mechanically seamed cleats formed from the following material:
STANDING SEAM COPPER ROOFING 07610-3
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
a. Copper Roofing: 16- oz.1sq. ft. (0.55 -mm -) thick copper sheet.
B. Flashing and Trim: Copper sheet flashing required to seal against weather and to provide
finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases,
framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system
as adjacent copper roofing.
C. Gutters: Copper gutters. Match profile of gable trim, complete with end pieces, outlet tubes,
and other special pieces as required. Fabricate in minimum 96 -inch- (2400 -mm -) long sections,
sized according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports
spaced 36 inches (900 mm) o.c., fabricated from same metal as gutters. Provide bronze,
copper, or aluminum wire ball strainers at outlets. Finish gutters to match copper roofing.
D. Downspouts: Copper downspouts in 10 -foot- (3 -m -) long sections, complete with formed
elbows and offsets. Finish downspouts to match copper roofing.
2.5 EQUIPMENT
A. Portable Roll- Forming Equipment: Manufacturer's standard UL- certified equipment capable of
forming sheet metal roofing in profiles indicated.
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
2. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. Revere Copper Products, Inc.
b. Fabral, Inc.
C. Flexospan Steel Buildings, Inc.
d. Metal -Fab Manufacturing, LLC.
e. Morin Corporation; a Metecno Group Company.
f. Berridge Manufacturing Company.
2.6 FABRICATION
A. General: Custom fabricate sheet metal roofing to comply with details shown and
recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design,
dimensions (pan width and seam height), geometry, metal thickness, and other characteristics
of installation indicated. Fabricate sheet metal roofing and accessories at the shop to greatest
extent possible.
Standing -Seam Roofing: Form standing -seam pans with finished seam height of 1 inch
(25 mm).
B. General: Fabricate roll- formed sheet metal roofing panels to comply with details shown and roll -
formed sheet metal roofing manufacturer's written instructions.
C. Fabricate sheet metal roofing to allow for expansion in running work sufficient to prevent
leakage, damage, and deterioration of the Work. Form exposed sheet metal work to fit
STANDING SEAM COPPER ROOFING 07610-4
CITY OF NEWPORT BEAR 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
substrates without excessive oil canning, buckling, and tool marks, true to line and levels
indicated, and with exposed edges folded back to form hems.
1. Lay out sheet metal roofing so cross seams, when required, are made in direction of flow
with higher pans overlapping lower pans. Stagger cross seams.
2. Fold and cleat eaves and transverse seams in the shop.
3. Form and fabricate sheets, seams, strips, cleats, valleys, ridges, edge treatments,
integral flashings, and other components of metal roofing to profiles, patterns, and
drainage arrangements shown and as required for leak -proof construction.
D. Metal Protection: Where dissimilar metals will contact each other, protect against galvanic
action by painting contact surfaces with bituminous coating, by applying rubberized - asphalt
underlayment to each contact surface, or by other permanent separation as recommended by
manufacturers of dissimilar metals or by fabricator.
E. Sheet Metal Accessories: Custom fabricate flashings and trim to comply with recommendations
in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and
other characteristics of item indicated. Obtain field measurements for accurate fit before shop
fabrication.
2.7 FINISHES
A. Copper Sheet Finishes: Standard Architectural Sheet Copper
PART 3 - EXECUTION
3.1 PREPARATION
A. Lay out before installation of sheet metal roofing. Space fasteners as required to resist design
uplift, but not more than 18 inches (457 mm) o.c.
B. Install flashings and other sheet metal to comply with requirements specified in Division 7
Section "Sheet Metal Flashing and Trim"
3.2 UNDERLAYMENT INSTALLATION
A. Self- Adhering Sheet Underlayment: Install self- adhering sheet underlayment, wrinkle free, on
roof sheathing under sheet metal roofing. Comply with temperature restrictions of underlayment
manufacturer for installation; use primer rather than nails for installing underlayment at low
temperatures. Apply at locations of copper standing seam roofing, in shingle fashion to shed
water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between
courses. Overlap side edges not less than 3 -1/2 inches (90 mm). Roll laps with roller. Cover
underlayment within 14 days.
B. Apply slip -sheet over underlayment before installing sheet metal roofing
STANDING SEAM COPPER ROOFING 07610-5
CITY OF NEWPORT BEA# 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
3.3 INSTALLATION, GENERAL
A. General: Anchor sheet metal roofing and other components of the Work securely in place, with
provisions for thermal and structural movement. Install fasteners, solder, welding rods,
protective coatings, separators, sealants, and other miscellaneous items as required for a
complete roofing system and as recommended by fabricator for sheet metal roofing.
1. Field cutting of sheet metal roofing by torch is not permitted.
2. Rigidly fasten eave end of sheet metal roofing and allow ridge end free movement due to
thermal expansion and contraction. Pre -drill roofing..
3. Flash and seal sheet metal roofing with weather closures at eaves, rakes, and at
perimeter of all openings. Fasten with self- tapping screws.
4. Locate roofing splices over, but not attached to, structural supports. Stagger roofing
splices and end laps to avoid a four -panel lap splice condition.
5. Lap metal flashing over sheet metal roofing to allow moisture to run over and off the
material'.
B. Fasteners: Use fasteners of sizes that will not penetrate completely through substrate.
Copper Roofing: Use copper (where exposed to view) or stainless -steel fasteners.
C. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,
protect against galvanic action by painting contact surfaces with bituminous coating, by applying
rubberized - asphalt underlayment to each contact surface, or by other permanent separation as
recommended by fabricator of sheet metal roofing or manufacturers of dissimilar metals.
D. Conceal fasteners and expansion provisions where possible in exposed work and locate to
minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight
installation.
3.4 ON -SITE, ROLL - FORMED SHEET METAL ROOFING INSTALLATION
A. General: Install on -site, roll- formed sheet metal roofing to comply with sheet metal roofing
manufacturer's written instructions for UL wind -uplift class indicated. Provide sheet metal
roofing of full length from eave to ridge unless otherwise restricted by shipping limitations.
B. Standing -Seam Sheet Metal Roofing: Fasten sheet metal roofing to supports with concealed
clips at each standing -seam joint at location, spacing, and with fasteners recommended by
manufacturer.
1. Install clips to supports with self - tapping fasteners.
2. Before panels are joined, apply continuous bead of sealant to top flange of lower panel.
3. Snap Joint: Nest standing seams and fasten together by interlocking and completely
engaging field- applied sealant.
4. Seamed Joint: Crimp standing seams with manufacturer - approved motorized seamer
tool so cleat, sheet metal roofing, and field - applied sealant are completely engaged.
3.5 ACCESSORY INSTALLATION
A. General: Install accessories with positive anchorage to building and weather -tight mounting and
provide for thermal expansion. Coordinate installation with flashings and other components.
STANDING SEAM COPPER ROOFING 07610-6
CITY OF NEWPORT BEAC0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Install components required for a complete sheet metal roofing assembly including trim,
copings, ridge closures, seam covers, flashings, sealants, gaskets, fillers, closure strips,
and similar items.
2. Comply with performance requirements, manufacturer's written installation instructions,
and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where
possible, and set units true to line and level as indicated. Install work with laps, joints,
and seams that will be permanently watertight and weather resistant.
3. Provide elbows at base of downspout to direct water away from building.
4. Tie downspouts to underground drainage system indicated.
3.6 CLEANING AND PROTECTION
A. Remove temporary protective coverings and strippable films, if any, as sheet metal roofing is
installed. On completion of sheet metal roofing installation, clean finished surfaces, including
removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a
clean condition during construction.
END OF SECTION 07610
STANDING SEAM COPPER ROOFING 07610-7
CITY OF NEWPORT BEAC1P
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 07620 - SHEET METAL FLASHING AND TRIM
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Manufactured reglets.
2. Formed roof drainage system.
3. Formed low -slope roof flashing and trim.
4. Formed steep -slope roof flashing and trim.
5. Formed wall flashing and trim.
1.2 SUBMITTALS
A. Product Data: For each product indicated.
RJC NO. 0223
04/08/2005
B. Shop Drawings: Show layouts, profiles, shapes, seams, dimensions, and details for fastening,
joining, supporting, and anchoring sheet metal flashing and trim.
C. Samples: For each type of sheet metal flashing and trim.
1.3 QUALITY ASSURANCE
A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal
Manual." Conform to dimensions and profiles shown unless more stringent requirements are
indicated.
PART 2- PRODUCTS
2.1 SHEET METALS
A. Copper Sheet: ASTM B 370, Temper H00 or H01, cold - rolled copper sheet.
B. Lead - Coated Copper Sheet: ASTM B 101, Temper H00 and H01, cold- rolled copper sheet, of
weight (thickness) indicated below, coated both sides with lead weighing not less than 12 Ib /100
sq. ft. (0.59 kg /sq. m) nor more than 15 lb/100 sq. ft. (0.73 kg/sq. m) of copper sheet (total
weight of lead applied equally to both sides).
C. Aluminum Sheet: ASTM B 209 (ASTM B 209M), Alloy 3003, 3004, 3105, or 5005, Temper
suitable for forming and structural performance required, but not less than H14, finished as
follows:
Mill Finish: Standard one -side bright.
D. Zinc - Coated (Galvanized) Steel Sheet: ASTM A 6531A 653M, G90 (Z275) coating designation;
structural quality, mill phosphatized for field painting.
SHEET METAL FLASHING AND TRIM 07620-1
CITY OF NEWPORT BEAC • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
E. Lead Sheet: ASTM.B 749, Type L51121, copper- bearing lead sheet.
2.2 MISCELLANEOUS MATERIALS
A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings,
separators, sealants, and other miscellaneous items as required for complete sheet metal
flashing and trim installation.
B. Felt Underlayment: ASTM D 226, Type II (No. 30), asphalt- saturated organic felt,
nonperforated.
1. Slip Sheet: Rosin -sized paper, minimum 3lb /100 sq. ft. (0.16 kg/sq. m).
C. Fasteners: Wood screws, annular threaded nails, self- tapping screws, self - locking rivets and
bolts, and other suitable fasteners designed to withstand design loads.
1. Nails for Copper Sheet: Copper or hardware bronze, 0.109 inch (2.8 mm) minimum and
not less than 7/8 inch (22 mm) long, barbed with large head.
2. Exposed Fasteners: Heads matching color of sheet metal by means of plastic caps or
factory- applied coating.
3. Fasteners for Flashing and Trim: Blind fasteners or self - drilling screws, gasketed, with
hex washer head.
4. Blind Fasteners: High - strength aluminum or stainless -steel rivets.
D. Sealing Tape: Pressure- sensitive, 100 percent solids, polyisobutylene compound sealing tape
with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape.
E. Elastomeric Sealant: ASTM C 920, elastomeric polysulfide polymer sealant; of type, grade,
class, and use classifications required to seal joints in sheet metal flashing and trim and remain
watertight.
F. Bituminous Coating: Cold- applied asphalt mastic, SSPC -Paint 12, compounded for 15 -mil (0.4-
mm) dry film thickness per coat.
2.3 FABRICATION, GENERAL
A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in
SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and
other characteristics of item indicated. Shop fabricate items where practicable. Obtain field
measurements for accurate fit before shop fabrication.
B. Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool marks
and true to line and levels indicated, with exposed edges folded back to form hems.
1. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams
and seal with epoxy seam sealer. Rivet joints for additional strength.
2. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat -
lock seams. Tin edges to be seamed, form seams, and solder.
C. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric
sealant to comply with SMACNA recommendations.
SHEET METAL FLASHING AND TRIM 07620-2
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08 /2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Expansion Provisions: Where lapped or bayonet -type expansion provisions in the Work cannot
be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm)
deep, filled with butyl sealant concealed within joints.
E. Conceal fasteners and expansion provisions where possible on exposed - to-view sheet metal
flashing and trim, unless otherwise indicated.
Fabricate cleats and attachment devices from same material as accessory being anchored or
from compatible, noncorrosive metal, and in thickness not less than that of metal being secured.
2.4 ROOF DRAINAGE SHEET METAL FABRICATIONS
A. Downspouts: Fabricate round downspouts complete with mitered elbows. Furnish with metal
hangers, from same material as downspouts, and anchors.
Fabricate downspouts from the following material:
a. Copper: 16 oz. /sq. ft. (0.55 mm thick).
2.5 ROOF SHEET METAL FABRICATIONS
A. Roof Edge Flashing (Gravel Stop) and Fascia Caps: Fabricate in minimum 96 -inch- (2400 -mm -)
long, but not exceeding 10 -foot- (3 -m -) long, sections. Furnish with 6 -inch- (150 -mm -) wide joint
cover plates.
Fabricate from the following material(s) indicated on the drawings:
a. Copper: 16 oz. /sq. ft. (0.55 mm) thick.
b. Aluminum: 0.050 inch (1.2 mm) thick.
C. Galvanized Steel: 0.0359 inch (0.9 mm) thick, 20 Gage.
B. Copings: Fabricate in minimum 96 -inch- (2400 -mm -) long, but not exceeding 10 -foot- (3 -m -)
long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous
cleats to support edge of external leg and interior leg. Miter comers, seal, and solder or weld
watertight.
Fabricate copings from the following material:
a. Galvanized Steel: 0.0396 inch (1.0 mm) thick.
C. Base Flashing: Fabricate from the following material:
1. Copper: 16 oz. /sq. ft. (0.55 mm thick).
2. Aluminum: 0.050 inch (1.2 mm) thick.
3. Galvanized Steel: 0.0359 inch (0.9 mm) thick.
D. Counterflashing: Fabricate from the following material:
Aluminum: 0.050 inch (1.2 mm) thick.
E. Roof - Penetration Flashing: Fabricate from the following material:
Lead: 4.0lb1sq. ft. (1.6 mm thick), hard tempered.
SHEET METAL FLASHING AND TRIM 07620-3
CITY OF NEWPORT BEAC� •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
2. Copper: 16 oz. /sq. ft. (0.55 mm thick).
F. Roof -Drain Flashing: Fabricate from the following material:
Lead: 4.0 Ib /sq. ft. (1.6 mm thick), hard tempered.
2.6 WALL SHEET METAL FABRICATIONS
RJC NO. 0223
04/08/2005
A. Openings Flashing in Frame Construction: Fabricate head, sill, jamb, and similar flashings to
extend 4 inches (100 mm) beyond wall openings. Form head and sill flashing.with 2 -inch- (50-
mm-) high end dams. Fabricate from the following material:
1. Copper: 16 oz. /sq. ft. (0.55 mm thick).
2. Aluminum: 0.0320 inch (0.8 mm) thick.
3. Galvanized Steel: 0.0217 inch (0.55 mm) thick.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. General: Anchor sheet metal flashing and trim and other components of the Work securely in
place, with provisions for thermal and structural movement. Use fasteners, solder, welding
rods, protective coatings, separators, sealants, and other miscellaneous items as required to
complete sheet metal flashing and trim system.
1. Torch cutting of sheet metal flashing and trim is not permitted.
B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,
protect against galvanic action by painting contact surfaces with bituminous coating or by other
permanent separation as recommended by fabricator or manufacturers of dissimilar metals.
C. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool
marks.
D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat
seams with minimum exposure of solder, welds, and butyl sealant.
E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance.
Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal.
1. Space cleats not more than 12 inches (300 mm) apart. Anchor each cleat with two
fasteners. Bend tabs over fasteners.
Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space
movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600
mm) of corner or intersection. Where lapped or bayonet -type expansion provisions cannot be
used or would not be sufficiently watertight, form expansion joints of intermeshing hooked
flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints.
G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1 -114 inches (32
mm) for nails and not tess than 314 inch (19 mm) for wood screws.
SHEET METAL FLASHING AND TRIM 07620-4
CITY OF NEWPORT BEAR � RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Galvanized or Prepainted, Metallic- Coated Steel: Use stainless -steel fasteners.
2. Aluminum: Use aluminum or stainless -steel fasteners.
3. Copper: Use copper or stainless -steel fasteners.
4. Stainless Steel: Use stainless -steel fasteners.
H. Seal joints with butyl sealant as required for watertight construction.
Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pretin edges
of sheets to be soldered to a width of 1 -112 inches (38 mm) except where pretinned surface
would show in finished Work.
1. Do not solder prepainted, metallic- coated steel or aluminum sheet.
2. Pretinning is not required for lead- coated copper or lead.
3.2 ROOF DRAINAGE SYSTEM INSTALLATION
A. General: Install sheet metal roof drainage items to produce complete roof drainage system
according to SMACNA recommendations and as indicated. Coordinate installation of roof
perimeter flashing with installation of roof drainage system.
B. Hanging Gutters: Join sections with riveted and soldered joints or with lapped joints sealed with
butyl sealant. Provide for thermal expansion. Attach gutters at eave or fascia to firmly
anchored straps spaced not more than 36 inches (900 mm) apart. Provide end closures and
seal watertight with sealant. Slope to downspouts.
1. Install gutter with expansion joints at locations indicated but not exceeding 50 feet (15.24
m) apart. Install expansion joint caps.
2. Install continuous gutter screens on gutters with noncorrosive fasteners, removable for
cleaning gutters.
C. Built -in Gutters: Join sections with riveted and soldered or lapped joints sealed with butyl
sealant. Provide for thermal expansion. Slope to downspouts. Provide end closures and seal
watertight with sealant.
Install felt underlayment layer in built -in gutter trough and extend to drip edge at eaves
and under felt underlayment on roof sheathing. Lap sides a minimum of 2 inches (50
mm) over underlying course. Lap ends a minimum of 4 inches (100 mm). Stagger end
laps between succeeding courses at least 72 inches (1830 mm). Fasten with roofing
nails. Install slip sheet over felt underlayment.
Install gutter with expansion joints at locations indicated but not exceeding 50 feet (15.24
m) apart. Install expansion joint caps.
D. Downspouts: Join sections with 1 -112 -inch (38 -mm) telescoping joints. Provide fasteners
designed to hold downspouts securely 1 inch (25 mm) away from walls; locate fasteners at top
and bottom and at approximately 60 inches (1500 mm) o.c. in between.
3.3 ROOF FLASHING INSTALLATION
A. General: Install sheet metal roof flashing and trim to comply with performance requirements
and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where
possible, set units true to line, and level as indicated. Install work with laps, joints, and seams
that will be permanently watertight.
SHEET METAL FLASHING AND TRIM 07620-5
CITY OF NEWPORT BEAC RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -5
B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations
in FMG Loss Prevention Data Sheet 1 -49.
1. Interlock bottom edge of roof edge flashing with continuous cleats anchored to substrate
at 16 -inch (400 -mm) centers.
C. Copings: Anchor to resist uplift and outward forces according to recommendations in FMG
Loss Prevention Data Sheet 1-49.
1. Interlock exterior bottom edge of coping with continuous cleats anchored to substrate at
16 -inch (400 -mm) centers.
2. Anchor interior leg of coping with screw fasteners and washers at 18 -inch (450 -mm)
centers.
D. Counterflashing: Coordinate installation of counterflashing with installation of base flashing.
Insert counterflashing in reglets or receivers and fit tightly to base flashing. Secure in a
waterproof manner. Extend counterflashing 4 inches (100 mm) over base flashing. Lap
counterflashing joints a minimum of 4 inches (100 mm) and bed with butyl sealant.
E. Roof- Penetration Flashing: Coordinate installation of roof - penetration flashing with installation
of roofing and other items penetrating roof. Install flashing as follows:
1. Turn lead flashing down inside vent piping, being careful not to block vent piping with
flashing.
2. Seal with butyl sealant and clamp flashing to pipes penetrating roof except for lead
flashing on vent piping.
3.4 WALL FLASHING INSTALLATION
A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture
according to SMACNA recommendations and as indicated. Coordinate installation of wall
flashing with installation of wall- opening components such as windows, doors, and louvers.
B. Openings Flashing in Frame Construction: Install continuous head, sill, jamb, and similar
flashings to extend 4 inches (100 mm) beyond wall openings.
END OF SECTION 07620
SHEET METAL FLASHING AND TRIM 07620-6
CITY OF NEWPORT BEAC� •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07720 - ROOF ACCESSORIES
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Roof curbs.
2. Equipment supports.
3. Relief vents.
4. Ridge vents.
1.2 SUBMITTALS
RJC NO. 0223
04/08/2005
A. Product Data: For each product indicated.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work.
C. Coordination Drawings: Roof plans drawn to scale and coordinating penetrations and roof -
mounted items.
D. Samples: For each exposed finish.
1.3 QUALITY ASSURANCE
A. Standards: Comply with the following:
1. SMACNA's "Architectural Sheet Metal Manual" details for fabrication of units, including
flanges and cap flashing to coordinate with type of roofing indicated.
2. NRCA's "Roofing and Waterproofing Manual" details for installing units.
PART 2- PRODUCTS
2.1 MATERIALS
A. Galvanized Steel Sheet: ASTM A 653/A 653M with G90 (2275); commercial steel, unless
otherwise indicated.
1. Structural Quality: Grade 40 (Grade 275), where indicated or as required for strength.
B. Insulation: Manufacturer's standard rigid or semi -rigid glass -fiber board of thickness indicated.
C. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for
aboveground use, complying with AWPA C2; not less than 1 -1/2 inches (38 mm) thick.
ROOF ACCESSORIES 07720-1
CITY OF NEWPORT BEAR
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -51895
RJC NO. 0223
04/08/2005
D. Fasteners: Same metal as metals being fastened, or nonmagnetic stainless steel or other non-
corrosive metal as recommended by manufacturer. Match finish of exposed fasteners with
finish of material being fastened.
1. Provide non - removable fastener heads.
E. Gaskets: Manufacturer's standard tubular or fingered design of neoprene, EPDM, or PVC; or
flat design of foam rubber, sponge neoprene, or cork.
Bituminous Coating: SSPC -Paint 12, solvent -type bituminous mastic, nominally free of sulfur
and containing no asbestos fibers, compounded for 15 -mil (0.4 -mm) dry film thickness per
coating.
G. Mastic Sealant: Polyisobutylene; non - hardening, no- nskinning, non- drying, non- migrating
sealant.
H. Elastomeric Sealant: Recommended by unit manufacturer that is compatible with joint surfaces;
ASTM C 920, Type S, Grade NS, Class 25.
I. Roofing Cement: ASTM D 4586, non - asbestos, fibrated asphalt cement designed for trowel
application or other adhesive compatible with roofing system.
2.2 ROOF CURBS AND EQUIPMENT SUPPORTS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. AES Industries, Inc.
2. Colony Custom Curbs.
3. Commodity Products Company, Inc.
4. Conn -Fab Sales, Inc.
5. Curbs Plus, Inc.
6. Custom Curb, Inc.
7. Gieske Custom Metal Fabricators.
8. Goeller Enterprises.
9. LMCurbs.
10. Loren Cook Company.
11. Metallic Products Corporation.
12. Pate Co. (The).
13. Roof Products & Systems Corp.
14. ThyCurb, Inc.
15. Uni -Curb, Inc.
16. Vent Products Co., Inc.
C. General: Units capable of supporting superimposed live and dead loads, including equipment
loads and other construction to be supported. Coordinate dimensions with equipment to be
supported.
Provide preservative - treated wood milers at tops of units and formed flange at perimeter
bottom for mounting to roof.
ROOF ACCESSORIES 07720-2
CITY OF NEWPORT BEAR • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2. On ribbed or fluted metal roofs, form flange at perimeter bottom to conform to roof profile.
3. Fabricate units to minimum height of 8 inches (200 mm), unless otherwise indicated.
4. Where slope of roof deck exceeds 1/4 inch per foot (1:48), fabricate support units with
height tapered to match slope to level tops of units.
D. Roof Curbs:
1. Fabrication: Unless otherwise indicated or required for strength, fabricate units from
minimum 0.0747 -inch- (1.9 -mm -) thick, structural- quality, hot -dip galvanized or aluminum -
zinc alloy - coated steel sheet; factory primed and prepared for painting with welded or
sealed mechanical corner joints.
2. Insulation: Manufacturer's standard rigid or semi -rigid insulation where indicated.
3. Cants: Formed cants and base profile coordinated with roof insulation thickness.
E. Equipment Supports: Capable of supporting superimposed live and dead loads, including
equipment loads and other construction to be supported. Coordinate dimensions with
equipment to be supported.
1. Fabrication: Unless otherwise indicated or required for strength, fabricate units from
minimum 0.0747 -inch- (1.9 -mm -) thick, structural- quality, hot -dip galvanized or aluminum -
zinc alloy- coated steel sheet; factory primed and prepared for painting with welded or
sealed mechanical corner joints.
2. Fabrication: Unless otherwise indicated or required for strength, fabricate units from
minimum 0.063 -inch- (1.6 -mm -) thick, sheet aluminum with welded corner joints.
2.3 RELIEF VENTS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Aura Ventilation, Inc.
2. Bristolite Skylights.
3. Commodity Products Company, Inc.
4. Dowco Products Group.
5. Dur -Red Products, Inc.
6. Goeller Enterprises.
7. Metallic Products Corporation.
8. Solar Group (The).
9. ThyCurb, Inc.
10. Trimco, Inc.
11. Vent Products Co., Inc.
12. Western Canwell.
ROOF ACCESSORIES 07720-3
CITY OF NEWPORT BEAC� •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -51895
PART 3 - EXECUTION
3.1 INSTALLATION
RJC NO. 0223
04/08/2005
A. General: Coordinate installation of roof accessories with installation of roof deck, roof
insulation, flashing, roofing membranes, penetrations, equipment, and other construction to
ensure that combined elements are waterproof and weathertight. Anchor roof accessories
securely to supporting structural substrates so they are capable of withstanding lateral and
thermal stresses, and inward and outward loading pressures.
B. Install roof accessory items according to construction details in NRCA's "Roofing and
Waterproofing Manual," unless otherwise indicated,
C. Separation: Separate metal from incompatible metal or corrosive substrates, including wood,
by coating concealed surfaces, at locations of contact, with bituminous coating or providing
other permanent separation.
D. Flange Seals: Unless otherwise indicated, set flanges of accessory units in a thick bed of
roofing cement to form seal.
E. Cap Flashing: Where required as component of accessory, install cap flashing to provide
waterproof overlap with roofing or roof flashing (as counterttashing). Seal overlap with thick
bead of mastic sealant.
F. Operational Units: Test - operate units with operable components. Clean and lubricate joints
and hardware. Adjust for proper operation.
G. Clean exposed surfaces according to manufacturer's written instructions. Touch up damaged
metal coatings.
END OF SECTION 07720
ROOF ACCESSORIES 07720-4
CITY OF NEWPORT BEA# •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 07727 — PIPE PENETRATION FLASHING SYSTEMS
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Equipment supports.
2. Roof Screen supports
3. Piping penetrations
4. Conduit penetrations
5. Misc. roofing penetrations
1.2 SUBMITTALS
RJC NO. 0223
04/08/2005
A. Manufacturer's descriptive literature for each product, including section or other details.
B. Manufacturer's written installation instructions.
C. Shop drawings and samples, when required, in accordance with Section 01300.
1.3 QUALITY ASSURANCE
A. Standards: Comply with the following:
Roof accessories manufacturer to have minimum 5 years documented experience in the
design and fabrication of roofing specialties and accessories.
1.4 SPECIAL WARRANTY
A. Warrant products installed under this section of work to be free of leaks, condensation and
defective materials and /or manufacture for a period of 20 years when installed in accordance
with the manufacturer's written instructions.
PART 2- PRODUCTS
2.1 MANUFACTURER
A. Basis of Design Product: Thaler Metal, Industries, Buffalo, N.Y., 1- 800 -576 -1200 or equal as
approved by Architect. Acceptable products shall:
1. Provide 20 year warrantee against leaks, condensation and defects in materials and/or
manufacture as applicable,
2. Compliance with CSA 8272 -93 (Prefabricated Self - Sealing Roof Vent Flashings),
PIPE PENETRATION FLASHING SYSTEMS 07727-1
CITY OF NEWPORT BEACIP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
3. Air barrier design using EPDM seals only;
4. Maintenance free design.
5. Materials and sizes options, and thicknesses,
6. Injection molded urethane insulation to CGSB -51 -GP
applicable,
7. treated deck flange, as applicable,
8. written installation instructions
2.2 EXAMINATION
RJC NO. 0223
04/08/2005
46MP and ASTM C1029 -90, as
A. Report to the Contractor in writing, defects of work prepared by other trades and other
unsatisfactory site conditions. Verify site dimensions. Commencement of work will imply
acceptance of prepared work.
PART 3 - EXECUTION
3.1 Roof penetration components shall be installed per manufacturer's recommendations for each
roofing type.
END OF SECTION 07720
PIPE PENETRATION FLASHING SYSTEMS 07727-2
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 07920 - JOINT SEALANTS
PART 1- GENERAL
1.1 SUMMARY
RJC NO. 0223
04/08/2005
A. This Section includes joint sealants for the following applications, including those specified by
reference to this Section:
1. Exterior joints in vertical surfaces and horizontal non - traffic surfaces.
2. Exterior joints in horizontal traffic surfaces.
3. Interior joints in vertical surfaces and horizontal non -traffic surfaces.
4. Interior joints in horizontal traffic surfaces.
B. See Division 2 Section "Pavement Joint Sealants" for sealing joints in pavements, walkways,
and curbing.
C. See Division 8 Section "Glazing" for glazing sealants.
1.2 PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous
joint seals without staining or deteriorating joint substrates.
B. Provide joint sealants for interior applications that establish and maintain airtight and water -
resistant continuous joint seals without staining or deteriorating joint substrates.
1.3 SUBMITTALS
A. Product Data: For each joint - sealant product indicated.
B. Samples: For each type and color of joint sealant required, provide Samples with joint sealants
in 1!2 -inch- (13 -mm -) wide joints formed between two 6 -inch- (150 -mm -) long strips of material
matching the appearance of exposed surfaces adjacent to joint sealants.
C. Preconstruction field test reports.
D. Compatibility and adhesion test reports.
E. Product certificates.
1.4 QUALITY ASSURANCE
A. Preconstruction Compatibility and Adhesion Testing: Submit samples of materials that will
contact or affect joint sealants to joint - sealant manufacturers for testing according to
ASTM C 1087 and manufacturer's standard test method to determine whether priming and
other specific joint preparation techniques are required to obtain rapid, optimum adhesion of
joint sealants to joint substrates.
JOINT SEALANTS 07920-1
CITY OF NEWPORT BEAC1 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
B. Preconstruction Field- Adhesion Testing: Before installing elastomeric sealants, field test their
adhesion to Project joint substrates according to the method in ASTM C 1193 that is appropriate
for the. types of Project joints.
C. Mockups: Build mockups incorporating sealant joints, as follows, to verify selections made
under sample submittals and to demonstrate aesthetic effects and set quality standards for
materials and execution:
Joints in mockups of assemblies specified in other Sections that are indicated to receive
elastomeric joint sealants, which are specified by reference to this Section.
1.5 WARRANTY
A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or
replace elastomeric joint sealants that do not comply with performance and other requirements
specified in this Section within specified warranty period.
Warranty Period: Two years from date of Substantial Completion.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other Part 2 articles.
B. Products: Subject to compliance with requirements, provide one of the products listed in other
Part 2 articles.
2.2 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible
with one another and with joint substrates under conditions of service and application, as
demonstrated by sealant manufacturer, based on testing and field experience.
B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range.
2.3 ELASTOMERIC JOINT SEALANTS
A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each
liquid- applied chemically curing sealant specified, including those referencing ASTM C 920
classifications for type, grade, class, and uses related to exposure and joint substrates.
B. Stain - Test - Response Characteristics: Where elastomeric sealants are specified to be
nonstaining to porous substrates, provide products that have undergone testing according to
ASTM C 1248 and have not stained porous joint substrates indicated for Project.
C. Suitability for Immersion in Liquids. Where elastomeric sealants are indicated for Use I for joints
that will be continuously immersed in liquids, provide products that have undergone testing
JOINT SEALANTS 07920-2
CITY OF NEWPORT BEAR 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
according to ASTM C 1247 and qualify for the length of exposure indicated by reference to
ASTM C 920 for Class 1 or 2. Liquid used for testing sealants is de- ionized water, unless
otherwise indicated.
D. Suitability for Contact with Food: Where elastomeric sealants are indicated for joints that will
come in repeated contact with food, provide products that comply with 21 CFR 177.2600.
E. Single- Component Non -sag Polysulfide Sealant:
Products:
a. Pacific Polymers, Inc.; Elastoseal 230 Type I (Gun Grade).
b. Polymeric Systems Inc.; PSI -7000.
2. Type and Grade: S (single component) and NS (non -sag).
3. Class: 25.
4. Use Related to Exposure: NT (non- traffic).
5. Uses Related to Joint Substrates: M,G,A, and, as applicable to joint substrates indicated,
O.
Single- Component Pourable Neutral- Curing Silicone Sealant:
Products:
a. Dow Corning Corporation; 890 -SL.
b. Pecora Corporation; 300 Pavement Sealant (Self Leveling).
C. Dow Corning Corporation; SL Parking Structure Sealant.
2. Type and Grade: S (single component) and P (pourable).
3. Class: 100150.
4. Uses Related to Exposure: NT , T (traffic).
5. Uses Related to Joint Substrates: [M] [A] [and] O, as applicable to joint substrates
indicated.
G. Single- Component Neutral- Curing Silicone Sealant:
Products:
a. Dow Corning Corporation; 790.
b. GE Silicones; SilPruf LM SCS2700.
c. Tremco; Spectrem 1 (Basic).
d. GE Silicones; SilPruf SCS2000.
e. Pecora Corporation; 864.
f. Pecora Corporation; 890.
g. Polymeric Systems Inc.; PSI -641.
h. Sonneborn, Division of ChemRex Inc.; Omniseal.
i. Tremco; Spectrem 3.
j. Dow Corning Corporation; 791.
k. Dow Corning Corporation; 795.
1. GE Silicones; SilPruf NB SCS9000.
M. GE Silicones; UltraPruf 11 SCS2900.
n. Pecora Corporation; 865.
o. Pecora Corporation; 895.
JOINT SEALANTS 07920-3
CITY OF NEWPORT BEACIR • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
p. Pecora Corporation; 898.
2. Type and Grade: S (single component) and NS (non -sag).
3. Class: 100/50.
4. Use Related to Exposure: NT (non - traffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, O.
6. Stain- Test - Response Characteristics: Non - staining to porous substrates per
ASTM C 1248.
H. Single- Component Mildew- Resistant Neutral- Curing Silicone Sealant [ES•< # >]:
Products:
a. Pecora Corporation; 898.
b. Tremco; Tremsil 600 White.
2. Type and Grade: S (single component) and NS (non -sag).
3. Class: 25.
4. Use Related to Exposure: NT (non- traffic).
Single- Component Non -sag Urethane Sealant:
Products:
a. Sika Corporation, Inc.; Sikaflex - 1a.
b. Sika Corporation, Inc.; Sikaflex - 15LM.
c. Sonneborn, Division of ChemRex Inc.; Ultra.
d. Sonneborn, Division of ChemRex Inc.; NP 1.
e. Tremco; Vulkem 116.
2. Type and Grade: S (single component) and NS (non -sag).
3. Class: 100/50.
4. Uses Related to Exposure: T (traffic) and NT (non - traffic).
J. Single- Component Non -sag Urethane Sealant:
Products:
a. Bostik Findley; Chem -Calk 900.
b. Bostik Findley; Chem -Calk 915.
C. Bostik Findley; Chem -Calk 916 Textured.
d. Bostik Findley; Chem -Calk 2639.
e. Pecora Corporation; Dynatrol I -XL.
f. Polymeric Systems Inc.; Flexiprene 1000.
g. Polymeric Systems Inc.; PSI -901.
h. Schnee - Morehead, Inc.; Permathane SM7100.
i. Schnee - Morehead, Inc.; Permathane SM7108.
j. Schnee - Morehead, Inc.; Permathane SM7110.
k. Tremco; DyMonic,
I. Tremco; Vulkem 921.
M. Tremco; Vulkem 931.
JOINT SEALANTS 07920-4
CITY OF NEWPORT BEAD •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
2. Type and Grade: S (single component) and NS (non -sag).
3. Class: 100/50.
4. Use Related to Exposure: NT (non4raffic).
K. Single- Component Pourable Urethane Sealant:
Products:
a. Sika Corporation, Inc.; Sikaflex - 1CSL.
b. Sonneborn, Division of ChemRex Inc.; SL 1.
C. Tremco; Vulkem Nova 300 SSL.
2. Type and Grade: S (single component) and P (pourable).
3. Class: 50.
4. Uses Related to Exposure: T (traffic) and NT (nontraffic).
2.4 ACOUSTICAL JOINT SEALANTS
RJC NO. 0223
04/08/2005
A. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard non -sag,
paintable, non - staining latex sealant complying with ASTM C 834 that effectively reduces
airborne sound transmission through perimeter joints and openings in building construction as
demonstrated by testing representative assemblies according to ASTM E 90.
Products:
a. Pecora Corporation; AC -20 FTR Acoustical and Insulation Sealant.
b. United States Gypsum Co.; SHEETROCK Acoustical Sealant.
B. Acoustical Sealant for Concealed Joints: Manufacturer's standard, nondrying, non - hardening,
non - skinning, non - staining, gunnable, synthetic- rubber sealant recommended for sealing interior
concealed joints to reduce airborne sound transmission.
Products:
a. Pecora Corporation; BA -98.
b. Tremco; Tremco Acoustical Sealant.
2.5 JOINT - SEALANT BACKING
A. General: Provide sealant backings of material and type that are non - staining; are compatible
with joint substrates, sealants, primers, and other joint fillers; and are approved for applications
indicated by sealant manufacturer based on field experience and laboratory testing.
B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin),
O (open -cell material), [B (bi- cellular material with a surface skin), or any of the preceding
types, as approved in writing by joint - sealant manufacturer for joint application indicated], and of
size and density to control sealant depth and otherwise contribute to producing optimum sealant
performance:
C. Bond- Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant
manufacturer for preventing sealant from adhering to rigid, inflexible joint - filler materials or joint
JOINT SEALANTS 07920-5
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
surfaces at back of joint where such adhesion would result in sealant failure. Provide self-
adhesive tape where applicable.
2.6 MISCELLANEOUS MATERIALS
A. Primer: Material recommended by joint - sealant manufacturer where required for adhesion of
sealant to joint substrates indicated, as determined from preconstruction joint - sealant- substrate
tests and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants
and sealant backing materials, free of oily residues or other substances capable of staining or
harming joint substrates and adjacent nonporous surfaces in any way, and formulated to
promote optimum adhesion of sealants to joint substrates.
C. Masking Tape: Non - staining, nonabsorbent material compatible with joint sealants and
surfaces adjacent to joints.
PART 3 - EXECUTION
3.1 PREPARATION
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants.
Remove all foreign material from joint substrates that could interfere with adhesion of
joint sealant.
a. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,
mechanical abrading, or a combination of these methods to produce a clean,
sound substrate capable of developing optimum bond with joint sealants. Remove
loose particles remaining after cleaning operations above by vacuuming or blowing
out joints with oil -free compressed air.
2. Remove laitance and form- release agents from concrete.
a. Clean nonporous surfaces with chemical cleaners or other means that do not stain,
harm substrates, or leave residues capable of interfering with adhesion of joint
sealants.
B. Joint Priming: Prime joint substrates, where recommended in writing by joint - sealant
manufacturer, based on preconstruction joint - sealant- substrate tests or prior experience. Apply
primer to comply with joint - sealant manufacturer's written instructions. Confine primers to areas
of joint - sealant bond; do not allow spillage or migration onto adjoining surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining
surfaces that otherwise would be permanently stained or damaged by such contact or by
cleaning methods required to remove sealant smears. Remove tape immediately after tooling
without disturbing joint seal.
JOINT SEALANTS 07920-6
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
3.2 INSTALLATION
A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint
sealants as applicable to materials, applications, and conditions indicated.
B. Acoustical Sealant Application Standard: Comply with recommendations in ASTM C 919 for
use of joint sealants in acoustical applications as applicable to materials, applications, and
conditions indicated.
C. Install sealant backings of type indicated to support sealants during application and at position
required to produce cross - sectional shapes and depths of installed sealants relative to joint
widths that allow optimum sealant movement capability.
1. Do not leave gaps between ends of sealant backings.
2. Do not stretch, twist, puncture, or tear sealant backings.
3. Remove absorbent sealant backings that have become wet before sealant application
and replace them with dry materials.
D. Install bond - breaker tape behind sealants where sealant backings are not used between
sealants and backs of joints.
E. Install sealants using proven techniques that comply with the following and at the same time
backings are installed:
1. Place sealants so they directly contact and fully wet joint substrates.
2. Completely fill recesses in each joint configuration.
3. Produce uniform, cross - sectional shapes and depths relative to joint widths that allow
optimum sealant movement capability.
Tooling of Non -sag Sealants: Immediately after sealant application and before skinning or
curing begins, tool sealants according to requirements specified below to form smooth, uniform
beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of
sealant with sides of joint.
1. Remove excess sealant from surfaces adjacent to joints.
2. Use tooling agents that are approved in writing by sealant manufacturer and that do not
discolor sealants or adjacent surfaces.
3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise
indicated.
G. Installation of Preformed Silicone - Sealant System: Comply with manufacturer's written
instructions.
Installation of Preformed Foam Sealants: Install each length of sealant immediately after
removing protective wrapping, taking care not to pull or stretch material, producing seal
continuity at ends, turns, and intersections of joints. For applications at low ambient
temperatures where expansion of sealant requires acceleration to produce seal, apply heat to
sealant in compliance with sealant manufacturer's written instructions.
Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by
methods and with cleaning materials approved in writing by manufacturers of joint sealants and
of products in which joints occur.
JOINT SEALANTS 07920-7
CITY OF NEWPORT BEACP • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P5189 -S
3.3 JOINT - SEALANT SCHEDULE
A. Joint - Sealant Application: Exterior vertical and horizontal non - traffic construction joints in cast -
in- place concrete.
1. Joint Sealant: Single- component non -sag polysulfide sealant.
2. Joint - Sealant Color: As selected by Architect
B. Joint - Sealant Application: Exterior horizontal non - traffic and traffic isolation and contraction
joints in cast -in -place concrete slabs.
1. Joint Sealant: Single- component pourable urethane sealant
2. Joint - Sealant Color: As selected by Architect
C. Joint - Sealant Application: Exterior vertical control and expansion joints in unit masonry.
1. Joint Sealant: Single- component non -sag polysulfide sealant
2. Joint - Sealant Color: As selected by Architect
D. Joint - Sealant Application: Exterior perimeter joints between frames of doors, windows, and,
louvers.
1. Joint Sealant: Single- component non -sag polysulfide sealant
2. Joint - Sealant Color: As selected by Architect.
E. Joint - Sealant Application: Interior perimeter joints of exterior openings.
1. Joint Sealant: Single- component non -sag polysulfide sealant
2. Joint - Sealant Color: As selected by Architect.
F. Joint - Sealant Application: Interior ceramic tile expansion, control, contraction, and isolation
joints in horizontal traffic surfaces.
1. Joint Sealant: Multi- component non -sag urethane sealant
2. Joint - Sealant Color: As selected by Architect
G. Joint - Sealant Application: Interior joints between plumbing fixtures and adjoining walls, floors,
and counters.
1. Joint Sealant: Single- component mildew - resistant neutral- curing silicone sealant.
2. Joint - Sealant Color: White
H. Joint - Sealant Application: Vertical joints on exposed surfaces of interior unit masonry and walls
and partition.
1. Joint Sealant: Single- component non -sag polysulfide sealant
2. Joint - Sealant Color: As selected by Architect.
END OF SECTION 07920
JOINT SEALANTS 07920-8
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -51895
SECTION 08130 - STAINLESS -STEEL DOORS AND FRAMES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
RJC NO. 0223
04/08/2005
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following for moderately corrosive applications:
1. Stainless - steel, hollow -metal doors.
2. Stainless - steel, hollow -metal frames.
1.3 DEFINITIONS
A. Stainless -Steel Sheet Thicknesses: Indicated as the specified thicknesses for which over- and
under - thickness tolerances apply, according to ASTM A 480 /A 480M.
1.4 SUBMITTALS
A. Product Data: Include construction details, material descriptions, core descriptions, label
compliance, and finishes for each type of stainless -steel door and frame specked.
B. Shop Drawings: In addition to requirements below, provide a schedule of stainless -steel doors
and frames using same reference numbers for details and openings as those on Drawings:
1. Elevations of each door design.
2. Details of doors, including vertical and horizontal edge details.
3. Frame details for each frame type, including dimensioned profiles.
4. Details and locations of reinforcement and preparations for hardware.
5. Details of each different wall opening condition.
6. Details of anchorages, accessories, joints, and connections.
C. Samples for Verification: For each type of exposed finish required.
D. Qualification Data: For Installer.
E. Product Test Reports: Based on evaluation of comprehensive fire tests performed by a
qualified testing agency, for each type of stainless -steel door and frame.
STAINLESS -STEEL DOORS AND FRAMES 08130-1
CITY OF NEWPORT BEACH . • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1.5 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who. has completed steel door and frame
installations using methods indicated for this Project and similar in material, design, and extent
to that indicated for this Project, who is acceptable to manufacturer, and whose work has
resulted in installations with a record of successful in -service performance.
B. Source Limitations: Obtain stainless -steel doors and frames through one source from a single
manufacturer.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and
Project -site storage. Do not use non - vented plastic.
B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded
to jambs and mullions.
C. Store doors and frames under cover at Project site. Place units in a vertical position with heads
up, spaced by blocking, on minimum 4 -inch- (100 -mm -) high, wood blocking. Avoid using non -
vented plastic or canvas shelters that could create a humidity chamber.
If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4-
inch (6 -mm) space between each stacked door to permit air circulation.
1.7 PROJECT CONDITIONS
A. Field Measurements: Verify openings by field measurements before fabrication and indicate
measurements on Shop Drawings.
1.8 COORDINATION
A. Coordinate installation of anchorages for stainless -steel frames. Furnish setting drawings,
templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor
bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver
such items to Project site in time for installation.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Kreiger Specialty Products
2. Ceco Door Products; an ASSA ABLOY Group Company.
3. CURRIES Company; an ASSA ABLOY Group Company.
4. Deronde Products, Inc.
STAINLESS -STEEL DOORS AND FRAMES 08130-2
CITY OF NEWPORT BEACH
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
5. Emerson Engineering, Co., Inc.
6. Fleming Door Products Ltd.; an ASSA ABLOY Group Company.
7. Habersham Metal Products Company.
8. Karpen Steel Custom Doors & Frames.
9. LaForce.
10. National Custom Hollow Metal Doors & Frames.
11. Next Door Company.
12. Pioneer Industries, Inc.
13. Steelcraft; an Ingersoll -Rand Company.
14. Therma -Tru Corp.; HMF Division.
15. American Steel Products Inc.
2.2 MATERIALS
A. Stainless -Steel Sheet: ASTM A 666, austenitic stainless steel, Type indicated.
RJC NO. 0223
04/08/2005
B. Supports and Anchors: After fabricating, galvanize units to be built into exterior walls according
to ASTM A 153/A 153M, Class B.
C. Inserts, Bolts, and Fasteners: Provide items to be built into exterior walls, hot -dip galvanized
according to ASTM A 153/A 153M. Install flush to surface.
D. Powder- Actuated Fasteners in Concrete: Fastener system of type suitable for application
indicated, fabricated from corrosion- resistant materials, with clips or other accessory devices for
attaching stainless -steel door frames of type indicated.
E. Grout: Comply with ASTM C 476, with a slump of 4 inches (102 mm) for stainless -steel door
frames built into concrete or masonry, as measured according to ASTM C 143/C 143M.
F. Mineral -Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting
of fibers manufactured from slag or rock wool with 6- to 12-lb/cu. ft. (96- to 192- kg1cu. m)
density; with maximum flame- spread and smoke - developed indexes of 25 and 50 respectively;
passing ASTM E 136 for combustion characteristics.
G. Bituminous Coating: Cold- applied asphalt mastic, SSPC -Paint 12, compounded for 15 -mil (0.4-
mm) dry film thickness per coat. Provide inert-type non - corrosive compound free of asbestos
fibers, sulfur components, and other deleterious impurities.
2.3 STAINLESS -STEEL DOORS
A. General: Provide flush- design doors, not less than 1 -3/4 inches (44 mm) thick, of seamless
hollow construction, unless otherwise indicated. Construct doors with smooth, flush surfaces
without visible joints or seams on exposed faces.
1. Visible joints or seams around glazed lite inserts are permitted.
2. For single- acting swing doors, bevel both vertical edges 118 inch in 2 inches (3 mm in 50
mm).
3. For double- acting swing doors, round vertical edges with 2 -118 -inch (54 -mm) radius.
B. Face Sheets: Fabricated from minimum 0.042 -inch- (1.0 -mm -) thick, stainless -steel sheet, Type
as follows:
STAINLESS -STEEL DOORS AND FRAMES 08130-3
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Doors for Moderately Corrosive Applications: Type 304.
C. Core Construction: Fabricate doors with core indicated. Provide thermal- resistance -rated cores
for exterior doors.
1. Laminated Foam - Plastic Core: Fastened to face sheets with waterproof adhesive.
a. Polystyrene or polyisocyanurate board, as standard with manufacturer.
D. Top and Bottom Channels: Minimum 0.053 -inch- (1.3 -mm -) thick, stainless steel channel spot
welded, not more than 6 inches (152 mm) o.c., to face sheets.
1. Tops and bottoms of doors reinforced with inverted horizontal stainless steel channels,
continuous across full width of door, of same material as face sheets so flanges of
channels are even with bottom and top edges of face sheets.
2. Top and bottom edges of exterior doors closed with closing channels of same material
and thickness as face sheets; welded so webs of channels are flush with door edges.
E. Hardware Reinforcement: Fabricate reinforcement plates from stainless steel, as indicated in
Part 2 "Fabrication" Article, to comply with the following minimum sizes:
1. Hinges: Minimum 0.167 inch (4.2 mm) thick by 1 -1/2 inches (38 mm) wide by 6 inches
(152 mm) longer than hinge, secured by not less than 6 spot welds.
2. Lock Face, Flush Bolts, Closers, and concealed Holders: Minimum 0.093 inch (2.3 mm)
thick. Floor Stops, and Cane Bolts.
3. All Other Surface - Mounted Hardware: Minimum 0.067 inch (1.7 mm) thick.
2.4 STAINLESS -STEEL FRAMES
A. General: Fabricate frames of construction indicated, with faces of corners mitered and contact
edges closed tight.
1. Frames for Doors: Welded.
2. Door Frames for Openings 48 Inches (1219 mm) Wide or Less: Fabricated from 0.053 -
inch- (1.3 -mm -) thick, stainless -steel sheet.
3. Door Frames for Openings More Than 48 Inches (1219 mm) Wide: Fabricated from
0.067 -inch- (1.7 -mm -) thick, stainless -steel sheet.
B. Material: Fabricate frames from stainless -steel sheet, Type as follows:
1. Frames for Moderately Corrosive Applications: Type 304.
C. Hardware Reinforcement: Fabricate reinforcement plates from stainless steel, as indicated in
Part 2 "Fabrication" Article, to comply with the following minimum sizes:
1. Hinges: Minimum 0.167 inch (4.2 mm) thick by 1 -114 inches (32 mm) wide by 10 inches
(254 mm) long, secured by not less than 6 spot welds.
2. Strikes, Flush Bolts, Hold-Open Arms and Closers: Minimum 0.093 inch (2.3 mm) thick.
3. Surface- Mounted Hardware: Minimum 0.093 inch (2.3 mm) thick.
STAINLESS -STEEL DOORS AND FRAMES 08130-4
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Head Reinforcement: Minimum 0.093 -inch- (2.3 -mm -) thick, stainless steel channel or angle
stiffener.
Jamb Anchors: Formed from material indicated in Part 2 "Fabrication" Article.
1. Masonry Type: Adjustable strap- and - stirrup or T- shaped anchors to suit frame size, not
less than 0.053 inch (1.3 mm) thick, with corrugated or perforated straps not less than 2
inches (50 mm) wide by 10 inches (250 mm) long; or wire anchors not less than 0.156
inch (4.0 mm) thick.
2. Post - installed Expansion Type for In -Place Concrete or Masonry: Minimum 3/8 -inch-
(9.5-mm-) diameter bolts with expansion shields or inserts. Provide pipe spacer from
frame to wall, with throat reinforcement plate, welded to frame at each anchor location.
F. Floor Anchors: Formed from material indicated in Part 2 "Fabrication" Article, not less than
0.067 inch (1.7 mm) thick, and as follows:
1. Monolithic Concrete Slabs: Clip -type anchors, with two holes to receive fasteners.
G. Ceiling Struts: Minimum 3/8- inch -thick by 2 -inch- (9.5 -mm -thick by 50 -mm -) wide steel.
2.5 FABRICATION
A. General: Fabricate stainless -steel doors and frames to be rigid and free of defects, warp, or
buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness
of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper
assembly at Project site, clearly identify work that cannot be permanently factory assembled
before shipment.
B. Stainless -Steel Doors: Comply with ANSI A250.4, Level A.
1. Exterior Doors: Provide weep -hole openings in bottom of exterior doors to permit
moisture to escape. Seal joints in top edges of doors against water penetration.
2. Edges: Door face sheets joined at vertical edges by continuous weld extending full
height of door; with edges ground and polished, providing smooth, flush surfaces with no
visible seams.
3. Doors for Moderately Corrosive Applications: Fabricate doors with door faces and
internal components, including stiffeners and hardware reinforcements, from Type 304
stainless -steel sheet.
C. Stainless -Steel Frames: Weld flush face joints continuously; grind, fill, dress, and make
smooth, flush, and invisible. Where frames are fabricated in sections due to shipping or
handling limitations, provide alignment plates or angles at each joint, fabricated from same
thickness metal as frames.
1. Frames for Moderately Corrosive Applications: Fabricate frames with internal
components, including anchors, plaster guards, and hardware reinforcements, from
Type 304 stainless -steel sheet.
2. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners,
unless otherwise indicated.
3. Plaster Guards: Weld guards to frame at back of hardware mortises in frames installed in
concrete or masonry.
4. Where installed in masonry, leave vertical mullions in frames open at top for grouting.
STAINLESS -STEEL DOORS AND FRAMES 08130-.5
CITY OF NEWPORT BEACH' RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
5. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot
welds per anchor.
6. Jamb Anchors: Provide number and spacing of anchors as follows:
a. Masonry Type: Locate anchors not more than 18 inches (457 mm) from top and
bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as
follows:
1) Two anchors per jamb up to 60 inches (1524 mm) in height.
2) Three anchors per jamb from 60 to 90 inches (1524 to 2286 mm) in height.
3) Four anchors per jamb from 90 to 96 inches (2286 to 2438 mm) in height.
4) Four anchors per jamb plus 1 additional anchor per jamb for each 24 inches
(610 mm) or fraction thereof more than 96 inches (2438 mm) in height.
b. Compression Type: Not less than two anchors in each jamb.
C. Post - installed Expansion Type: Locate anchors not more than 6 inches (152 mm)
from top and bottom of frame. Space anchors not more than 26 inches (660 mm)
O.C.
7. Head Reinforcement: For frames more than 48 inches (1219 mm) wide, provide
continuous head reinforcement for full width of opening, welded to back of frame at head.
8. Door Silencers: Except on weather - stripped doors, drill stops to receive door silencers as
follows. Provide plastic plugs to keep holes clear during construction.
a., Single -Door Frames: Drill stop in strike jamb to receive three door silencers.
b. Double -Door Frames: Drill stop in head jamb to receive two door silencers.
D. Hardware Preparation: Factory prepare stainless -steel doors and frames to receive templated
mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to
the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door
Hardware."
1. Reinforce doors and frames to receive non - templated mortised and surface- mounted
door hardware.
2. Locate door hardware as indicated, or if not indicated, according to HMMA 831,
"Recommended Hardware Locations for Custom Hollow Metal Doors and Frames."
2.6 STAINLESS -STEEL FINISHES
A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products"
for recommendations for applying and designating finishes.
1. Shop finish stainless steel doors and frames after assembly with powder coat finish, color
as selected by Architect.
B. Metallic- Coated Steel Surface Preparation: Clean surfaces with non - petroleum solvent so
surfaces are free of oil and other contaminants. After cleaning, apply a conversion coating
suited to the organic coating to be applied over it. Clean welds, mechanical connections, and
abraded areas.
C. Stainless Steel Surface Preparation: Clean surfaces to comply with SSPC -SP 1, "Solvent
Cleaning'; remove dirt, oil, grease, or other contaminants that could impair paint bond.
STAINLESS -STEEL DOORS AND FRAMES 08130-6
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Factory Priming for Shop- Painted Finish: Apply shop primer specified below immediately after
surface preparation and pretreatment. Apply a smooth coat of even consistency to provide a
uniform dry film thickness of not less than 0.7 mils (0.018 mm).
Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate -free primer
complying with ANSI A250.10 acceptance criteria; recommended by primer manufacturer
for substrate; compatible with substrate and field- applied finish paint system indicated;
and providing a sound foundation for field - applied topcoats despite prolonged exposure.
Shop Powder Coat:
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of stainless -
steel doors and frames.
Examine roughing -in for embedded and built -in anchors to verify actual locations of
stainless -steel door -frame connections before frame installation.
3.2 PREPARATION
A. Remove welded -in shipping spreaders installed at factory.
B. Prior to installation and with installation spreaders in place, adjust and securely brace stainless -
steel door frames for squareness, alignment, twist, and plumb to the following tolerances:
1. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90
degrees from jamb perpendicular to frame head.
2. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line
parallel to plane of wall.
3. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face comers of jambs on
parallel lines, and perpendicular to plane of wall.
4. Plumbness: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a perpendicular
line from head to floor.
C. Drill and tap doors and frames to receive non - templated mortised and surface- mounted door
hardware.
3.3 INSTALLATION
A. General: Install stainless -steel doors and frames plumb, rigid, properly aligned, and securely
fastened in place; comply with Drawings and manufacturer's written instructions.
B. Stainless -Steel Frames: Install stainless -steel frames for doors and other openings, of size and
profile indicated.
STAINLESS -STEEL DOORS AND FRAMES 08130-7
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent
anchors are set. After wall construction is complete, remove temporary braces, leaving
surfaces smooth and undamaged.
a. Where frames are fabricated in sections due to shipping or handling limitations,
field splice at approved locations by welding face joint continuously; grind, fill,
dress, and make splice smooth, flush, and invisible on exposed faces.
b. Install door silencers in frames before grouting.
C. Remove temporary braces necessary for installation only after frames have been
properly set and secured.
d. Check plumb, squareness, and twist of frames as walls are constructed. Shim as
necessary to comply with installation tolerances.
e. Apply bituminous coating to backs of frames that are filled with mortar, grout, and
plaster containing anti - freezing agents.
2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor and
secure with post - installed expansion anchors.
a. Floor anchors may be set with powder - actuated fasteners instead of post - installed
expansion anchors, if so indicated and approved on Shop Drawings.
3. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between
frames and masonry with mortar as specified in Division 4 Section "Unit Masonry
Assemblies."
4. In -Place Concrete or Masonry Construction: Secure frames in place with post - installed
expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible
on exposed faces.
5. Ceiling Struts: Extend struts vertically from top of frame at each jamb to supporting
construction above, unless frame is anchored to masonry or to other structural support at
each jamb. Bend top of struts to provide flush contact for securing to supporting
construction above. Provide adjustable wedged or bolted anchorage to frame jamb
members.
6. Installation Tolerances: Adjust stainless -steel door frames for squareness, alignment,
twist, and plumb to the following tolerances:
a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line
90 degrees from jamb perpendicular to frame head.
b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal
line parallel to plane of wall.
C. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face comers of
jambs on parallel lines, and perpendicular to plane of wall.
d. Plumbness: Plus or minus 1/16 inch (1.6 mm), measured at jambs at floor.
C. Stainless -Steel Doors: Fit doors accurately in frames with the following clearances:
a. Jambs and Head: 118 inch (3 mm) plus or minus 1/16 inch (1.6 mm).
b. Between Edges of Pairs of Doors: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6
mm).
C. Between Bottom of Door and Top of Threshold: Maximum 318 inch (9.5 mm).
d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 314
inch (19 mm).
STAINLESS -STEEL DOORS AND FRAMES 08130-8
CITY OF NEWPORT BEACH•
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P-51 89-S
3.4 ADJUSTING AND CLEANING
RJC NO. 0223
04/08/2005
A. Final Adjustments: Check and readjust operating hardware items immediately before final
inspection. Leave work in complete and proper operating condition. Remove and replace
defective work including stainless -steel doors or frames that are warped, bowed, or otherwise
unacceptable.
B. Clean grout and other bonding material off doors and frames immediately after installation.
END OF SECTION 08130
STAINLESS -STEEL DOORS AND FRAMES 08,130-9
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BECH IMPROVEMENTS 04/08/2005
TRACT #3461, PLAN #P- 5189 -S
SECTION 08361 - SECTIONAL OVERHEAD DOORS
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes electrically operated sectional overhead doors.
B. See Division 5 Section "Metal Fabrications" for miscellaneous steel supports.
C. See Division 16 Sections for electrical service and connections for powered operators and
accessories.
1.2 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide sectional overhead doors capable of withstanding the effects
of gravity loads and the following loads and stresses without evidencing permanent deformation
of door components:
1. Wind Loads: Uniform pressure (velocity pressure) of 20 Ibf /sq. ft. (960 Pa), acting inward
and outward.
2. Air Infiltration: Maximum Rate: 0.08 cfm (0.038 Us) at 15 mph (24 km/h).
3. Impact Test for Flying Debris: Comply with ASTM E 1996, tested according to
ASTM E 1886.
a. Level of Protection: Enhanced Protection
b. Wind Zone One: 70 mph (176 km /h) pressure test to 3/4 and 1 -1/2 x design
pressure (positive and negative).
B. Operation -Cycle Requirements: Provide sectional overhead door components and operators
capable of operating for not less than 10,000 cycles.
1.3 SUBMITTALS
A. Product Data: For each type and size of sectional overhead door and accessory.
B. Shop Drawings: For special components and installations not detailed in manufacturer's
product data.
C. Samples: For each exposed finish.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved
for both installation and maintenance of units required for this Project.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100.
SECTIONAL OVERHEAD DOORS 08361-1
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BECH IMPROVEMENTS 04108/2005
TRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
Steel Doors with Insulated Steel Panels:
a. Amarr Garage Doors.
b. Arm- R -Lite.
C. Clopay Building Products Company; a Griffon Company.
d. Fimbel Door Corporation.
e. General American Door Company.
f. Haas Door; a Nofziger Company.
g. Martin Door Manufacturing.
h. Overhead Door Corp.
i. Raynor.
j. Wayne - Dalton Corp.
k. Windsor Door; a MAGNATRAX Corporation.
2.2 STEEL DOOR SECTIONS
A. Construct door sections including face sheets and frames from zinc - coated (galvanized), cold -
rolled, commercial steel (CS) sheet, complying with ASTM A 6531A 653M, G90 (Z275) coating
designation.
1. Exterior - Section Face: Manufacturer's standard flat.
B. Fabricate door panels from a single sheet to provide sections not more than 24 inches (600
mm) high and nominally 2 inches (51 mm) deep.
For Insulated Doors: Thermal -break construction.
C. Enclose open sections with channel end stiles formed from not less than 0.064 -inch- (1.6 -mm -)
thick galvanized steel sheet and weld end stiles to door section in place.
D. Reinforce bottom section with a continuous channel or angle complying with bottom - section
profile and allowing installation of astragal.
E. Provide reinforcement for hardware attachment.
F. Thermal Insulation: Insulate inner core of steel sections with door manufacturer's standard
polystyrene or polyurethane insulation. Enclose insulation completely within steel sections that
incorporate the following inside facing material, with no exposed insulation material evident:
1. Inside Facing Material: Zinc - coated (galvanized) steel sheet.
2. Inside Facing Material: Manufacturer's standard pre- finished hardboard panel.
SECTIONAL OVERHEAD DOORS 08361-2
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BECH IMPROVEMENTS 04/08/2005
TRACT #3461, PLAN #P- 5189 -5
G. Fabricate sections so finished door assembly is rigid and aligned, with tight hairline joints and
free of warp, twist, and deformation.
Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
Surface Preparation: Clean galvanized surfaces so surfaces are free of oil and other
contaminants.
Pre -treat zinc- coated steel, after cleaning, with a conversion coating.
2. Apply manufacturer's standard primer to both door faces after forming.
3. Apply manufacturer's standard primer and powder -coat finish to interior- and exterior -
door faces after forming.
a. Color and Gloss: As selected by Architect from manufacturer's full range.
2.3 TRACKS, SUPPORTS, AND ACCESSORIES
A. Tracks: Manufacturer's standard, galvanized steel track system, sized for door size and weight,
designed for lift type indicated and clearances shown, including brackets, bracing, and
reinforcement for rigid support of ball- bearing roller guides for required door type and size.
Weld or bolt to track supports.
Provide tracks configured for the following lift types:
a. Standard.
b. Low headroom.
C. High.
d. Follow the roof slope.
e. Vertical.
f. Vertical with no breakaway.
2. Track Reinforcement and Supports: Galvanized steel supporting members to provide
strength and rigidity during opening and closing of doors.
B. Weatherseals: Replaceable, adjustable, continuous, compressible weather- stripping gaskets of
flexible vinyl, rubber, or neoprene fitted to bottom and top of overhead door.
1. Provide motor - operated doors with combination bottom weatherseal and sensor edge.
2. Provide continuous flexible seals at door jambs for a weathertight installation.
2.4 HARDWARE
A. General: Provide heavy -duty, corrosion- resistant hardware to suit door type.
B. Hinges: Heavy -duty galvanized steel hinges at each end stile and at each intermediate stile.
Attach hinges to door sections through stiles and rails. Provide double -end hinges where
required and for doors exceeding 16 feet (4.87 m) in width.
C. Rollers: Heavy -duty rollers with steel ball bearings in case - hardened steel races.
SECTIONAL OVERHEAD DOORS 08361-3
CITY OF NEWPORT BEACH •
CORONA DEL MAR STATE BECH IMPROVEMENTS
TRACT #3461, PLAN #P -51895
Tire Material: Case - hardened steel.
D. Push /Pull Handles: Galvanized steel lifting handles on each side of door
RJC NO. 0223
04/08/2005
E. Slide Bolt: Engage through slots in tracks for locking by padlock, operable from inside only.
Provide Schlage padlock, keyed to owner's system, for each door.
F. Locking device assembly with lock, dead bolt, operating handle, and adjustable locking bar to
engage through slots in tracks.
1. Locking Bars: Full -disc cremone type, both jamb sides operable from inside only.
2. Lock cylinder is specified in Division 8 Section "Door Hardware."
G. Chain Lock Keeper: Suitable for padlock.
H. If door unit is power operated, provide safety interlock switch to disengage power supply when
door is locked.
2.5 COUNTERBALANCE MECHANISM
A. Extension Spring: Oil- tempered wired springs with internal safety rods. Combine operation with
a spring bumper in each horizontal track to cushion door at end of opening operation.
B. Torsion Spring: Fabricated from oil- tempered -steel wire, mounted on a cross - header tube or
steel shaft. Connect to door with galvanized aircraft -type lift cables with cable safety factor of at
least 5 to 1. Provide springs calibrated for a minimum of 10,000 cycles.
C. Cable Drums: Cast - aluminum or gray -iron casting cable drums grooved to receive cable.
Mount counterbalance mechanism with manufacturer's standard ball- bearing brackets at each
end of shaft.
D. Cable Safety Device: Include a spring - loaded, steel or bronze cam mounted to bottom door
roller assembly on each side and designed to automatically stop door if either cable breaks.
E. Bracket: Provide anchor support bracket as required to connect stationary end of spring to the
wall and to level shaft and prevent sag.
Provide a spring bumper at each horizontal track to cushion door at end of opening operation.
G. Provide counter balance mechanism with an enclosure hood.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Install door, track, and operating equipment complete with necessary hardware
according to Shop Drawings, manufacturer's written instructions, and as specified.
SECTIONAL OVERHEAD DOORS 08361 -4
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BECH IMPROVEMENTS 04/08/2005
TRACT #3461, PLAN #P- 5189 -S
3.2 STARTUP SERVICES
A. Engage a factory- authorized service representative to perform startup services.
3.3 ADJUSTING
A. Lubricate bearings and sliding parts; adjust doors to operate easily, free of warp, twist, or
distortion and with weather -tight fit around entire perimeter.
B. Touch -up Painting: Immediately after welding galvanized track- to4rack supports, clean field
welds and abraded galvanized surfaces and repair galvanizing to comply with ASTM A 780.
3.4 DEMONSTRATION
A. Engage a factory- authorized service representative to Vain Owner's maintenance personnel to
adjust, operate, and maintain sectional overhead doors. Refer to Division 1 Section "Closeout
Procedures."
END OF SECTION 08361
SECTIONAL OVERHEAD DOORS 08361-5
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 08410 - ALUMINUM ENTRANCES AND STOREFRONTS
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Exterior and interior aluminum - framed storefronts.
a. Glazing is retained mechanically with gaskets on four sides
2. Exterior manual -swing aluminum doors.
3. Exterior aluminum door frames.
4. Pass -thru service windows
1.2 PERFORMANCE REQUIREMENTS
RJC NO. 0223
04/08/2005
A. General: Provide aluminum -framed systems, including anchorage, capable of withstanding,
without failure, the effects of the following:
1. Structural loads.
2. Thermal movements.
3. Movements of supporting structure indicated on Drawings including, but not limited to,
story drift and deflection from uniformly distributed and concentrated live loads.
4. Dimensional tolerances of building frame and other adjacent construction.
5. Failure includes the following:
a. Deflection exceeding specified limits.
b. Thermal stresses transferred to building structure.
C. Framing members transferring stresses, including those caused by thermal and
structural movements, to glazing.
d. Glazing - to-glazing contact.
e. Noise or vibration created by wind and thermal and structural movements.
f. Loosening or weakening of fasteners, attachments, and other components.
g. Sealantfailure.
h. Failure of operating units to function properly.
B. Structural-Sealant Joints: Designed to produce tensile or shear stress in structural- sealant
joints of less than 20 psi (138 kPa).
C. Structural Loads:
1. Wind Loads: As indicated on Drawings.
2. Seismic Loads: As indicated on Drawings.
D. Deflection of Framing Members Normal to Wall Plane: Limited to 1/175 of clear span for spans
up to 13 feet 6 inches (4.1 m) and to 1/240 of clear span plus 1/4 inch (6.35 mm).
E. Structural -Test Performance: Systems tested according to ASTM E 330 as follows:
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-1
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. When tested at positive and negative wind -load design pressures, systems do not
evidence deflection exceeding specified limits.
2. When tested at 150 percent of positive and negative wind -load design pressures,
systems, including anchorage, do not evidence material failures, structural distress, and
permanent deformation of main framing members exceeding 0.2 percent of span.
3. Test Durations: As required by design wind velocity but not less than 10 seconds.
F. Windbome - Debris- Impact - Resistance -Test Performance:
G. Temperature Change (Range): Systems accommodate 120 deg F (67 deg C), ambient;
material surfaces.
H. Air Infiltration: Maximum air leakage through fixed glazing and framing areas of systems of
[0.06 cfm /sq. ft. of fixed wall area when tested according to ASTM E 283 at a minimum static -
air- pressure difference of 6.24 Ibf /sq. ft. (300 Pa).
Water Penetration Under Static Pressure: Systems do not evidence water penetration through
fixed glazing and framing areas when tested according to ASTM E 331 at a minimum static -air-
pressure difference of 8 psf as defined in AAMA 501.
J. Condensation Resistance: Fixed glazing and framing areas of systems have condensation-
resistance factor (CRF) of not less than 53 when tested according to AAMA 1503.
K. Average Thermal Conductance: Fixed glazing and framing areas of systems have average U-
factor of not more than 0.69 Btu /sq. ft. x h x deg F (3.92 W /sq. m x K) when tested according to
AAMA 1503.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.
1. Include structural analysis data signed and sealed by the qualified professional engineer
responsible for their preparation.
2. For entrances, include hardware schedule and indicate operating hardware types,
functions, quantities, and locations.
C. Samples: For each exposed finish.
D. Preconstruction Sealant Test Reports: For structural- sealant - glazed systems.
E. Product test reports.
Field quality - control test and inspection reports.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: Acceptable to manufacturer and capable of preparation of data for
aluminum- framed systems including Shop Drawings based on testing and engineering analysis
of manufacturer's standard units in assemblies similar to those indicated for this Project.
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-2
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
B. Testing Agency Qualifications: An independent agency qualified according to ASTM E 699 for
testing indicated.
C. Preconstruction Sealant Testing: For structural - sealant - glazed systems, perform sealant
manufacturer's standard tests for compatibility and adhesion of sealants with each material that
will come in contact with sealants and each condition required by aluminum -framed systems.
Determine corrective measures required to prepare each material to ensure compatibility
with and adhesion of sealants, including, but not limited to, specially formulated primers.
D. Structural - Sealant Glazing: Comply with recommendations in ASTM C 1401, "Guide for
Structural Sealant Glazing"
1.5 WARRANTY
A. Special Assembly Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of aluminum- framed systems that do not comply with
requirements or that deteriorate as defined in this Section within specified warranty period.
Failures include, but are not limited to, the following:
a. Structural failures including, but not limited to, excessive deflection.
b. Noise or vibration caused by thermal movements.
C. Deterioration of metals, and other materials beyond normal weathering.
d. Adhesive or cohesive sealant failures.
e. Water leakage through fixed glazing and framing areas.
f. Failure of operating components to function properly.
2. Warranty Period: Two years from date of Substantial Completion.
B. Special Finish Warranty: Manufacturer's standard form in which manufacturer agrees to repair
or replace components on which finishes fail within specified warranty period. Warranty does
not include normal weathering.
Warranty Period: 20 years from date of Substantial Completion.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
C. Basis-of-Design Product: The design for aluminum- framed systems is based on Kawneer
Company Inc., Aluminum Storefront Stystem, TriFab VG 450, 1 -314" x 4 -112° profile. Subject to
compliance with requirements, provide the named product or a comparable product by one of
the following:
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-3
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
1. Arch Aluminum & Glass Co., Inc.
2. CMI Architectural Products, Inc.
3. Commercial Architectural Products, Inc.
4. EFCO Corporation.
5. Kawneer.
6. Pittco Architectural Metals, Inc.
7. Tubelite Inc.
8. United States Aluminum.
9. Vistawall Architectural Products.
10. YKK AP America Inc.
2.2 MATERIALS
RJC NO. 0223
04/08/2005
A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish
indicated.
1. Sheet and Plate: ASTM B 209.
2. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221, 6063 -T5 alloy and temper.
3. Extruded Structural Pipe and Tubes: ASTM B 429.
4. Structural Profiles: ASTM B 308/6 308M.
B. Steel Reinforcement: With manufacturer's standard corrosion- resistant primer.
1. Structural Shapes, Plates, and Bars: ASTM A 36/A 36M.
2. Cold - Rolled Sheet and Strip: ASTM A 10081A 1008M.
3. Hot - Rolled Sheet and Strip: ASTM A 1011 /A 1011 M.
2.3 FRAMING SYSTEMS
A. Framing Members: Manufacturer's standard extruded - aluminum framing members of thickness
required and reinforced as required to support imposed loads.
1. Construction: Framing members are one -piece members that are internally slotted at
regular intervals.
B. Brackets and Reinforcements: Manufacturer's standard high - strength aluminum with non-
staining, nonferrous shims for aligning system components.
C. Fasteners and Accessories: Manufacturer's standard corrosion - resistant, non - staining, non -
bleeding fasteners and accessories compatible with adjacent materials.
1. Where fasteners are subject to loosening or turning out from thermal and structural
movements, wind loads, or vibration, use self - locking devices.
2. Reinforce members as required to receive fastener threads.
3. Use exposed fasteners with countersunk Phillips screw heads, finished to match framing
system.
D. Concrete and Masonry Inserts: Hot -dip galvanized cast -iron, malleable -iron, or steel inserts
complying with ASTM A 123/A 123M or ASTM A 153/A 153M requirements.
E. Flashing: Manufacturer's standard corrosion- resistant, non - staining, non - bleeding flashing
compatible with adjacent materials. Form exposed flashing from sheet aluminum finished to
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411 -4
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
match framing and of sufficient thickness to maintain a flat appearance without visible
deflection.
F. Framing System Gaskets and Sealants: Manufacturer's standard recommended by
manufacturer for joint type.
2.4 GLAZING SYSTEMS
A. Glazing: As specified in Division 8 Section "Glazing."
B. Glazing Gaskets: Manufacturer's standard compression types, replaceable, molded or
extruded, that maintain uniform pressure and watertight seal.
C. Spacers and Setting Blocks: Manufacturer's standard elastomeric types.
D. Bond - Breaker Tape: Manufacturer's standard TFE- fluorocarbon or polyethylene material to
which sealants will not develop adhesion.
E. Glazing Sealants: For structural - sealant - glazed systems, as recommended by manufacturer for
joint type and as follows:
1. Structural Sealant: ASTM C 1184, neutral- curing silicone formulation compatible with
system components with which it comes in contact.
a. Color: As selected by Architect from manufacturer's full range of colors.
2. Weatherseal Sealant: ASTM C 920 for Type S, Grade NS, Class 25, Uses NT, G, A, and
O; neutral- curing silicone formulation compatible with structural sealant and other system
components with which it comes in contact.
2.5 DOORS
A. Doors: Manufacturer's standard glazed doors, for manual swing operation.
Door Construction: 1 -3/4 -inch (44.5 -mm) overall thickness, with minimum 0.125 -inch-
(3.2 -mm -) thick, extruded- aluminum tubular rail and stile members. Mechanically fasten
corners with reinforcing brackets that are deep penetration and fillet welded or that
incorporate concealed tie rods.
a. Thermal Construction: High - performance plastic connectors separate aluminum
members exposed to the exterior from members exposed to the interior.
2. Door Design: Medium stile; 3 -1/2 -inch (88.9 -mm) nominal width.
2.6 SLIDING DOORS
A. Doors: Manufacturer's standard glazed doors, for manual swing operation.
1. Door Construction: 1 -3/4 -inch (44.5 -mm) overall thickness, with minimum 0.125 -inch-
(3.2- mm- ) thick, extruded - aluminum tubular rail and stile members. Mechanically fasten
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411 -5
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
corners with reinforcing brackets that are deep penetration and fillet welded or that
incorporate concealed tie rods.
a. Air infiltration shall be tested in accordance with ASTM E- 283 -84. Infiltration shall
not exceed 0.37 CFM per square foot area.
b. Water infiltration shall be tested in accordance with ASTM E- 331-86 for uniform
static air pressure and ASTM E- 547-86 for cyclic air pressure differential. No
water penetration at a test pressure of 10 PSF.
C. Deglazing force shall be tested in accordance with ASTM E- 987 -88. Force to
deglaze panels shall be not less that 70 lbs. On vertical members and not less
than 50 lbs. On horizontal members.
d. Forced entry resistance shall be tested in accordance with AAMA 1303.5 -76.
e. Structural performance shall be tested in accordance with ASTM E- 330 -84 and
AAMA 101 -88. When tested at the design pressures for a period of 10 seconds,
there shall be no permanent deformation of any frame or panel member is excess
of 0.4% of its span. Also, there shall be no glass breakage, permanent damage to
fasteners, hardware parts, actuating mechanisms, or other damage that would
cause the door to be inoperable. Sliding panel must be opened with a force not to
exceed 40 lbs. Once opened, the operating force is not to exceed 25 lbs per
AAMA guidelines for sliding doors.
Design Load: HC -30 rating of 30 PSF positive and negative design load for interior
doors, HC-40 PSF positive and negative design load for exterior doors.
B. Finishes: Architectural Class I clear anodic coating conforming with Aluminum Association
Standard AA- Ml 2C22A41 (Kawneer #14) finish.
C. Door Hardware: As specified in Division 8 Section "Door Hardware."
2.7 DOOR HARDWARE
A. General: Provide heavy -duty units in sizes and types recommended by entrance system and
hardware manufacturers for entrances and uses indicated.
B. Scheduled Door Hardware: Provide door hardware according to the Door Hardware Schedule
at the end of Part 3.
Named Manufacturer's Products: Product designation and hardware manufacturer are
listed in the Door Hardware Schedule at the end of Part 3 to establish minimum
requirements for design, grade, function, finish, size, and other distinctive qualities of
each type of door hardware.
a. Provide named hardware manufacturer's products.
b. Named products are basis -of- design products. Provide named hardware
manufacturer's products or comparable products that are equivalent in function
and quality and that are recommended and supplied by entrance system
manufacturer.
C. Cylinders: As specified in Division 8 Section "Door Hardware."
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-6
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Cylinder Keying: Master key system. Permanently inscribe each key with a visual key control
number and include notation "DO NOT DUPLICATE
E. Strikes: Provide strike with black - plastic dust box for each latch or lock bolt; fabricated for
aluminum framing.
F. Weather Stripping: Manufacturer's standard replaceable components.
1. Compression Type: Made of ASTM D 2000, molded neoprene, or ASTM D 2287, molded
PVC.
2. Sliding Type: AAMA 701, made of wool, polypropylene, or nylon woven pile with nylon -
fabric or aluminum -strip backing.
G. Weather Sweeps: Manufacturer's standard exterior -door bottom sweep with concealed
fasteners on mounting strip.
H. Silencers: BHMA Al 56.16, Grade 1.
2.8 PASS -THRU SERVICE WINDOWS
A. Flush -mount pass -thru window, single panel with self-closing slider window.
B. Door Operation: open — manual, close: manual or self - closing.
C. Frame: Extruded aluminum, ASTM B 221, Alloy 6060 -T6 and 6063 -T52, aluminum sheet:
ASTM B 209, Alloy 5005- AQ -H34.
D. Bottom Sill: Angled downward, track -free.
E. Security: Automatically locks each time door closes.
F. Security Lock: Aluminum bar extrusion with sliding spring - loaded locking clip.
G. Glazing: '/a inch tempered glass, ASTM C 1048 tinted.
H. Silicone Glazing Sealant: Dow Corning 999A, color as selected by Architect.
2.9 ACCESSORY MATERIALS
A. Joint Sealants: For installation at perimeter of aluminum- framed systems, as specked in
Division 7 Section "Joint Sealants:'
B. Bituminous Paint: Cold- applied asphalt- mastic paint complying with SSPC -Paint 12
requirements except containing no asbestos, formulated for 30 -mil (0.762 -mm) thickness per
coat.
2.10 FABRICATION
A. Form aluminum shapes before finishing.
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-7
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of
finish. Remove weld spatter and welding oxides from exposed surfaces by de- scaling or
grinding.
C. Framing Members, General: Fabricate components that, when assembled, have the following
characteristics:
1. Profiles that are sharp, straight, and free of defects or deformations.
2. Accurately fitted joints with ends coped or mitered.
3. Means to drain water passing joints, condensation occurring within framing members,
and moisture migrating within the system to exterior.
4. Physical and thermal isolation of glazing from framing members.
5. Accommodations for thermal and mechanical movements of glazing and framing to
maintain required glazing edge clearances.
6. Provisions for field replacement of glazing from interior. Fasteners, anchors, and
connection devices that are concealed from view to greatest extent possible.
D. Mechanically Glazed Framing Members: Fabricate for flush glazing (without projecting stops):
E. Structural - Sealant- Glazed Framing Members: Include accommodations for using temporary
support device (dutchman) to retain glazing in place while structural sealant cures.
F. Door Frames: Reinforce as required to support loads imposed by door operation and for
installing hardware.
1. At exterior doors, provide compression weather stripping at fixed stops.
2. At interior doors, provide silencers at stops to prevent metal -to -metal contact. Install
three silencers on strike jamb of single -door frames and two silencers on head of frames
for pairs of doors.
G. Doors: Reinforce doors as required for installing hardware.
1. At pairs of exterior doors, provide sliding weather stripping retained in adjustable strip
mortised into door edge.
2. At exterior doors, provide weather sweeps applied to door bottoms.
H. Hardware Installation: Factory install hardware to the greatest extent possible. Cut, drill, and
tap for factory- installed hardware before applying finishes.
I. After fabrication, clearly mark components to identify their locations in Project according to Shop
Drawings.
2.11 ALUMINUM FINISHES
A. Clear Anodic Finish: Class I, clear anodic coating complying with AA- M12C22A41.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General:
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-8
CITY OF NEWPORT BEAC0 • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 93461, PLAN #P- 5189 -S
1. Fit joints to produce hairline joints free of burrs and distortion.
2. Rigidly secure non - movement joints.
3. Install anchors with separators and isolators to prevent metal corrosion and electrolytic
deterioration.
4. Seal joints watertight, unless otherwise indicated.
B. Metal Protection:
1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting
contact surfaces with primer or by applying sealant or tape or installing nonconductive
spacers as recommended by manufacturer for this purpose.
2. Where aluminum will contact concrete or masonry, protect against corrosion by painting
contact surfaces with bituminous paint.
C. Install components to drain water passing joints, condensation occurring within framing
members, and moisture migrating within the system to exterior.
D. Set continuous sill members and flashing in full sealant bed as specified in Division 7 Section
"Joint Sealants" and to produce weather -tight installation.
E. Install components plumb and true in alignment with established lines and grades, without warp
or rack.
F. Install glazing as specified in Division 8 Section "Glazing"
G. Entrances: Install to produce smooth operation and tight fit at contact points.
Exterior Entrances: Install to produce tight fit at weather stripping and weather -tight
closure.
Field- Installed Hardware: Install surface - mounted hardware according to hardware
manufacturers' written instructions using concealed fasteners to greatest extent possible.
H. Install insulation materials as specified in Division 7 Section "Building Insulation"
Install perimeter joint sealants as specified in Division 7 Section "Joint Sealants" and to produce
weather -tight installation.
J. Erection Tolerances: Install aluminum - framed systems to comply with the following maximum
tolerances:
1. Location and Plane: Limit variation from true location and plane to 118 inch in 12 feet
(3 mm in 3.7 m); 114 inch (6 mm) over total length.
2. Alignment:
a. Where surfaces abut in line, limit offset from true alignment to 1116 inch (1.5 mm).
b. Where surfaces meet at corners, limit offset from true alignment to 1132 inch
(0.8 mm).
3. Diagonal Measurements: Limit difference between diagonal measurement to 118 inch
(3 mm).
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411 -9
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 108/2005
CONTRACT #3461, PLAN #P- 5189 -S
3.2 FIELD QUALITY CONTROL
A. Water Spray Test: Before installation of interior finishes has begun, aluminum - framed systems
shall be tested according to AAMA 501.2 and shall not evidence water penetration.
B. Repair or remove work where test results and inspections indicate that it does not comply with
specified requirements.
C. Additional testing and inspecting, at Contractor's expense, will be performed to determine
compliance of replaced or additional work with specified requirements.
END OF SECTION 08411
ALUMINUM - FRAMED ENTRANCES AND STOREFRONTS 08411-10
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 08620 - UNIT SKYLIGHTS
PART 1 - GENERAL
1.1 SUMMARY
RJC NO. 0223
04/08/2005
A. This Section includes factory- assembled unit skylights for installation in flat roof areas.
1. Type: Self flashing with integral curb
2. Glazing: Lexan
1.2 SUBMITTALS
A. Product Data: For each product indicated.
B. Shop Drawings: Include details of installation.
1.3 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or
replace components of unit skylights that fail in materials or workmanship within specified
warranty period.
1. Warranty Period: Five years from Substantial Completion.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
B. Products: Subject to compliance with requirements, provide one of the following:
1. Acralight International Model A- C- SF31C, 9" high curb
2. LaneAire Manufacturing Corp. Model No.36
3. The listed or equal products complying with the ICC Evaluation Services, Inc., ESR -1004.
UNIT SKYLIGHTS 08620-1
CITY OF NEWPORT BEACON, • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P -51895
2.2 UNIT SKYLIGHTS
A. General: Factory- assembled units that include glazing, extruded - aluminum glazing retainers,
gaskets, and inner frames and that are capable of withstanding design loads indicated.
B. Integral Curb: Self- flashing type.
1. Height: 9 inches (225 mm)
2. Insulation: Manufacturer's standard rigid or semi -rigid type
C. Unit Shape and size: Circular, 31" inside diameter.
Single- Glazing Color: As selected by Architect from manufacturer's full range
D. Glazing Gaskets: Manufacturer's standard.
E. Aluminum Components:
1. Sheets: ASTM B 209 (ASTM B 209M), alloy and temper to suit forming operations and
finish requirements but with not less than the strength and durability of alclad alloy 3005 -
H25.
2. Extruded Shapes: ASTM B 221 (ASTM B 221 M), alloy and temper to suit structural and
finish requirements but with not less than the strength and durability of alloy 6063 -T52.
Fasteners: Same metal as metal being fastened, nonmagnetic stainless steel, or other non-
corrosive metal as recommended by manufacturer. Finish exposed fasteners to match material
being fastened.
Where removal of exterior exposed fasteners might allow access to building, provide non -
removable fastener heads.
G. Condensation Control: Fabricate unit skylights with integral internal gutters and non - clogging
weeps to collect and drain condensation to the exterior.
H. Thermal Break: Fabricate unit skylights with thermal barrier separating interior metal framing
from materials exposed to outside temperature.
Security Grilles: 1/2 -inch- (13 -mm -) diameter, hardened steel bars spaced not more than 5
inches (130 mm) o.c. in both directions.
2.3 INSTALLATION MATERIALS
A. Bituminous Coating: SSPC -Paint 12, solvent -type, bituminous mastic, nominally free of sulfur
and containing no asbestos fibers, formulated for 15 -mil (0.4 -mm) dry film thickness per coating.
B. Mastic Sealant: Polyisobutylene; non - hardening, non - skinning, nondrying, non - migrating
sealant.
C. Elastomeric Sealant: ASTM C 920; Type S; Grade NS; Class 25; and Uses NT, G, A, and (as
applicable to joint substrates indicated) O; recommended by unit skylight manufacturer and
compatible with joint surfaces.
UNIT SKYLIGHTS 08620-2
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Roofing Cement: ASTM D 4586, asbestos free, designed for trowel application or other
adhesive compatible with roofing system.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Coordinate unit skylight installation with installation of substrates, vapor retarders, roof
insulation, roofing, and flashing as required to ensure that each element of the Work performs
properly and that combined elements are waterproof and weather- tight.
Unless otherwise indicated, install unit skylights according to construction details of
NRCA's "The NRCA Roofing and Waterproofing Manual."
B. Where metal surfaces of units will contact incompatible metal or corrosive substrates, including
wood, apply bituminous coating on concealed metal surfaces, or provide other permanent
separation recommended in writing by unit skylight manufacturer.
END OF SECTION 08620
UNIT SKYLIGHTS 08620-3
CITY OF NEWPORT BEACIP to
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 08710 — DOOR HARDWARE
1.00 GENERAL
1.01 WORK INCLUDED
A. Door Hardware.
RJC NO. 0223
04/08/2005
B. Scope of Work in this Section: Provide door hardware necessary to complete work.
Hardware items not specifically specified or identified are to be provided of type and
quality suitable to the service required and comparable to other hardware, and at no
additional cost.
C. Provide templates to door and frame manufacturers for hardware preparation.
1.02 REFERENCES
A. Steel Door Institute (SDI) standards as specified.
B. Architectural Woodwork Institute (AWI) as specified.
C. California Building Code (CBC) standards as specified.
D. Americans with Disabilities Act (ADA) of 1990 criteria as specked.
E. Underwriters Laboratories Inc. (UL) standards as specified.
F. National Fire Protection (NFPA) standards as specified.
1.03 QUALITY ASSURANCE
A. Hardware Supplier: Provide hardware from company specializing in supplying
institutional door hardware with five years experience and approved by specified
hardware manufacturers as a factory direct supplier.
B. Hardware Supplier Personnel: Employ an Architectural Hardware Consultant (AHC) or
equivalent to prepare submittal required by this section.
1.04 REGULATORY REQUIREMENTS
A. Conform to CBC "Means of Egress" requirements.
B. Conform to CBC Standard 7 -2/ UL10C requirements applicable to positive pressure fire
rated doors and frames. Provide all necessary hardware for complete fire labeled
opening including, bearing hinges, latching hardware, non - flaming fluid closers, smoke
seals and intumescent hot seals.
C. Conform to SFM Standard 43.7 requirements applicable to fire rated doors and frames.
D. Conform to applicable requirements of the Americans with Disabilities Act of 1990
regarding accessibility requirements for door and entrance hardware.
DOOR HARDWARE 08710 -1
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
E. Conform to applicable requirements of California Building Code regarding exiting and
accessibility requirements for door and entrance hardware.
All hardware shall meet the requirement of CBC Sections 1133B.2.1, 1133B.2.5.1 and
1003.3.1.8.
1.05 CERTIFICATIONS
A. Architect's Consultant shall inspect preparation and initial installation of each type of
hardware condition.
B. Architect's Consultant shall inspect installation and certify that hardware and installation
has been provided and installed in accordance with manufacturer's instructions and as
specified.
1.06 SUBMITTALS
A. Provide five (5) copies of vertical format hardware schedule showing each application
including door index, headings, hardware sets, door number and location, door and frame
size and material, degrees of opening, quantity required, part numbers and finish of each
item.
1. Projects with multiple buildings and /or multiple floor levels must be submitted so
each building and /or floor level is not mix with another starting with Building A, 1g
floor etc.
2. Architects review of such schedule does not relieve the Contractor of providing
hardware required for the work, whether or not such hardware was inadvertently
omitted from this Section.
B. Accompanying schedules, provide two (2) manufacturer's brochures of each item
scheduled, indicating function, finish, dimensions, and related features. No hardware
schedule will be accepted for review without submission of such brochure package.
C. Submit manufacturer's certificate of warranty with submittal, otherwise material will be
rejected.
D. When alternate manufacturers are proposed by contractor, provide two (2) brochures of
proposed items two weeks prior of bid date.
E. Submit only manufacturers specified as approved or alternate.
Provide samples indicating hardware design and finish when required by Architect.
G. Deliver 2 keys per lock to Owner.
1.07 COORDINATION
A. Coordinate work of this Section with other directly affected Sections involving
manufacturers of any internal reinforcement for door hardware.
1. In particular, coordinate door preparation in accordance with applicable
regulatory and trade standards specified.
2. Review details and conditions prior to ordering hardware. When a door hand is
DOOR HARDWARE 08710 -2
CITY OF NEWPORT BEACP ' RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
changed during construction, coordinate and change hardware as necessary at
no cost to the Owner.
1.08 OPERATIONS AND MAINTENANCE DATA
A. Submit operation and maintenance data under provisions of Section 01700.
B. Include data on operating hardware. Lubrication requirements and inspection procedures
related to preventive maintenance.
1.09 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 01600.
B. Store and protect products under provisions of Section 01600.
C. Package hardware items individually; label and identify packages with door opening code
to match hardware schedule.
1.10 MAINTENANCE MATERIALS
A. Provide special wrenches and tools applicable to each different or special hardware
component.
B. Provide maintenance tools and accessories supplied by hardware component
manufacturer.
1.11 WARRANTY
A. Provide two year guarantee against defects on hardware, including electrical
components, five years warranty for cylindrical locks, mortise locks and exit devices and
ten year warranty for surface, floor concealed closers and continuous hinges.
B. Submit guarantee on form provided in Documents.
C. Submit manufacturer's certificate of warranty with submittal, otherwise material will be
rejected.
2.00 PRODUCTS
2.01 DOOR HARDWARE CRITERIA
A. Manufacturers
Item
Manufacturer
Approved Alternate
1.
Hinges:
(HAG) -Hager
Bommer, McKinney
2.
Continuous Hinges:
(MAR) - Markar
McKinney
3.
Locks and Latchsets:
(C -R)- Corbin Russwin
Yale
4.
Cylinders:
(C -R)- Corbin Russwin
None
5.
Closers:
(NOR) -Norton
Yale
6.
Auto Bolts:
(DCI) -Door Control Int'I
Don-Jo Mfg.
DOOR HARDWARE
08710 -3
B. Unless otherwise noted or required, provide full mortise hinges, with non - rising loose pins
and ball bearings. Oilite bearings will not be accepted.
C. Provide set screw (NRP) type at outswing doors to prevent pin removal when door is in
closed position. Add security stud (SH) to exterior outswing doors.
D. Where necessary to maintain door clearance at jamb trim, frame conditions, door reveals
and similar conditions, Provide wide throw hinges as approved by the Architect.
E. Continuous Hinges
1. To be barrel -type of 14 gauge 304 stainless steel material with 0.25" diameter
stainless steel tenon- coated pin. Gear type is prohibited.
2. Hinge guard models to be provided with Adjusta -screw fasteners.
A. Establish a new factory generated master key system and provide cylinders that are
factory keyed as directed by City Engineer or Representative.
B. Provide cylinders with a restricted keyway. Cylinder collar shall be solid and free
spinning. The cylinder face shall recess into cylinder collar and be flush with edge of the
collar.
C. Provide temporary construction cores during construction period. Ship all construction
cores and temporary keys in accordance with hardware supplier instructions.
D. All keys to be factory cut. Keys to be nickel silver and stamped "DO NOT DUPLICATE."
Provide industry standard Visual Key Control stamping for each permanent cut key.
Provide three change keys per cylinder and four master keys per master. Provide 2
control keys.
Provide key control system including envelops, labels, tags with self- locking key Gips,
receipt forms, 3 way visible card index, temporary markers, permanent markers, and
standard metal cabinet, all as recommended by system manufacturer, with capacity for
150% of the number of locks require for the project.
1. Provide complete cross index system set up by key control manufacturer and
place keys on markers and hooks in the cabinet as determined by the final key
schedule.
2. Provide hinge -panel type cabinet, for wall mounting.
2.03 LOCKSETS, LATCHSET AND STRIKES
DOOR HARDWARE 087104
•
CITY OF NEWPORT BEACO
RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS
04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
7. Coordinator:
(DCI) -Door Control Int'I Don -Jo Mfg.
8. Push, Pull, Kick Plates:
(DJM)- Don -Jo Mfg. Rockwood
9. Flush Pulls
(TRM)- Trimoo Rockwood
10. Stop and Bumpers:
(DJM)- Don-Jo Mfg. Rockwood
11. OH Stops:
(RIX)- Rixson Don -Jo Mfg.
12. Doors Seals, Sweeps:
(NGP)- National Guard Products Pemko
13. Thresholds:
(NGP)- National Guard Products Pemko
14. Hasp Bolks:
(MMI )-Major Manufacturer, Inc. Lawrence
15. Track & Hardware:
(HEN) - Henderson Richard Wilcox
2.02 HINGES
A. Unless noted otherwise, provide steel hinges, with finish as shown in schedule.
B. Unless otherwise noted or required, provide full mortise hinges, with non - rising loose pins
and ball bearings. Oilite bearings will not be accepted.
C. Provide set screw (NRP) type at outswing doors to prevent pin removal when door is in
closed position. Add security stud (SH) to exterior outswing doors.
D. Where necessary to maintain door clearance at jamb trim, frame conditions, door reveals
and similar conditions, Provide wide throw hinges as approved by the Architect.
E. Continuous Hinges
1. To be barrel -type of 14 gauge 304 stainless steel material with 0.25" diameter
stainless steel tenon- coated pin. Gear type is prohibited.
2. Hinge guard models to be provided with Adjusta -screw fasteners.
A. Establish a new factory generated master key system and provide cylinders that are
factory keyed as directed by City Engineer or Representative.
B. Provide cylinders with a restricted keyway. Cylinder collar shall be solid and free
spinning. The cylinder face shall recess into cylinder collar and be flush with edge of the
collar.
C. Provide temporary construction cores during construction period. Ship all construction
cores and temporary keys in accordance with hardware supplier instructions.
D. All keys to be factory cut. Keys to be nickel silver and stamped "DO NOT DUPLICATE."
Provide industry standard Visual Key Control stamping for each permanent cut key.
Provide three change keys per cylinder and four master keys per master. Provide 2
control keys.
Provide key control system including envelops, labels, tags with self- locking key Gips,
receipt forms, 3 way visible card index, temporary markers, permanent markers, and
standard metal cabinet, all as recommended by system manufacturer, with capacity for
150% of the number of locks require for the project.
1. Provide complete cross index system set up by key control manufacturer and
place keys on markers and hooks in the cabinet as determined by the final key
schedule.
2. Provide hinge -panel type cabinet, for wall mounting.
2.03 LOCKSETS, LATCHSET AND STRIKES
DOOR HARDWARE 087104
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
A. Unless noted otherwise in schedule, locksets, latchsets, cylinders and component parts
shall be the products of single manufacturer.
B. Provide strikes at locks with curved lip strike of sufficient length to protect trim and jamb.
Each strike will include wrought strike box.
C. Manufacturer shall be Schlage Lock Company, an Inersol -Rand Company (SCH) or
approved equal using 9 -pin system.
1. Lockset case shall include quick reversibility without removing lock body cover.
2. Lockset case shall include stainless steel latch bolt.
3. Lockset shall be ANSI BHMA Operational and Security Grade 1 Listed.
4. Lever design to return within %" of door face.
D. Security Locksets shall be Adams Rite MS1850S Series.
1. Lock case shall be steel with corrosion resistance plating.
2. Bolt throw to be 1 -3/8" and shall include anti saw material.
3. Provide appropriate backset so lock body fits in center of door stile, coordinate
with door supplier.
E. Unless noted otherwise, provide 2 -3/4 inch backset.
Lock Throw: Comply with UL requirements for throw of bolts and latch bolts on rated fire
openings.
G. Auto Flush Bolts: Minimum % throw latch bolts, fully automatic extending into top strike
and dust proof strike at sill. Provide longer rods as necessary for doors exceeding T -0" in
height.
2.04 DOOR CLOSERS
A. Surface mounted closers to be full rack and pinion type with pressure cast shell, with no
more than 2 -1/8" projection from the door surface. Closer body to have 1 -1/2" diameter
piston and heat - treated hardness enhanced pinion with two-tooth engagement. The
sweep and period of the closer shall be adjusted so that from an open position, the door
will take at least 3 seconds to move to a point 3- inches from the latch, measured to the
landing edge of the door. The maximum effort to operate doors shall not exceed 5-
pounds for exterior and interior doors, such pull or push effort being applied at right
angles to hinged doors and at the center plane of sliding or folding doors.
1. Provide drop brackets, mortise shoes, long arms and low profile arms as
required. Parallel and regular arm closers will be capable of 180 degrees swing.
2. Provide non - handed door closers with multi -sized springs, with separate
adjustable valves for latch, sweep speed, and backcheck.
3. Template and adjust closers per manufacturer's recommendations and to meet
accessibility requirements.
2.05 KICK PLATES
A. Provide stainless steel kick or armor plates as scheduled, 18 gauge, ten inches high, two
inches less than door width on single doors, one inch less than door width on pair, 36
inches high on armor plates, with four beveled edges.
DOOR HARDWARE 08710 -5
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108 /2005
CONTRACT #3461, PLAN #P- 5189 -S
2.06 STOPS
A. Provide a floor or wall stop at every door.
B. Provide carpet risers for floor stops where required.
C. Where specified floor or wall stop would present a pedestrian hazard or cannot be used,
provide Rixson model overhead stop or provide closer with integral stop.
2.07 SILENCERS
A. Provide silencers at hollow metal or wood door frames that are without seals in quantities
as follows:
1. Single Doors: 3 silencers
2. Pairs: 4 silencers
2.08 SEALS
A. Provide seals complete with retainers, fasteners and trim.
B. Provide UL listed seals at rated openings.
C. Provide UL listed intumescent seal at fire rated wood doors when doors are not being
provided with intumescent seal.
D. Unless noted otherwise, provide silicone seals at door jamb and head conditions. Use of
vinyl seal prohibited.
E. Where specified, provide solid neoprene seals complying with MilSpec R6855, Class II,
Grade 40.
2.09 THRESHOLDS
A. General: Except as otherwise indicated provide standard metal threshold unit of type,
size and profile as shown or scheduled.
1. Where required by fire code, provide appropriate model thresholds at openings
where combustible floor material extends through the door opening.
2. Provide threshold as scheduled or as indicated in details.
3. Provide stainless steel fasteners with anchors.
B. Thresholds must comply with the requirements of ADA and ANSI -117.1 and CBC section
1133B.2.4.1.
2.10 TRACK & HARDWARE
A. General: Provide aluminum track and heavy -duty hangers accommodating door weight up
to 200 pounds. Use stainless steel track and rollers at exterior openings.
2.11 FINISHES
A. Finishes are identified in Schedule at end of this Section.
DOOR HARDWARE 08710 -6
CITY OF NEWPORT BEACH* •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
B. Where finish not shown, match finish of lockset.
C. Provide black colored seals unless specified otherwise.
D. Provide fasteners matching in finish, base material and color.
2.12 FASTENERS
RJC NO. 0223
04/08/2005
A. Fasteners: Provide hardware manufacture to conform to publish templates, generally
prepared for machine screws installation.
B. Provide screws for installation, with each hardware item. Provide Phillips flat -head screws
except as otherwise indicated. Finish exposed (exposed under any condition) screws to
match hardware finish or, if exposed in surfaces of other work, to match finish of such
other work as closely as possible, including "prepared for paint" in surfaces to receive
painted finish.
C. Provide concealed fasteners for hardware units which are exposed when door is closed,
except to extent no standard units of type specified are available with concealed
fasteners.
D. Provide sex bolts for installation of exit devices and closers on wood or composite core
doors. Do not use thru -bolts for installation where bolt head or nut on opposite face is
exposed in other work, except where it is not feasible to adequately reinforce the work. In
such cases, provide sleeves for each thru -bolt or use sex screws fasteners.
E. Provide torx - security fasteners for exterior hardware units, which are exposed when door
is closed.
Provide stainless steel machine screws and anchors for all thresholds to be installed over
concrete floor material.
G. Provide Stainless Steel machine screws unless otherwise noted or required by hardware
type.
3.00 EXECUTION
3.01 INSPECTION
A. Prior to all work of this section, carefully inspect the installed work of all other trades and
verify that all such work is complete to the point where this installation may properly
commence.
B. Verify that work of this Section may be installed in strict accordance with the original
design, all pertinent codes and regulations, and all pertinent portions of the referenced
standards.
Verify that power supply of proper voltage and type is available to power
operated devices.
C. In the event of discrepancy, immediately notify the Architect.
DOOR HARDWARE 08710 -7
CITY OF NEWPORT BEACI0 • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Do not proceed with installation in areas of discrepancy until all such discrepancies have
been fully resolved.
3.02 INSTALLATION
A. Hardware shall be installed by a qualified mechanic, skilled in the application of institutional
grade builders or architectural door hardware.
B. Install hardware with manufacturer supplied screws for each item.
Install hardware in full compliance with Manufacturer's instructions.
C. Install hardware in accordance with manufacturer's instructions and requirements of SDI,
ANSI /NFPA 80, AWI, and BHMA. Select applicable standard based on door function,
type and regulatory criteria.
D. Where door is designated as receiving new hardware, package and label hardware type
and function, and deliver to Owner.
E. Predrilled pilot holes in wood for screws. Drill and tap for surface mounted hardware on
metal. Set hinge leaf snug and flat in mortises, turn screws to flat seat [do not drive].
F. Mount surface closers with sex bolts on side of door away from corridor, inside rooms or
in stairs. Install regular or parallel arm closers as required.
G. Provide ADEQUATE BACKING in stud partitions for the attachment of all respective
finish hardware.
H. Floor mounted door stops are to be installed at maximum of four inches from the face of
the wall or partition.
I. Install thresholds in full bed of sealant at front and side edges.
3.03 INSTALL HARDWARE USING TEMPLATES PROVIDED BY HARDWARE ITEM
MANUFACTURER
A. Prior to finishing door, fit hardware to door, utilizing fasteners and templates as specified.
B. Remove hardware, carefully label and store.
C. Re- install after door finish is complete
3.04 UNLESS NOTED OTHERWISE OR SHOWN ON DRAWINGS, MOUNT HARDWARE IN
ACCORDANCE WITH THE FOLLOWING CRITERIA:
A. Latchset and Lockset handle: 38 inches above finish floor. Verify manufacturer's
template with door design.
B. MS locks: 40 inches above finish floor to center line. Verify manufacturer's template with
door design.
C. Door Pulls: 40 inches above finish floor to center line.
DOOR HARDWARE 08710 -8
CITY OF NEWPORT BEACIR • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
3.05 ADJUST CLOSER OPERATING EFFORT CONFORM TO CALIFORNIA BUILDING CODE
SECTION 11338.2.5
A. Exterior and Interior Doors: 5.0 pounds force.
B. Fire Rated Doors: Verify with AHJ (Authority Having Jurisdiction) not to exceed 15.0
pounds force.
3.06 ADJUST CLOSER DELAY AND OPERATING SPEEDS TO COMPLY WITH REQUIREMENTS
OF CALIFORNIA BUILDING CODE AND THE AMERICANS WITH DISABILITIES ACT
ARCHITECTURAL GUIDELINES, ARTICLE 4.13.10
A. The sweep period of the door closers shall be adjusted so that from an open position of
70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the
latch, measured to the leading edge of the door.
B. Closer Certification: Provide written certification, signed by door closer representative,
stating closers were inspected and installed in accordance with specified opening force
and delay requirements.
3.07 CLEAN AND ADJUST
A. At completion, all hardware shall be left clean and free from disfigurement. Contractor
shall make a final adjustment to all door closers and other items of hardware. Where
hardware is found defective, repair, replace, or otherwise correct as directed.
B. Adjust and check each operating item of hardware and each door, to ensure proper
operation or function of every unit. Adjust hardware so that moving parts operate freely,
without bind, or excessive play. Hardware shall be free of paint, corrosion, or damage of
any kind.
3.08 PROTECTION
A. Contractor is responsible for the proper protection of all items of hardware until the owner
accepts the project as complete.
3.09 DOOR HARDWARE SCHEDULE
HW -1
2 Continuous Hinge
HT -FM300
630
MAR
1 Auto Bolt Set
842
626
DCI
1 Dust Proof Strike
80
626
DCI
1 Coordinator
600 x Brackets
600
DCI
1 Lockset
ML2067- NSM- CT6- M17 -SS078
630
C -R
1 Permanent Core
8000
626
C -R
1 . Cylinder Guard
416F39
626
C -R
2 Unitrol Closers
LINT- 7500 -H -110 Degree
689
NOR
2 Kick Plate
90 10" x 1" LDW
630
DJM
1 Astragal
139SS x 5050B
630
NGP
DOOR HARDWARE 08710 -9
CITY OF NEWPORT BEACH• • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
Seal Set 110SA 628 NGP
Door Sweep C627A 628 NGP
Threshold 950'/, -20 -SS MS /LA 719 NGP
HW -2
2 Continuous Hinges
HT -FM300
630
MAR
1 Flush Bolt Set
1555 x Ext Top Rod
626
DJM
1 Dust Proof Strike
1572
626
DJM
1 Auxiliary Lock
DL4017- CT6 -SS078
626
C -R
1 Permanent Core
8000
626
C -R
1 Cylinder Guard
416F39
626
C -R
2 Flush Pulls
1113C
630
TRM
2 Kick Plates
90 10" x 1 "LDW
630
DJM
2 Holders
No.2
689
NOR
1 Astragal
139SS x 5050B
630
NGP
1 Seal Set
110SA
628
NGP
2 Door Sweep
C627A
628
NGP
1 Threshold
950'/4 -20 -SS MS /LA
719
NGP
HW -3
Continuous Hinge
HT -FM300
630
MAR
Lockset
ML2067- NSM- CT6 -M17
630
C -R
Permanent Core
8000
626
C -R
Cylinder Guard
416F39
626
C -R
Latch Guard
MLP -111
630
DJM
Closer
PR- 7500 -H
689
NOR
Kick Plate
90 10"x 2" LDW
630
DJM
Floor Stop
1462
BL
DJM
Seal Set
110SA
628
NGP
Door Sweep
C627A
628
NGP
Threshold
950'/4 -20 -SS MS /LA
719
NGP
HW-4
1 Continuous Hinge
HT -FM300
630
MAR
1 Lockset
ML2057- NSM - CT6 -M17
630
C -R
1 Permanent Core
8000
626
C -R
1 Cylinder Guard
416F39
626
C -R
1 Latch Guard
MLP -111
630
DJM
1 Closer Plus
CLP- 1601 -T
689
NOR
1 Seal Set
110SA
628
NGP
1 Door Sweep
C627A
628
NGP
1 Threshold
950'/4 -20 -SS MS /LA
719
NGP
HW -5
2 Cylinders 1080- 114 -A03 -CT6
2 Cylinder Guards 416F39
Balance of hardware by Sliding Glass Door Division.
626 COR
626 C -R
DOOR HARDWARE 08710 -10
3 Hinge
•
630
HAG
CITY OF NEWPORT BEACP
ML2051- NSM - CT6 -M17
RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS
1 Permanent Core
04108/2005,
CONTRACT #3461, PLAN #P -51895
COR
1 Kick Plate
90 10"x 2" LDW
630
HW -6
1 Mop Plate
90 4" x 2" LDW
1 Hasp Blok
A500L(R)
2C
MMI
1 Padlock
PL5180 -CT6 -Brass Shackle
626
COR
1 Permanent Core
8000
626
COR
Balance of hardware by Grille Gate Division.
HW -7
1 Continuous Hinge
FM300
630
MAR
1 Privacy
ML2060- NSM -M17
630
COR
1 Closer Plus
CLP- 1601- BF -DA -T
689
NOR
1 Kick Plate
90 10"x 2" LDW
630
DJM
1 Mop Plate
90 4" x 2" LDW
630
DJM
3 Silencer
1608
GR
DJM
3 Hinge
AB800
630
HAG
1 Lockset
ML2051- NSM - CT6 -M17
630
COR
1 Permanent Core
8000
626
COR
1 Kick Plate
90 10"x 2" LDW
630
DJM
1 Mop Plate
90 4" x 2" LDW
630
DJM
1 OHC Stop
2 Series
630
RIX
3 Silencer
1608
GR
DJM
HW -9
3 Hinge
AB800
630
HAG
1 Lockset
ML2057- NSM - CT6 -M17
630
COR
1 Permanent Core
8000
626
COR
1 Kick Plate
90 10" x 2" LDW
630
DJM
1 Floor Stop
1448
626
DJM
3 Silencer
1608
GR
DJM
HW -10
1 Track & Hardware
H200 x 280A- Length as required
628
HEN
1 Privacy
1781 x EKE x TTE
626
MER
1 Cylinder
1080- 114 -A02 -CT6
626
COR
1 Permanent Core
8000
626
COR
2 Pull
20 - #3 MTG
630
DJM
Key Cabinet
END OF SECTION
HW -MISC
RWC- 25S- SMTC -GRY TELKEE
DOOR HARDWARE 08710 -11
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 08800 - GLAZING
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes glazing for the following products and applications, including those
specified in other Sections where glazing requirements are specified by reference to this
Section:
1.
Windows.
2.
Doors.
3.
Glazed curtain walls.
4.
Glazed entrances.
5.
Interior borrowed lites.
6.
Storefront framing.
1.2 PERFORMANCE REQUIREMENTS
A. General: Provide glazing systems capable of withstanding normal thermal movement and wind
and impact loads (where applicable) without failure, including loss or glass breakage attributable
to the following: defective manufacture, fabrication, and installation; failure of sealants or
gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in
construction.
B. Glass Design: Glass thickness designations indicated are minimums and are for detailing only.
Confirm glass thicknesses by analyzing Project loads and in- service conditions. Provide glass
lites in the thickness designations indicated for various size openings, but not less than
thicknesses and in strengths (annealed or heat treated) required to meet or exceed the
following criteria:
Glass Thicknesses: Select minimum glass thicknesses to comply with ASTM E 1300,
according to the following requirements:
a. Specified Design Wind Loads: 70 mph, but not less than wind loads applicable to
Project as required by ASCE 7 "Minimum Design Loads for Buildings and Other
Structures ": Section 6.0 "Wind Loads."
b. Design Wind Loads: Determine design wind loads applicable to Project from basic
wind speed indicated in miles per hour according to ASCE 7, "Minimum Design
Loads for Buildings and Other Structures ": Section 6.5, "Method 2- Analytical
Procedure," based on mean roof heights above grade indicated on Drawings.
1) Basic Wind Speed: 70 mph
2) Importance Factor: 1
3) Exposure Category: C
C. Thermal Movements: Provide glazing that allows for thermal movements resulting from the
following maximum change (range) in ambient and surface temperatures acting on glass
framing members and glazing components. Base engineering calculation on surface
temperatures of materials due to both solar heat gain and nighttime -sky heat loss.
GLAZING 08800-1
CITY OF NEWPORT BEACS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C),
material surfaces.
D. Thermal and Optical Performance Properties: Provide glass with performance properties
specified based on manufacturer's published test data, as determined according to procedures
indicated below:
1. For monolithic -glass lites, properties are based on units with lites of thickness indicated.
2. For laminated -glass lites, properties are based on products of construction indicated.
3. Center -of -Glass Values: Based on using LBL -44789 WINDOW 5.0 computer program for
the following methodologies:
a. U- Factors: NFRC 100 expressed as Btu/ sq. ft. x h x deg F (W /sq. m x K).
b. Solar Heat Gain Coefficient: NFRC 200.
C. Solar Optical Properties: NFRC 300.
1.3 SUBMITTALS
A. Product Data: For each glass product and glazing material indicated.
B. Samples: 12 -inch- (300 -mm -) square, for each type of glass product indicated, other than
monolithic clear float glass.
C. Glazing Schedule: Use same designations indicated on Drawings.
D. Preconstruction Adhesion and Compatibility Test Report: From glazing sealant manufacturer.
1.4 QUALITY ASSURANCE
A. Preconstruction Adhesion and Compatibility Testing: Submit to elastomeric glazing sealant
manufacturers, for testing according to ASTM C 1087, samples of each glazing material type,
tape sealant, gasket, glazing accessory, and glass - framing member that will contact or affect
elastomeric glazing sealants:
B. Safety Glazing Products: Comply with testing requirements in 16 CFR 1201
C. Glazing Publications: Comply with published recommendations of glass product manufacturers
and organizations below, unless more stringent requirements are indicated. Refer to these
publications for glazing terms not otherwise defined in this Section or in referenced standards.
GANA Publications: GANA Laminated Division's "Laminated Glass Design Guide"
and GANA's "Glazing Manual."
1.5 WARRANTY
A. Manufacturer's Special Warranty for Coated -Glass Products: Manufacturer's standard form,
made out to Owner and signed by coated -glass manufacturer agreeing to replace coated -glass
units that deteriorate as defined in "Definitions" Article, f.o.b. the nearest shipping point to
Project site, within specified warranty period indicated below.
1. Warranty Period: 10 years from date of Substantial Completion.
GLAZING 08800-2
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 93461, PLAN #P- 5189 -S
B. Manufacturer's Special Warranty on Laminated Glass: Manufacturer's standard form, made out
to Owner and signed by laminated -glass manufacturer agreeing to replace laminated -glass
units that deteriorate as defined in "Definitions" Article, f.o.b. the nearest shipping point to
Project site, within specified warranty period indicated below.
Warranty Period: Five years from date of Substantial Completion.
PART 2- PRODUCTS
2.1
W,
2.3
MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply to
product selection:
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products specified.
2. Products: Subject to compliance with requirements, provide one of the products
specified.
3. Product: Subject to compliance with requirements, provide product specked.
4. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
manufacturers specified.
5. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
GLASS PRODUCTS
A. Ceramic - Coated Spandrel Glass: ASTM C 1048, Condition B (spandrel glass, one surface
ceramic coated), Type I (transparent flat glass), Quality -03, and complying with other
requirements specified.
1. Fallout Resistance: Provide spandrel units identical to those passing the fallout -
resistance test for spandrel glass specified in ASTM C 1048.
B. Laminated Glass: ASTM C 1172, and complying with other requirements specified and with the
following:
Interlayer: Polyvinyl butyral of thickness indicated with a proven record of no tendency to
bubble, discolor, or lose physical and mechanical properties after laminating glass lites
and installation.
GLAZING GASKETS
A. Dense Compression Gaskets: Molded or extruded gaskets of material indicated below,
complying with standards referenced with name of elastomer indicated below, and of profile and
hardness required to maintain watertight seal:
1. Neoprene, ASTM C 864.
2. EPDM, ASTM C 864.
1 Silicone, ASTM C 1115.
GLAZING 08800-3
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
4. Thermoplastic polyolefin rubber, ASTM C 1115.
5. Any material indicated above.
B. Soft Compression Gaskets: Extruded or molded, closed -cell, integral- skinned gaskets of
material indicated below; complying with ASTM C 509, Type II, black; and of profile and
hardness required to maintain watertight seal:
1. Neoprene.
2. EPDM.
3. Silicone.
4. Thermoplastic polyolefin rubber.
5. Any material indicated above.
2.4 GLAZING SEALANTS
A. General: Provide products complying with the following requirements:
1. Compatibility: Select glazing sealants that are compatible with one another and with
other materials they will contact, including glass products, and glazing channel
substrates, under conditions of service and application, as demonstrated by sealant
manufacturer based on testing and field experience.
2. Suitability: Comply with sealant and glass manufacturers' written instructions for
selecting glazing sealants suitable for applications indicated and for conditions existing at
time of installation.
3. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full
range.
B. Elastomeric Glazing Sealants: Comply with ASTM C 920 and other requirements indicated for
each liquid - applied chemically curing sealant specked, including those referencing
ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint
substrates.
Single- Component Neutral- Curing Silicone Glazing Sealants.
2.5 GLAZING TAPES
A. Back - Bedding Mastic Glazing Tapes: Preformed, butyl -based elastomeric tape with a solids
content of 100 percent; non - staining and non - migrating in contact with nonporous surfaces; with
or without spacer rod as recommended in writing by tape and glass manufacturers for
application indicated; packaged on rolls with a release paper backing; and complying with
ASTM C 1281 and AAMA 800 for products indicated below:
1. AAMA 804.3 tape, where indicated.
2. AAMA 806.3 tape, for glazing applications in which tape is subject to continuous
pressure.
3. AAMA 807.3 tape, for glazing applications in which tape is not subject to continuous
pressure.
B. Expanded Cellular Glazing Tapes: Closed -cell, PVC foam tapes; factory coated with adhesive
on both surfaces; packaged on rolls with release liner protecting adhesive; and complying with
AAMA 800 for the following types:
GLAZING 08800-4
CITY OF NEWPORT BEACS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Type 1, for glazing applications in which tape acts as the primary sealant.
2. Type 2, for glazing applications in which tape is used in combination with a full bead of
liquid sealant.
2.6
2.7
RM
MISCELLANEOUS GLAZING MATERIALS
A. General: Provide products of material, size, and shape complying with referenced glazing
standard, requirements of manufacturers of glass and other glazing materials for application
indicated, and with a proven record of compatibility with surfaces contacted in installation.
B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer.
C. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or
minus 5.
D. Spacers: Elastomeric blocks or continuous extrusions with a Shore, Type A durometer
hardness required by glass manufacturer to maintain glass lites in place for installation
indicated.
E. Edge Blocks
walking).
Elastomeric material of hardness needed to limit glass lateral movement (side
F. Cylindrical Glazing Sealant Backing: ASTM C 1330, Type O (open -cell material), of size and
density to control glazing sealant depth and otherwise produce optimum glazing sealant
performance.
FABRICATION OF GLAZING UNITS
A. Fabricate glazing units in sizes required to glaze openings indicated for Project, with edge and
face clearances, edge and surface conditions, and bite complying with written instructions of
product manufacturer and referenced glazing publications, to comply with system performance
requirements.
MONOLITHIC CERAMIC- COATED SPANDREL -GLASS UNITS
A. Ceramic- Coated Spandrel -Glass Units CSG:
Class 1: float glass.
a. Tint Color as selected by Architect from manufacturer's full range.
2. Kind FT (fully tempered).
3. Thickness: '/4"
4. Ceramic Coating Color: As selected by Architect from manufacturer's full range.
5. Coating Location: Second surface.
GLAZING 08800-5
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.9 LAMINATED -GLASS UNITS
A. Laminated -Glass Units:
1. Kind LA, consisting of two lites of annealed float glass.
2. Outer Lite: Class 2 tinted float glass.
a. Tint Color: As selected by Architect from manufacturer's
b. Thickness:
3. Plastic Interlayer:
a. Thickness: 0.030 inch (0.76 mm), but not less than that required to comply as a
Type II safety glass material.
b. Interlayer Color: Clear
4. Inner Lite: Class 1 (clear) float glass.
a. Thickness: "' /a"
PART 3 - EXECUTION
3.1 GLAZING
A. General: Comply with combined written instructions of manufacturers of glass, sealants,
gaskets, and other glazing materials, unless more stringent requirements are indicated,
including those in referenced glazing publications.
1. Glazing channel dimensions, as indicated on Drawings, provide necessary bite on glass,
minimum edge and face clearances, and adequate sealant thicknesses, with reasonable
tolerances. Adjust as required by Project conditions during installation.
2. Protect glass edges from damage during handling and installation. Remove damaged
glass from Project site and legally dispose of off Project site. Damaged glass is glass
with edge damage or other imperfections that, when installed, could weaken glass and
impair performance and appearance.
3. Apply primers to joint surfaces where required for adhesion of sealants, as determined by
preconstruction sealant- substrate testing.
4. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing
publications, unless otherwise required by glass manufacturer. Set blocks in thin course
of compatible sealant suitable for heel bead.
5. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites.
6. Provide spacers for glass lites where length plus width is larger than 50 inches (1270
mm).
7. Provide edge blocking where indicated or needed to prevent glass lites from moving
sideways in glazing channel, as recommended in writing by glass manufacturer and
according to requirements in referenced glazing publications.
B. Tape Glazing: Position tapes on fixed stops so that when compressed by glass, their exposed
edges are flush with or protrude slightly above sightline of stops. Install tapes continuously, but
not necessarily in one continuous length. Do not stretch tapes to make them fit opening.
GLAZING 08800-6
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Cover vertical framing joints by applying tapes to heads and sills first and then to jambs.
Cover horizontal framing joints by applying tapes to jambs and then to heads and sills.
2. Place joints in tapes at corners of opening with adjoining lengths butted together, not
lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer.
3. Apply heel bead of elastomeric sealant.
4. Center glass lites in openings on setting blocks and press firmly against tape by inserting
dense compression gaskets formed and installed to lock in place against faces of
removable stops. Start gasket applications at corners and work toward centers of
openings.
5. Apply cap bead of elastomeric sealant over exposed edge of tape.
C. Gasket Glazing (Dry): Fabricate compression gaskets in lengths recommended by gasket
manufacturer to fit openings exactly, with allowance for stretch during installation.
1. Insert soft compression gasket between glass and frame or fixed stop so it is securely in
place with joints miter cut and bonded together at corners.
2. Center glass Rtes in openings on setting blocks and press firmly against soft compression
gasket by inserting dense compression gaskets formed and installed to lock in place
against faces of removable stops. Start gasket applications at corners and work toward
centers of openings. Compress gaskets to produce a weather -fight seal without
developing bending stresses in glass. Seal gasket joints with sealant recommended by
gasket manufacturer.
3. Install gaskets so they protrude past face of glazing stops.
3.2 CLEANING AND PROTECTION
A. Protect exterior glass from damage immediately after installation by attaching crossed
streamers to framing held away from glass. Do not apply markers to glass surface. Remove
nonpermanent labels, and clean surfaces. Protect glass from contact with contaminating
substances resulting from construction operations, including weld splatter. If, despite such
protection, contaminating substances do come into contact with glass, remove substances
immediately as recommended by glass manufacturer.
B. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from
natural causes, accidents, and vandalism, during construction period.
END OF SECTION 08800
GLAZING 08800-7
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 09260 - GYPSUM BOARD ASSEMBLIES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Interior gypsum wallboard.
2. Tile backing panels:
B. Related Sections include the following:
1. Division 6 Section Rough Carpentry for wood framing and furring.
2. Division 7 Section Building Insulation for insulation installed in gypsum board assemblies.
3. Division 9 Section Ceramic Tile for cementitious backer units installed as substrates for
ceramic tile.
1.3 DEFINITIONS
A. Gypsum Board Terminology: Refer to ASTM C 11 for definitions of terms for gypsum board
assemblies not defined in this Section or in other referenced standards.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Show locations, fabrication, and installation of control and expansion joints
including plans, elevations, sections, details of components, and attachments to other units of
Work.
C. Samples: For the following products:
1. Trim Accessories: Full -size sample in 12 -inch- (300 -mm -) long length for each trim
accessory indicated.
GYPSUM BOARD ASSEMBLIES 09260-1
CITY OF NEWPORT BEACS RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P5189 -S
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages, containers, or bundles bearing brand name and
identification of manufacturer or supplier.
B. Store materials inside under cover and keep them dry and protected against damage from
weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes.
Stack gypsum panels flat to prevent sagging.
1.6 PROJECT CONDITIONS
A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board
manufacturer's written recommendations, whichever are more stringent.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Gypsum Board and Related Products:
a. American Gypsum Co.
b. G -P Gypsum Corp.
C. National Gypsum Company.
d. United States Gypsum Co.
C. Grid Suspension System for Interior Ceilings: ASTM C 645, direct -hung system composed of
main beams and cross- furring members that interlock.
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
2. Products: Subject to compliance with requirements, provide one of the following:
a. Armstrong World Industries, Inc.; Furring Systems /Drywall.
b. Chicago Metallic Corporation; Drywall Furring 640 System.
C, USG Interiors, Inc.; Drywall Suspension System.
D. Hat - Shaped, Rigid Furring Channels: ASTM C 645.
1. Minimum Base Metal Thickness: 0.0179 inch (0.45 mm).
2. Depth: As indicated
E. Resilient Furring Channels: 112 -inch- (12.7 -mm -) deep, steel sheet members designed to
reduce sound transmission.
GYPSUM BOARD ASSEMBLIES 09260-2
CITY OF NEWPORT BEACO ' RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
2.2 INTERIOR GYPSUM WALLBOARD
A. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each
area and correspond with support system indicated.
B. Gypsum Wallboard: Mold & Mildew Resistant Interior Wall Panels
1. ASTM C 1177, coated inorganic glass mat -faced back and paper -faced front, enhanced
mold and mildew resistant gypsum wallboard. Conforming to the physical properties of
ASTM C 36 and ASTM C 1177 on Glass mat back.
2. Basis of Design Product: Georgia- Pacific DensArmor Interior Guard.
a. Thickness: 5/8 inch (12.7 mm), unless otherwise indicated.
b. Long Edges: Tapered
C. Location: Vertical surfaces, unless otherwise indicated.
2.3 TILE BACKING PANELS
A. Panel Size: Provide in maximum lengths and widths available that will minimize joints in each
area and correspond with support system indicated.
B. Water- Resistant Gypsum Backing Board: ASTM C 630 /C 630M.
1. Core: 5/8 inch (15.9 mm), Type X
2
Paragraph and subparagraphs below specify "Dens- Shield Tile Backer" by GP- Gypsum
Corp.
C. Glass -Mat, Water - Resistant Backing Board: ASTM C 1178/C 1178M.
1. Available Product: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, "Dens- Shield Tile Backer"
manufactured by G -P Gypsum Corp.
2. Product: Subject to compliance with requirements, provide "Dens - Shield Tile Backer"
manufactured by G -P Gypsum Corp.
3. Core: 518 inch (15.9 mm), Type---.
2.4 TRIM ACCESSORIES
A. Interior Trim: ASTM C 1047.
1. Material: Galvanized or aluminum- coated steel sheet.
2. Shapes:
a. Comerbead: Use at outside comers.
b. LC -Bead: J- shaped; exposed long flange receives joint compound; use at
exposed panel edges.
C. L -Bead: L- shaped; exposed long leg receives joint compound.
d. U -Bead: J- shaped; exposed short flange does not receive joint compound.
GYPSUM BOARD ASSEMBLIES 09260-3
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
2.5 JOINT TREATMENT MATERIALS
A. General: Comply with ASTM C 475.
B. Joint Tape:
1. Interior Gypsum Wallboard: Paper.
2, Glass -Mat Gypsum Sheathing Board: 10 -by -10 glass mesh.
3. Tile Backing Panels: As recommended by panel manufacturer.
C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is
compatible with other compounds applied on previous or for successive coats.
1. Pre - filling: At open joints, rounded or beveled panel edges, and damaged surface areas,
use setting -type taping compound.
2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and
trim flanges, use all- purpose compound.
a. Use setting -type compound for installing paper -faced metal trim accessories.
3. Fill Coat: For second coat, use drying -type, all- purpose compound.
4. Finish Coat: For third coat, use drying -type, all- purpose compound.
D. Joint Compound for Tile Backing Panels:
1. Water - Resistant Gypsum Backing Board: Use setting -type taping and setting -type,
sandable topping compounds.
2. Glass -Mat, Water - Resistant Backing Panel: As recommended by manufacturer.
3. Cementitious Backer Units: As recommended by manufacturer.
2.6 AUXILIARY MATERIALS
A. General: Provide auxiliary materials that comply with referenced installation standards and
manufacturer's written recommendations.
B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated.
1. Use screws complying with ASTM C 954 for fastening panels to steel members from
0.033 to 0.112 inch (0.84 to 2.84 mm) thick.
2. For fastening cementitious backer units, use screws of type and size recommended by
panel manufacturer.
C. Thermal Insulation: As specked in Division 7 Section "Building Insulation."
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas and substrates, with Installer present, and including welded hollow -metal
frames, cast -in anchors, and structural framing, for compliance with requirements and other
GYPSUM BOARD ASSEMBLIES 09260-4
CITY OF NEWPORT BEACIV RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
conditions affecting performance. Proceed with installation only after unsatisfactory conditions
have been corrected.
3.2 PREPARATION
A. Suspended Ceilings: Coordinate installation of ceiling suspension systems with installation of
overhead structure to ensure that inserts and other provisions for anchorages to building
structure have been installed to receive ceiling hangers at spacing required to support ceilings
and that hangers will develop their full strength.
B. Grid Suspension System: Attach perimeter wall track or angle where grid suspension system
meets vertical surfaces. Mechanically join main beam and cross - furring members to each other
and butt -cut to fit into wall track.
3.3 APPLYING AND FINISHING PANELS, GENERAL
A. Gypsum Board Application and Finishing Standards: ASTM C 840 and GA -216.
B. Install ceiling board panels across framing to minimize the number of abutting end joints and to
avoid abutting end joints in the central area of each ceiling. Stagger abutting end joints of
adjacent panels not less than one framing member.
C. Install gypsum panels with face side out. Butt panels together for a light contact at edges and
ends with not more than 1116 inch (1.5 mm) of open space between panels. Do not force into
place.
D. Locate edge and end joints over supports, except in ceiling applications where intermediate
supports or gypsum board back - blocking is provided behind end joints. Do not place tapered
edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not
make joints other than control joints at corners of framed openings.
E. Attach gypsum panels to steel studs so leading edge or end of each panel is attached to open
(unsupported) edges of stud flanges first.
F. Attach gypsum panels to framing provided at openings and cutouts.
G. Do not attach gypsum panels across the flat grain of wide - dimension lumber, including floor
joists and headers. Float gypsum panels over these members using resilient channels, or
provide control joints to counteract wood shrinkage.
H. Form control and expansion joints with space between edges of adjoining gypsum panels
Cover both faces of steel stud partition framing with gypsum panels in concealed spaces (above
ceilings, etc.), except in chases braced internally.
1. Unless concealed application is indicated or required for sound, fire, air, or smoke
ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. (0.7 sq. m)
in area.
2. Fit gypsum panels around ducts, pipes, and conduits.
3. Where partitions intersect open concrete coffers, concrete joists, and other structural
members projecting below underside of floor /roof slabs and decks, cut gypsum panels to
GYPSUM BOARD ASSEMBLIES 09260-5
CITY OF NEWPORT BEACF RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
fit profile formed by coffers, joists, and other structural members; allow 1/4- to 3/8 -inch-
(6.4- to 9.5 -mm -) wide joints to install sealant.
J. Isolate perimeter of non -load- bearing gypsum board partitions at structural abutments, except
floors. Provide 1/4- to 112 -inch- (6.4- to 12.7 -mm -) wide spaces at these locations, and trim
edges with U -bead edge trim where edges of gypsum panels are exposed. Seal joints between
edges and abutting structural surfaces with acoustical sealant.
K. Floating Construction: Where feasible, including where recommended in writing by
manufacturer, install gypsum panels over wood framing, with floating internal corner
construction.
L. Space fasteners in gypsum panels according to referenced gypsum board application and
finishing standard and manufacturer's written recommendations.
1. Space screws a maximum of 12 inches (304.8 mm) o.c. for vertical applications.
M. Space fasteners in panels that are tile substrates a maximum of 8 inches (203.2 mm) o.c.
3.4 PANEL APPLICATION METHODS
A. Single -Layer Fastening Methods: Apply gypsum panels to supports with steel drill screws.
B. Tile Backing Panels:
1. Water- Resistant Gypsum Backing Board: Install at showers, tubs, and where indicated.
Install with 1/4 -inch (6.4 -mm) gap where panels abut other construction or penetrations.
2. Glass -Mat, Water - Resistant Backing Panel: Comply with manufacturer's written
installation instructions and install at showers and where indicated and locations
indicated to receive tile. Install with 1/4 -inch (6.4 -mm) gap where panels abut other
construction or penetrations.
3. Cementitious Backer Units: ANSI Al 08.11, at showers and where indicated to receive
tile.
4. Areas Not Subject to Wetting: Install standard gypsum wallboard panels to produce a flat
surface except at showers, tubs, and other locations indicated to receive water - resistant
panels.
5. Where tile backing panels abut other types of panels in the same plane, shim surfaces to
produce a uniform plane across panel surfaces.
3.5 INSTALLING TRIM ACCESSORIES
A. General: For trim with back flanges intended for fasteners, attach to framing with same
fasteners used for panels. Otherwise, attach trim according to manufacturer's written
instructions.
3.6 FINISHING GYPSUM BOARD ASSEMBLIES
A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations,
fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces
for decoration. Promptly remove residual joint compound from adjacent surfaces.
GYPSUM BOARD ASSEMBLIES 09260-6
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
B. Pre -fill open joints, beveled edges, and damaged surface areas
C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for
tape.
D. Gypsum Board Finish Levels: Finish panels to levels indicated below, according to
ASTM C 840, for locations indicated:
1., Level 1: Embed tape at joints in ceiling plenum areas, concealed areas, and where
indicated.
2. Level 2: Embed tape and apply separate first coat of joint compound to tape, fasteners,
and trim flanges where panels are substrate for tile and where indicated.
3. Level is suitable for surfaces receiving medium -or heavy - textured finishes before
painting or heavy wallcoverings where lighting conditions are not critical.
E. Glass -Mat, Water- Resistant Backing Panels: Finish according to manufacturer's written
instructions.
F. Cementitious Backer Units: Finish according to manufacturer's written instructions.
END OF SECTION 09260
GYPSUM BOARD ASSEMBLIES 09260-7
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 09310 - CERAMIC TILE
PART 1- GENERAL
1.1 RELATED DOCUMENTS
RJC NO. 0223
04/08/2005
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section' includes the following:
1. Ceramic mosaic tile.
2. Glazed wall tile.
3. Thresholds
4. Waterproof membrane for mud -set file installations.
5. Cementitious backer units installed as part of file installations.
B. Related Sections include the following:
1. Division 3 Section "Cast -in -Place Concrete" for monolithic slab finishes specified for tile
substrates.
2. Division 7 Section Self- Adhering Sheet Waterproofing for waterproofing under thickset
mortar beds.
3. Division 7 Section "Joint Sealants" for sealing of expansion, contraction, control, and
isolation joints in tile surfaces.
4. Division 9 Section "Gypsum Board Assemblies" for glass -mat, water - resistant backer
board.
1.3 DEFINITIONS
A. Module Size: Actual tile size (minor facial dimension as measured per ASTM C 499) plus joint
width indicated.
B. Facial Dimension: Actual file size (minor facial dimension as measured per ASTM C 499).
C. Facial Dimension: Nominal tile size as defined in ANSI A137.1.
1.4 PERFORMANCE REQUIREMENTS
A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the
following values as determined by testing identical products per ASTM C 1028:
1. Level Surfaces: Minimum 0.6.
2. Step Treads: Minimum 0.6.
3. Ramp Surfaces: Minimum 0.8.
CERAMIC TILE 09310-1
CITY OF NEWPORT BEACF . RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
1.5 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and
locations of expansion, contraction, control, and isolation joints in tile substrates and finished file
surfaces.
C. Samples for Initial Selection: For each type of file and grout indicated. Include Samples of
accessories involving color selection.
D. Samples for Verification:
1. Full -size units of each type and composition of tile and for each color and finish required.
2. Stone thresholds in 6 -inch (150 -mm) lengths.
3. Metal edge strips in 6 -inch (150 -mm) lengths.
E. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile
manufacturer and Installer.
F. Product Certificates: For each type of product, signed by product manufacturer.
G. Qualification Data: For Installer,
H. Material Test Reports: For each tile- setting and - grouting product.
1.6 QUALITY ASSURANCE
A. Source Limitations for Tile: Obtain all tile of same type and color or finish from one source or
producer.
Obtain tile from same production run and of consistent quality in appearance and
physical properties for each contiguous area.
B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality
for each mortar, adhesive, and grout component from a single manufacturer and each
aggregate from one source or producer.
C. Source Limitations for Other Products: Obtain each of the following products specified in this
Section through one source from a single manufacturer for each product:
1. Stone thresholds.
2. Waterproofing,
3. Joint sealants.
4. Cementitious backer units.
5. Metal edge strips.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver and store packaged materials in original containers with seals unbroken and labels
intact until time of use. Comply with requirement in ANSI A137.1 for labeling sealed tile
packages.
CERAMIC TILE 09310-2
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location
C. Store aggregates where grading and other required characteristics can be maintained and
contamination avoided.
D. Store liquid latexes and emulsion adhesives in unopened containers and protected from
freezing.
E. Handle tile that has temporary protective coating on exposed surfaces to prevent coated
surfaces from contacting backs or edges of other units. If coating does contact bonding
surfaces of tile, remove coating from bonding surfaces before setting tile.
1.8 PROJECT CONDITIONS
A. Environmental Limitations: Do not install tile until construction in spaces is complete and
ambient temperature and humidity conditions are maintained at the levels indicated in
referenced standards and manufacturer's written instructions.
1.9 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed and that are packaged
with protective covering for storage and identified with labels describing contents.
1. Tile and Trim Units: Furnish quantity of full -size units equal to 10 percent of amount
installed, for each type, composition, color, pattern, and size indicated.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply for
product selection:
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the products specified.
2. Products: Subject to compliance with requirements, provide one of the products
specified.
3. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the manufacturers specified.
4. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers specified.
5. Basis -of- Design Product: The design for each tile type is based on the product named.
Subject to compliance with requirements, provide either the named product or a
comparable product by one of the other manufacturers specked.
CERAMIC TILE 09310-3
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04!0812005
CONTRACT #3461, PLAN #P- 5189 -5
2.2 PRODUCTS, GENERAL
A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1, "Specifications for
Ceramic Tile," for types, compositions, and other characteristics indicated.
1. Provide file complying with Standard grade requirements, unless otherwise indicated.
2. For facial dimensions of tile, comply with requirements relating to tile sizes specified in
Part 1 "Definitions" Article.
B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI
standards referenced in "Setting and Grouting Materials" Article.
C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile,
grout, and other products requiring selection of colors, surface textures, patterns, and other
appearance characteristics, provide specific products or materials complying with the following
requirements:
Match Architect's samples
D. Factory Blending: For tile exhibiting color variations within ranges selected during Sample
submittals, blend tile in factory and package so tile units taken from one package show same
range in colors as those taken from other packages and match approved Samples.
E. Mounting: For factory- mounted tile, provide back- or edge - mounted tile assemblies as standard
with manufacturer, unless otherwise indicated.
Where tile is indicated for installation in wet areas, do not use back- or edge- mounted tile
assemblies unless tile manufacturer species in writing that this type of mounting is
suitable for installation indicated and has a record of successful in- service performance.
2.3 TILE PRODUCTS
A. Manufacturers:
1. American Marazzi Tile, Inc.
2. American Olean; Div. of Dal -Tile International Corp.
3. Buchtal Corporation USA.
4. Cerim -Floor Gres Ceramiche.
5. Crossville Ceramics Company, L.P.
6. Daltile; Div. of Dal -Tile International Inc.
7. Florida Tile Industries, Inc.
8. GranitiFiandre.
9. Interceramic.
10. KPT, Inc.
11. Laufen USA.
12. Lone Star Ceramics Company.
13. Metropolitan Ceramics.
14. Monarch Tile, Inc.
15. Porcelanite, Inc.
16. Quarry Tile Company.
17. Seneca Tiles, Inc.
18. Summitville Tiles, Inc.
19. United States Ceramic Tile Company.
CERAMIC TILE 09310-4
CITY OF NEWPORT BEACIV • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
20. Winburn Tile Manufacturing Company.
B. Unglazed Ceramic Mosaic Tile: Factory - mounted flat tile as follows:
1. Composition: Porcelain
2. Surface: [Smooth, without] [Slip- resistant, with] abrasive admixture.
3. Module Size: [1 by 1 inch (25.4 by 25.4 mm)] [1 by 2 inches (25.4 by 50.8 mm)] [2 by 2
inches (50.8 by 50.8 mm)] [1 -inch (25.4 -mm) hexagon] [2 -inch (50.8 -mm) hexagon]
[blend pattenn consisting of tiles 1 by 1 inch (25.4 by 25.4 mm), 1 by 2 inches (25.4 by
50.8 mm), and 2 by 2 inches (50.8 by 50.8 mm)]
4. Nominal Thickness: 114 inch (6.35 mm).
5. Face: [Plain] [Pattern of design indicated,] with cushion edges.
6. Basis -of- Design Product: <Insert manufacturer's name; product name or designation and
possibly color or color group> or a comparable product of one of the following:
C. Glazed Ceramic Mosaic Tile: Factory- mounted flat tile as follows:
1. Composition: [Porcelain] [Impervious natural clay or porcelain] [Vitreous or impervious
natural clay or porcelain].
2. Module Size: [1 by 1 inch (25.4 by 25.4 mm)] [1 by 2 inches (25.4 by 50.8 mm)] [2 by 2
inches (50.8 by 50.8 mm)] <Insert size >.
3. Thickness: 114 inch (6.35 mm).
4. Face: [Plain] [Pattern of design indicated,] with cushion edges.
5. Finish: [Bright, opaque] [Bright, clear] [Mat, opaque] [Mat, clear] [Semimat, opaque]
[Semimat, clear] [Vellum, opaque] [Vellum, clear] [Crystalline] <Insert description> glaze.
6. Basis -of- Design Product: <Insert manufacturer's name; product name or designation and
possibly color or color group> or a comparable product of one of the following:
D. Glazed Wall Tile: Flat tile as follows:
1. Module Size: [4 -1/4 by 4 -1/4 inches (108 by 108 mm)] [6 by 4 -1/4 inches (152 by 108
mm)] [6 by 6 inches (152 by 152 mm)] [200 by 200 mm] [250 by 250 mm] [200 by 300
mm]
2. Thickness: 5/16 inch (8 mm).
3. Face: [Plain with modified square edges or cushion edges] [Plain with modified square
edges] [Plain with cushion edges] [Pattern of design indicated, with manufacturer's
standard edges].
4. Finish: [Bright, opaque] [Bright, clear] [Mat, opaque] [Mat, clear] [Semimat, opaque]
[Semimat, clear] [Vellum, opaque] [Vellum, clear] [Crystalline] <Insert description> glaze.
5. Mounting: Factory back - mounted.
6. Mounting: Pregrouted sheets of tiles factory assembled and grouted with manufacturer's
standard silicone rubber.
7. Basis -of- Design Product: <Insert manufacturer's name; product name or designation and
possibly color or color group> or a comparable product of one of the following:
E. Accessories for Glazed Wall Tile: Provide vitreous china accessories of type and size indicated,
in color and finish to match adjoining wall tile, and intended for installing by same method as
adjoining wall tile.
One soap holder with grab handle for each shower and tub indicated.
CERAMIC TILE 09310-6
CITY OF NEWPORT BEACIV • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 0410812005
CONTRACT #3461, PLAN #P- 5189 -5
2.4 THRESHOLDS
A. General: Fabricate to sizes and profiles indicated or required to provide transition between
adjacent floor finishes.
1. Bevel edges at 1:2 slope, aligning lower edge of bevel with adjacent floor finish. Limit
height of bevel to 1/2 inch (12.7 mm) or less, and finish bevel to match face of threshold.
B. Marble Thresholds: ASTM C 503 with a minimum abrasion resistance of [10] [12] per
ASTM C 1353 or ASTM C 241 and with honed finish.
1. Description: Uniform, fine- to medium - grained white stone with gray veining.
2. Description: Match Architects sample.
a. MAPEI Corporation; PRP M19.
b. Summitville Tiles, Inc.; S -9000.
2.5 SETTING AND GROUTING MATERIALS
A. Manufacturers:
1. Atlas Minerals & Chemicals, Inc
2. Boiardi Products Corporation.
3. Bonsai, W. R., Company.
4. Bostik.
5. C -Cure.
6. Custom Building Products.
7. DAP, Inc.
8. Jamo Inc.
9, LATICRETE International Inc.
10. MAPEI Corporation.
11. Southern Grouts & Mortars, Inc.
12. Summitville Tiles, Inc.
13. TEC Specialty Products Inc.
B. Portland Cement Mortar (Thickset) Installation Materials: ANSI A108.1A and as specified
below:
1. Cleavage Membrane: Asphalt felt, ASTM D 226, Type I (No. 15); or polyethylene
sheeting, ASTM D 4397, 4.0 mils (0.1 mm) thick.
2. Reinforcing Wire Fabric: Galvanized, welded wire fabric, 2 by 2 inches (50.8 by 50.8
mm) by 0.062 -inch (1.57 -mm) diameter; comply with ASTM A 185 and ASTM A 82
except for minimum wire size.
3. Expanded Metal Lath: Diamond -mesh lath complying with ASTM C 847.
a. Base Metal and Finish for Interior Applications: Uncoated or zinc - coated
(galvanized) steel sheet, with uncoated steel sheet painted after fabrication into
lath.
b. Base Metal and Finish for Exterior Applications: Zinc - coated (galvanized) steel
sheet.
C. Configuration over Studs and Furring: Flat.
d. Configuration over Solid Surfaces: Self- furring.
e. Weight: [2.5 lb/sq. yd. (1.4 kg /sq. m)] [3.4 lb/sq. yd. (1.8 kg /sq. m)].
CERAMIC TILE 09310-6
CITY OF NEWPORT'BEAC* • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
4. Latex Additive: Manufacturer's standard water emulsion, serving as replacement for part
or all of gaging water, of type specifically recommended by latex- additive manufacturer
for use with Feld -mixed portland cement and aggregate mortar bed.
a. 4.6.1 in addition to the other requirements in ANSI Al 18.4.
C. Water - Cleanable, Tile- Setting Epoxy Adhesive: ANSI A118.3.
D. Chemical- Resistant Furan Mortar: ANSI Al 18.5, with carbon filler, unless otherwise indicated.
Organic Adhesive: ANSI Al 36.1, Type L
Sand - Portland Cement Grout: ANSI A108.10, composed of white or gray cement and white or
colored aggregate as required to produce color indicated.
G. Polymer - Modified Tile Grout: ANSI Al 18.7, color as indicated.
1. Polymer Type: Ethylene vinyl acetate, in dry, redispersible form, prepackaged with other
dry ingredients.
2. Polymer Type: [Acrylic resin] [or] [styrene - butadiene rubber] in liquid -latex form for
addition to prepackaged dry-grout mix.
3. Polymer Type: Either ethylene vinyl acetate, in dry, re- dispersible form, prepackaged
with other dry ingredients, or acrylic resin or styrene - butadiene rubber in liquid -latex form
for addition to prepackaged dry-grout mix.
a. Unsanded grout mixture for joints 1/8 inch (3.2 mm) and narrower.
b. Sanded grout mixture for joints 118 inch (3.2 mm) and wider.
2.6 ELASTOMERIC SEALANTS
A. General: Provide manufacturer's standard chemically curing, elastomeric sealants of base
polymer and characteristics indicated that comply with applicable requirements in Division 7
Section "Joint Sealants."
B. Colors: Provide colors of exposed sealants to match colors of grout in file adjoining sealed
joints, unless otherwise indicated.
C. One -Part, Mildew- Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25;
Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with
fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that
are subject to in- service exposures of high humidity and extreme temperatures.
Products
a. Dow Corning Corporation; Dow Corning 786.
b. GE Silicones; Sanitary 1700.
C. Pecora Corporation; Pecora 898 Sanitary Silicone Sealant.
d. Tremco, Inc.; Tremsil 600 White.
CERAMIC TILE 09310-7
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.7 MISCELLANEOUS MATERIALS
A. Trowelable Underlayments and Patching Compounds: Latex - modified, portland cement -based
formulation provided or approved by manufacturer of tile - setting materials for installations
indicated.
B. Temporary Protective Coating: Either product indicated below that is formulated to protect
exposed surfaces of the against adherence of mortar and grout; compatible with tile, mortar, and
grout products; and easily removable after grouting is completed without damaging grout or tile.
1. Petroleum paraffin wax, fully refined and odorless, containing at least 0.5 percent oil with
a melting point of 120 to 140 deg F (49 to 60 deg C) per ASTM D 87.
2. Grout release in form of manufacturer's standard proprietary liquid coating that is
specially formulated and recommended for use as temporary protective coating for tile.
C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and
grout surfaces, specifically approved for materials and installations indicated by tile and grout
manufacturers.
D. Grout Sealer: Manufacturer's standard silicone product for sealing grout joints that does not
change color or appearance of grout.
Products:
a. Bonsai, W. R., Company; Grout Sealer.
b. Bostik; CeramaSeal Grout Sealer.
C. C -Cure; Penetrating Sealer 978.
d. Custom Building Products; Surfaceguard Grout and Tile Sealer.
e. Jamo Inc.; Penetrating Sealer.
f. MAPEI Corporation; KER 003, Silicone Spray Sealer for Cementitious Tile Grout
g. Southern Grouts & Mortars, Inc.; Silicone Grout Sealer.
h. Summitville Tiles, Inc.; SL -15, Invisible Seal Penetrating Grout and Tile Sealer.
i. TEC Specialty Products Inc.; TA -257 Silicone Grout Sealer.
2.8 MIXING MORTARS AND GROUT
A. Mix mortars and grouts to comply with referenced standards and mortar and grout
manufacturers' written instructions.
B. Add materials, water, and additives in accurate proportions.
C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and
other procedures to produce mortars and grouts of uniform quality with optimum performance
characteristics for installations indicated.
PART 3 - EXECUTION
3.1 EXAMINATION
CERAMIC TILE 09310-8
CITY OF NEWPORT BEAGO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for
compliance with requirements for installation tolerances and other conditions affecting
performance of installed tile.
1. Verify that substrates for setting tile are firm; dry; clean; free of oil, waxy films, and curing
compounds; and within flatness tolerances required by referenced ANSI A108 Series of
tile installation standards for installations indicated.
2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical
units of work, and similar items located in or behind tile has been completed before
installing tile.
3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if
not coordinated, adjust joint locations in consultation with Architect.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Remove coatings, including curing compounds and other substances that contain soap, wax,
oil, or silicone, that are incompatible with tile- setting materials.
B. Provide concrete substrates for tile floors installed with adhesives that comply with flatness
tolerances specified in referenced ANSI A108 Series of tile installation standards.
1. Fill cracks, holes, and depressions with trowelable leveling and patching compound
according to tile - setting material manufacturer's written instructions. Use product
specifically recommended by tile- setting material manufacturer.
2. Remove protrusions, bumps, and ridges by sanding or grinding.
C. Blending: For tile exhibiting color variations within ranges selected during Sample submittals,
verify that tile has been factory blended and packaged so tile units taken from one package
show same range of colors as those taken from other packages and match approved Samples.
If not factory blended, either return to manufacturer or blend tiles at Project site before installing.
D. Field - Applied Temporary Protective Coating: Where indicated under tile type or needed to
prevent grout from staining or adhering to exposed tile surfaces, pre -coat them with continuous
film of temporary protective coating, taking care not to coat unexposed tile surfaces.
3.3 INSTALLATION, GENERAL
A. ANSI Tile Installation Standards: Comply with parts of ANSI A108 Series "Specifications for
Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods
indicated in ceramic tile installation schedules.
B. TCA Installation Guidelines: TCA's "Handbook for Ceramic Tile Installation." Comply with TCA
installation methods indicated in ceramic tile installation schedules.
C. Extend tile work into recesses and under or behind equipment and fixtures to form complete
covering without interruptions, unless otherwise indicated. Terminate work neatly at
obstructions, edges, and corners without disrupting pattern or joint alignments.
D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring
visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built -in items for straight
CERAMIC TILE 09310-9
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so
plates, collars, or covers overlap tile.
E. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when adjoining
tiles on floor, base, walls, and trim are same size. Lay out tile work and center tile fields in both
directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform
joint widths, unless otherwise indicated.
For tile mounted in sheets, make joints between tile sheets same width as joints within
tile sheets so joints between sheets are not apparent in finished work.
F. Lay out tile wainscots to next full tile beyond dimensions indicated.
G. Grout tile to comply with requirements of the following tile installation standards:
1. For ceramic tile grouts (sand - portland cement; dry-set, commercial portland cement; and
latex - portland cement grouts), comply with ANSI Al 08.10.
H. At showers, tubs, and where indicated, install cementitious backer units and treat joints to
comply with ANSI A108.11 and manufacturer's written instructions for type of application
indicated.
I. Install waterproofing to comply with ANSI A108.13 and waterproofing manufacturer's written
instructions to produce waterproof membrane of uniform thickness bonded securely to
substrate.
Do not install tile over waterproofing until waterproofing has cured and been tested to determine
that it is watertight.
3.4 FLOOR TILE INSTALLATION
A. General: Install tile to comply with requirements in the Floor Tile Installation Schedule, including
those referencing TCA installation methods and ANSI A108 Series of tile installation standards.
For installations indicated below, follow procedures in ANSI A108 Series tile installation
standards for providing 95 percent mortar coverage.
a. Exterior tile floors.
b. Tile floors in wet areas.
C. Tile swimming pool decks.
d. Tile floors in laundries.
e. Tile floors composed of tiles 8 by 8 inches (200 by 200 mm) or larger.
f. Tile floors composed of rib - backed tiles.
B. Joint Widths: Install tile on floors with the following joint widths:
Ceramic Mosaic Tile: 1116 inch (1.6 mm).
C. Stone Thresholds: Install stone thresholds at locations indicated; set in same type of setting
bed as abutting field tile, unless otherwise indicated.
1. Set thresholds in latex - portland cement mortar for locations where mortar bed would
otherwise be exposed above adjacent non -tile floor finish.
CERAMIC TILE 09310-10
CITY OF NEWPORT BEACI* • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 /08/2005
CONTRACT #3461, PLAN #P- 5189 -5
D. Metal Edge Strips: Install at locations indicated or where exposed edge of tile flooring meets
carpet, wood, or other flooring that finishes flush with top of tile.
E. Grout Sealer: Apply grout sealer to grout joints according to grout - sealer manufacturer's written
instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer and
sealer that has gotten on tile faces by wiping with soft cloth.
3.5 WALL TILE INSTALLATION
A. Install types of tile designated for wall installations to comply with requirements in the Wall Tile
Installation Schedule, including those referencing TCA installation methods and ANSI setting-
bed standards.
B. Install metal lath and scratch coat for walls to comply with ANSI A108.1A, Section 4.1.
C. Joint Widths: Install tile on walls with the following joint widths:
1. Ceramic Mosaic Tile: 1/16 inch (1.6 mm).
2. Glazed Wall Tile: 1116 inch (1.6 mm).
3.6 CLEANING AND PROTECTING
A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are
free of foreign matter.
1. Remove latex- portland cement grout residue from tile as soon as possible.
2. Clean grout smears and haze from tile according to tile and grout manufacturer's written
instructions, but no sooner than 10 days after installation. Use only cleaners
recommended by tile and grout manufacturers and only after determining that cleaners
are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect
metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean
water before and after cleaning.
3. Remove temporary protective coating by method recommended by coating manufacturer
that is acceptable to tile and grout manufacturer. Trap and remove coating to prevent it
from clogging drains.
B. When recommended by tile manufacturer, apply coat of neutral protective cleaner to completed
the walls and floors. Protect installed tile work with kraft paper or other heavy covering during
construction period to prevent staining, damage, and wear.
C. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is
completed.
D. Before final inspecton, remove protective coverings and rinse neutral cleaner from tile surfaces.
END OF SECTION 09310
CERAMIC TILE 09310-11
CITY OF NEWPORT BEAR • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 09511 - ACOUSTICAL PANEL CEILINGS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes acoustical panels and exposed suspension systems for ceilings.
1.3 DEFINITIONS
A. AC: Articulation Class.
B. CAC: Ceiling Attenuation Class.
C. LR: Light Reflectance coefficient.
D. NRC: Noise Reduction Coefficient.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Coordinate Drawings: Reflected ceiling plans drawn to scale and coordinating penetrations and
ceiling- mounted items. Show the following:
1. Ceiling suspension members.
2. Method of attaching hangers to building structure.
a. Furnish layouts for cast -in -place anchors, clips, and other ceiling attachment
devices whose installation is specified in other Sections.
3. Ceiling- mounted items including lighting fixtures, diffusers, grilles, speakers, sprinklers,
access panels, and special moldings.
4. Minimum Drawing Scale: 1/4 inch = 1 foot (1:48)
C. Samples for Initial Selection: For components with factory- applied color finishes.
D. Samples for Verification: For each component indicated and for each exposed finish required,
prepared on Samples of size indicated below.
1. Acoustical Panel: Set of 6 -inch- (150 -mm -) square samples of each type, color, pattern,
and texture.
ACOUSTICAL PANEL CEILINGS 09511-1
CITY OF NEWPORT BEAS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
E. Qualification Data: For testing agency.
F. Field quality - control test reports.
G. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified
testing agency, for each acoustical panel ceiling.
H. Research /Evaluation Reports: For each acoustical panel ceiling and components.
Maintenance Data: For finishes to include in maintenance manuals.
1.5 QUALITY ASSURANCE
A. Acoustical Testing Agency Qualifications: An independent testing laboratory, or an NVLAP-
accredited laboratory, with the experience and capability to conduct the testing indicated, as
documented according to ASTM E 548. NVLAP - accredited laboratories must document
accreditation, based on a "Certificate of Accreditation" and a "Scope of Accreditation" listing the
test methods specified.
B. Source Limitations:
1. Acoustical Ceiling Panel: Obtain each type through one source from a single
manufacturer.
2. Suspension System: Obtain each type through one source from a single manufacturer.
C. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension
system through one source from a single manufacturer.
D. Fire - Test - Response Characteristics: Provide acoustical panel ceilings that comply with the
following requirements:
Fire - Resistance Characteristics: Where indicated, provide acoustical panel ceilings
identical to those of assemblies tested for fire resistance per ASTM E 119 by UL or
another testing and inspecting agency acceptable to authorities having jurisdiction.
a. Fire - Resistance Ratings: Indicated by design designations from UL's "Fire
Resistance Directory" or from the listings of another testing and inspecting agency.
b. Identify materials with appropriate markings of applicable testing and inspecting
agency.
2. Surface- Burning Characteristics: Provide acoustical panels with the following surface-
burning characteristics complying with ASTM E 1264 for Class [A] [B] [C] materials as
determined by testing identical products per ASTM E 84:
a. Smoke - Developed Index: 450 or less.
E. Seismic Standard: Provide acoustical panel ceilings designed and installed to withstand the
effects of earthquake motions according to the following:
1. California Department of General Services, Division of the State Architect, Interpretation
of Regulations Document IR M3. Reference: California Building Code, Section 2501A.5.
ACOUSTICAL PANEL CEILINGS 09511-2
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1.6. DELIVERY, STORAGE, AND HANDLING
A. Deliver acoustical panels, suspension system components, and accessories to Project site in
original, unopened packages and store them in a fully enclosed, conditioned space where they
will be protected against damage from moisture, humidity, temperature extremes, direct
sunlight, surface contamination, and other causes.
B. Before installing acoustical panels, permit them to reach room temperature and a stabilized
moisture content.
C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way.
1.7 PROJECT CONDITIONS
A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed
and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete,
and ambient temperature and humidity conditions are maintained at the levels indicated for
Project when occupied for its intended use.
Pressurized Plenums: Operate ventilation system for not less than 48 hours before
beginning acoustical panel ceiling installation.
1.8 COORDINATION
A. Coordinate layout and installation of acoustical panels and suspension system with other
construction that penetrates ceilings or is supported by them, including light fixtures, HVAC
equipment, fire- suppression system, and partition assemblies.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements apply for
product selection:
1. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the products specified.
2. Products: Subject to compliance with requirements, provide one of the products
specified.
3. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the manufacturers specified.
4. Manufacturers: Subject to compliance with requirements, provide products by the
manufacturers specified.
ACOUSTICAL PANEL CEILINGS 09511-3
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 0410812005
CONTRACT #3461, PLAN #P-51 89-S
2.2 ACOUSTICAL PANELS, GENERAL
A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated
that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical
ratings, and light reflectances, unless otherwise indicated.
1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of
test specimen is 15 -3/4 inches (400 mm) away from test surface per ASTM E 795.
B. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each
product type.
1. Where appearance characteristics of acoustical panels are indicated by referencing
pattern designations in ASTM E 1264 and not manufacturers' proprietary product
designations, provide products selected by Architect from each manufacturer's full range
that comply with requirements indicated for type, pattern, color, light reflectance,
acoustical performance, edge detail, and size.
C. Coating -Based Antimicrobial Treatment: Provide acoustical panels with face and back surfaces
coated with antimicrobial treatment consisting of manufacturer's standard formulation with
fungicide added to inhibit growth of mold and mildew and showing no mold or mildew growth
when tested according to ASTM D 3273.
2.3 MINERAL -BASE ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING
A. Basis of Design Product:
1. Manufacturer: Armstrong World Industries
1 Product Name: Ultima Vector, 1920, Fine Texture HumiGuard Plus.
B. Classification: Provide UL Class A panels complying with ASTM E 1264 for type, form, and
pattern as follows:
1. Type: Type IV, mineral base with membrane -faced overlay.
2. Form: Form 2.
3. Pattern: E (lightly textured)
C. Color: White
D. LR: Not less than 0.90 per ASTM E 1264.
E. NRC: Not less than 0.90 per ASTM E 1264.
F. CAC: Not less than 33 per ASTM C 1414.
G. Edge Detail: Vector for interface with Prelude ML 15116 inch Exposed Tee.
H. Thickness: 34 inch (19 mm)
I. Size: 24 by 24 inches (610 by 610 mm)
J. Antimicrobial Treatment: Coating based.
ACOUSTICAL PANEL CEILINGS 09511-4
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
K. Humidity Resistance: HumiGuard Plus panels to resist sag induced by humidity.
2.4 METAL SUSPENSION SYSTEMS, GENERAL
A. Metal Suspension System Standard: Provide manufacturer's standard direct -hung metal
suspension systems of types, structural classifications, and finishes indicated that comply with
applicable requirements in ASTM C 635.
B. Finishes and Colors, General: Comply with NAAMM's "Metal Finishes Manual for Architectural
and Metal Products" for recommendations for applying and designating finishes. Provide
manufacturer's standard factory- applied finish for type of system indicated.
1. High Humidity Finish: Comply with ASTM C 635 requirements for "Coating Classification
for Severe Environment Performance" where high- humidity finishes are indicated.
C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1,
"Direct Hung," unless otherwise indicated.
D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements:
1. Zinc - Coated Carbon -Steel Wire: ASTM A 641/A 641 M, Class 1 zinc coating, soft temper.
2. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635,
Table 1, "Direct Hung ") will be less than yield stress of wire, but provide not less that 12
ga. 0.106 inch (2.69 mm) diameter wire.
E. Seismic Struts: Compression struts designed to accommodate seismic forces.
2.5 METAL SUSPENSION SYSTEM FOR ACOUSTICAOL PANEL CEILING
A. Basis of Design Product:
1. Manufacturer: Armstrong World Industries.
2. Product Name: Prelude XL 15/16 inch Exposed Tee System.
B. Wide -Face, Capped, Double -Web, Steel Suspension System: Main and cross runners roll
formed from cold -rolled steel sheet, hot -dip galvanized according to ASTM A 653 /A 653M, not
less than G30 (Z90) coating designation, with pre- finished 15116 -inch (24 -mm) wide metal caps.
1. Structural Classification: Heavy -duty system (16 pounds / linear foot minimum).
a. Main Beams: 7301
b. Cross Tee: XL7323
C. Molding: 7809
2. End Condition of Cross Runners: Override (stepped) or butt-edge type.
3. Face Design: Flat, flush.
4. Cap Material: Steel cold- rolled sheet.
5. Cap Finish: Painted white.
ACOUSTICAL PANEL CEILINGS 09511-5
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, including structural framing to which acoustical
panel ceilings attach or abut, with Installer present, for compliance with requirements specified
in this and other Sections that affect ceiling installation and anchorage and with requirements
for installation tolerances and other conditions affecting performance of acoustical panel
ceilings.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at
opposite edges of each ceiling. Avoid using less- than - half -width panels at borders, and comply
with layout shown on reflected ceiling plans.
3.3 INSTALLATION, GENERAL
A. General: Install acoustical panel ceilings to comply with ASTM C 636 and seismic requirements
indicated, per manufacturer's written instructions and CISCA's "Ceiling Systems Handbook."
B. Suspend ceiling hangers from building's structural members and as follows:
1. Install hangers plumb and free from contact with insulation or other objects within ceiling
plenum that are not part of supporting structure or of ceiling suspension system.
2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces
by bracing, counter - splaying, or other equally effective means.
3. Splay hangers only where required and, if permitted with fire - resistance -rated ceilings, to
miss obstructions; offset resulting horizontal forces by bracing, counter - splaying, or other
equally effective means.
4. Where width of ducts and other construction within ceiling plenum produces hanger
spacings that interfere with location of hangers at spacings required to support standard
suspension system members, install supplemental suspension members and hangers in
form of trapezes or equivalent devices. Size supplemental suspension members and
hangers to support ceiling loads within performance limits established by referenced
standards and publications.
5. Secure wire hangers to ceiling suspension members and to supports above with a
minimum of three tight turns. Connect hangers directly either to structures or to inserts,
eye screws, or other devices that are secure and appropriate for substrate and that will
not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures.
6. Secure flat, angle, channel, and rod hangers to structure, including intermediate framing
members, by attaching to inserts, eye screws, or other devices that are secure and
appropriate for both structure to which hangers are attached and type of hanger involved.
Install hangers in a manner that will not cause them to deteriorate or fail due to age,
corrosion, or elevated temperatures.
7. Do not support ceilings directly from permanent metal forms or floor deck. Fasten
hangers to cast -in -place hanger inserts, post - installed mechanical or adhesive anchors,
or power- actuated fasteners that extend through forms into concrete.
8. Do not attach hangers to steel deck tabs.
ACOUSTICAL PANEL CEILINGS 09511-6
CITY OF NEWPORT BEAC • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
9. Do not attach hangers to steel roof deck. Attach hangers to structural members.
10. Space hangers not more than 48 inches (1200 mm) o.c. along each member supported
directly from hangers, unless otherwise indicated; provide hangers not more than 8
inches (200 mm) from ends of each member.
C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four
tight turns. Suspend bracing from building's structural members as required for hangers,
without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing
wires into concrete with cast -in -place or post - installed anchors.
D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and
where necessary to conceal edges of acoustical panels.
1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of
moldings before they are installed.
2. Screw attach moldings to substrate at intervals not more than 16 inches (400 mm) o.c.
and not more than 3 inches (75 mm) from ends, leveling with ceiling suspension system
to a tolerance of 1/8 inch in 12 feet (3.2 mm in 3.66 m). Miter corners accurately and
connect securely.
3. Do not use exposed fasteners, including pop rivets, on moldings and trim.
E. Install suspension system runners so they are square and securely interlocked with one
another. Remove and replace dented, bent, or kinked members.
F. Install acoustical panels with undamaged edges and fit accurately into suspension system
runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a
neat, precise Fit.
Arrange directionally patterned acoustical panels as follows
a. . As indicated on reflected ceiling plans.
b. Install panels with pattern running in one direction parallel to long axis of space.
C. Install panels with pattern running in one direction parallel to short axis of space.
d. Install panels in a basket -weave pattem.
2. For square -edged panels, install panels with edges fully hidden from view by flanges of
suspension system runners and moldings.
3.4 CLEANING
A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and
suspension system members. Comply with manufacturer's written instructions for cleaning and
touchup of minor finish damage. Remove and replace ceiling components that cannot be
successfully cleaned and repaired to permanently eliminate evidence of damage.
END OF SECTION 09511
ACOUSTICAL PANEL CEILINGS 09511-7
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 09653 - RESILIENT WALL BASE AND ACCESSORIES
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Wall base.
2. Stair accessories.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples for Initial Selection: For each type of product indicated.
C. Samples for Verification: For each type of product indicated, in manufacturer's
standard -size Samples but not less than 12 inches (300 mm) long, of each resilient
product color, texture, and pattern required.
1.4 QUALITY ASSURANCE
A. Fire- Test - Response Characteristics: Provide resilient stair accessories with a critical
radiant flux classification of Class I, not less than 0.45 W /sq. cm, as determined by
testing identical products per ASTM E 648 by a testing and inspecting agency
acceptable to authorities having jurisdiction.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Store resilient products and installation materials in dry spaces protected from the
weather, with ambient temperatures maintained within range recommended by
manufacturer, but not less than 50 deg F (10 deg C) or more than 90 deg F (32 deg C).
RESILIENT WALL BASE AND ACCESSORIES 09653-1
CITY OF NEWPORT BEAA
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
1.6 PROJECT CONDITIONS
RJC NO. 0223
04/08/2005
A. Maintain temperatures within range recommended by manufacturer, but not less than
70 deg F (21 deg C) or more than 95 deg F (35 deg C) , in spaces to receive floor tile
during the following time periods:
1. 48 hours before installation.
2. During installation.
3. 48 hours after installation.
B. After postinstallation period, maintain temperatures within range recommended by
manufacturer, but not less than 55 deg F (13 deg C) or more than 95 deg F (35 deg C).
C. Install resilient products after other finishing operations, including painting, have been
completed.
1.7 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing
contents.
1. Furnish not less than 10 linear feet (3 linear m) for every 500 linear feet (150
linear m) or fraction thereof, of each type, color, pattern, and size of resilient
product installed.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other Part 2
articles.
B. Products: Subject to compliance with requirements, provide one of the products listed
in other Part 2 articles.
2.2 COLORS AND PATTERNS
A. Colors and Patterns: As selected by Architect from manufacturer's full range.
2.3 RESILIENT WALL BASE
A. Wall Base: ASTM F -1861 Type TP.
RESILIENT WALL BASE AND ACCESSORIES
09653-2
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
1. Armstrong World Industries, Inc.
2. Azrock Commercial Flooring, DOMCO.
3. Burke Mercer Flooring Products.
4. Endure.
5. Johnsonite.
6. Marley Flexco (USA), Inc..
7. Mondo Rubber International, Inc..
8. Nora Rubber Flooring, Freudenberg Building Systems, Inc.
9. Roppe Corporation.
B. Type (Material Requirement): TP (rubber, thermoplastic)
C. Group (Manufacturing Method): I (solid, homogeneous).
D. Style: Cove (with top -set toe) at concrete and Straight (toeless) at carpet.
E. Minimum Thickness: 0.125 inch (3.2 mm).
F. Height: 4 inches (102 mm).
G. Lengths: Cut lengths 48 inches (1219 mm) long or coils in manufacturer's standard
length].
H. Outside Comers: Job formed or premolded.
I. Inside Comers: Job formed or premolded.
J. Surface: Smooth.
2.4 RESILIENT STAIR ACCESSORIES
A. Stringers: FS RR -T -650.
1. Burke Mercer Flooring Products.
2. Endura.
3. Johnsonite.
4. Marley Flexco (USA), Inc.
5. Mondo Rubber International, Inc.
6. Nora Rubber Flooring, Freudenberg Building Systems, Inc.
7. Roppe Corporation.
B. Material: Rubber, Composition A.
C. Thickness: .100 (2.54 mm)
D. Stringers: Cut height and length to fit risers and treads and to cover stair stringers;
produced by same manufacturer wall base.
E. Trowelable Leveling and Patching Compounds: Latex - modified, portland cement
based or blended hydraulic cement based formulation provided or approved by resilient
product manufacturers for applications indicated.
RESILIENT WALL BASE AND ACCESSORIES 09653-3
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
F. Adhesives: Water - resistant type recommended by manufacturer to suit resilient
products and substrate conditions indicated.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Installer present, for compliance with requirements for
installation tolerances, moisture content, and other conditions affecting performance.
1. Verify that finishes of substrates comply with tolerances and other requirements
specified in other Sections and that substrates are free of cracks, ridges,
depressions, scale, and foreign deposits that might interfere with adhesion of
resilient products.
2. Proceed with installation only after unsatisfactory conditions have been
corrected.
3.2 PREPARATION
A. Prepare substrates according to manufacturer's written recommendations to ensure
adhesion of resilient products.
B. Remove substrate coatings and other substances that are incompatible with adhesives
and that contain soap, wax, oil, or silicone, using mechanical methods recommended
by manufacturer. Do not use solvents.
C. Use trowelable leveling and patching compound to fill cracks, holes, and depressions
in substrates.
D. Move resilient products and installation materials into spaces where they will be
installed at least 48 hours in advance of installation.
1. Do not install resilient products until they are the same temperature as the space
where they are to be installed.
E. Sweep and vacuum clean substrates to be covered by resilient products immediately
before installation. After cleaning, examine substrates for moisture, alkaline salts,
carbonation, and dust. Proceed with installation only after unsatisfactory conditions
have been corrected.
3.3 RESILIENT WALL BASE INSTALLATION
A. Apply wall base to walls, columns, pilasters, casework and cabinets in toe spaces, and
other permanent fixtures in rooms and areas where base is required.
B. Install wall base in lengths as long as practicable without gaps at seams and with tops
of adjacent pieces aligned.
RESILIENT WALL BASE AND ACCESSORIES 09653-4
CITY OF NEWPORT BEACO 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. Tightly adhere wall base to substrate throughout length of each piece, with base in
continuous contact with horizontal and vertical substrates.
D. Do not stretch wall base during installation.
E. On masonry surfaces or other similar irregular substrates, fill voids along top edge of
wall base with manufacturer's recommended adhesive filler material.
F. Premolded Corners: Install premolded corners before installing straight pieces.
G. Job - Formed Corners:
1. Outside Corners: Use straight pieces of maximum lengths possible. Form
without producing discoloration (whitening) at bends. Shave back of base at
points where bends occur and remove strips perpendicular to length of base that
are only deep enough to produce a snug fit without removing more than half the
wall base thickness.
2. Inside Comers: Use straight pieces of maximum lengths possible. Form by.
cutting an inverted V- shaped notch in toe of wall base at the point where corner
is formed. Shave back of base where necessary to produce a snug fit to
substrate.
3.4 CLEANING AND PROTECTION
A. Perform the following operations immediately after completing resilient product
installation:
1. Remove adhesive and other blemishes from exposed surfaces.
2. Sweep and vacuum surfaces thoroughly.
3. Damp -mop surfaces to remove marks and soil.
a. Do not wash surfaces until after time period recommended by
manufacturer.
B. Protect resilient products from mars, marks, indentations, and other damage from
construction operations and placement of equipment and fixtures during remainder of
construction period. Use protection methods recommended in writing by manufacturer.
Apply protective floor polish to stair accessory surfaces that are free from soil,
visible adhesive, and surface blemishes if recommended in writing by
manufacturer.
a. Use commercially available product acceptable to manufacturer.
b. Coordinate selection of floor polish with Owner's maintenance service.
2. Cover stair accessory products with undyed, untreated building paper until
Substantial Completion.
3. Do not move heavy and sharp objects directly over stair accessories. Place
plywood or hardboard panels over surfaces and under objects while they are
being moved. Slide or roll objects over panels without moving panels.
RESILIENT WALL BASE AND ACCESSORIES 09653-5
CITY OF NEWPORT BEACS RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
END OF SECTION 09653
RESILIENT WALL BASE AND ACCESSORIES 09653-6
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 09815 — HI -BUILD ANTI GRAFFITI GLAZED COATINGS FOR EXTERIOR CONCRETE
BLOCK
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SCOPE
A. Work of this section includes everything necessary for or incidental to completing Hi -Build Anti
Graffiti Glazed Coatings for exterior concrete block work, except as herein specifically excluded.
1.3 SUBMITTALS
A. Submit Manufacturer's Application Instructions, text reports, and samples for approval by the
Architect.
B. Submit samples of the specified finish applied to a single unit sample of each concrete block
color and texture specked in the project for approval by the Architect.
C. Color: Manufacturers Clear. Colorless finish.
1.4 PRODUCT HANDLING
A. Delivery and Storage of Materials: Deliver all materials in their original packages with seals
unbroken, with manufacturers name and product identification clearly legible on each package.
Store to preclude entry of moisture or damage from any source.
1.5 ENVIRONMENTAL CONDITIONS
A. Field Conditions: Verify actual field conditions. Inspect related work and adjacent surfaces.
Report all conditions which prevent proper execution of this work, to the Construction Manager.
B. Do not apply coatings in damp or rainy weather. Do not apply coatings at temperatures below
. 40 degrees Farenheit or aboe 110 degrees Farenheit.
1.6 WARRANTY
A. Provide a two-year written warranty against defects in materials and workmanship. Warranty
shall begin on date of final acceptance of the project.
HI -BUILD ANTI GRAFFITI GLAZED COATINGS 09815-1
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MANUFACTURER
A. Vitrooem as manufactured by Bithell, Inc., 1004 East Edna Place, Covina, California 91724.
Telephone (626) 331 -2292 and Fax (626) 339 -4588. See www.vitrocem.com.
B. Materials meeting these requirements produced by manufacturers other than those named, may
be substituted provided prior architectural approval is obtained in writing ten (10) days prior to
bid date. No substitutions will be allowed without prior approval. The decision of the architect
shall be final.
C. Coating System: Anti Graffiti Glazed Coating System for Exterior Concrete Block.
2.2 MATERIALS
A. Polyester Filler
B. Polyester Enamel
PART 3 - EXECUTION
3.1 SURFACE PREPARATION
A. Ascertain that surfaces to be coated are in proper condition to receive hi -build glazed coatings.
Report all unsatisfactory surfaces to Construction Manager in writing.
B. Mask to protect uncoated adjacent surfaces.
C. Repair minor surface damage.
D. Check for moisture, or excessive alkali. Correct as required.
3.2 MATERIAL PREPARATION
A. Vitrocem Polyester Coatings require the addition of a catalyst just prior to use. Atmospheric
conditions affect the curing. Follow manufacturer's printed directions regarding catalyst
concentrations at varying temperatures.
3.3 APPLICATION
A. Apply coatings to surfaces in accordance with manufacturer's instructions.
1. Apply the first coat of Vitrocem Polyester filler by roller at an approximate rate of 100
square feet per gallon.
2. Apply a second coat of Vitrocem Pllyester filler at an approximate rate of 200 square feet
per gallon.
HI -BUILD ANTI GRAFFITI GLAZED COATINGS 09815-2
CITY OF NEWPORT BEACI • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5 '
3.4 CLEANING
A. As the work proceeds, and upon completion, promptly remove coating material where spilled,
splashed or splattered.
B. During progress of work, keep premises free from any unnecessary accumulation of tools,
equipment, surplus materials and debris.
C. Upon completion of work, leave premises neat and clean, to the satisfaction of the Architect.
END OF SECTION 09815
HI -BUILD ANTI GRAFFITI GLAZED COATINGS 09815-3
CITY OF NEWPORT BEACO •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -51895
SECTION 09912 - PAINTING (PROFESSIONAL LINE PRODUCTS)
PART 1- GENERAL
1.1 RELATED DOCUMENTS
RJC NO. 0223
04/08/2005
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes surface preparation and field painting of exposed exterior and interior
items and surfaces.
1. Surface preparation, priming, and finish coats specified in this Section are in addition to
shop priming and surface treatment specified in other Sections.
B. Paint exposed surfaces, except where these Specifications indicate that the surface or material
is not to be painted or is to remain natural. If an item or a surface is not specifically mentioned,
paint the item or surface the same as similar adjacent materials or surfaces. If a color of finish
is not indicated, Architect will select from standard colors and finishes available.
1. Painting includes field painting of exposed bare and covered pipes and ducts (including
color coding), hangers, exposed steel and iron supports, and surfaces of mechanical and
electrical equipment that do not have a factory- applied final finish.
C. Do not paint pre - finished items, concealed surfaces, finished metal surfaces, operating parts,
and labels.
1. Pre - finished items include the following factory- finished components:
a. Architectural woodwork.
b. Finished mechanical and electrical equipment.
C. Light fixtures.
2. Concealed surfaces include walls or ceilings in the following generally inaccessible
spaces:
a. Furred areas.
b. Ceiling plenums.
3. Finished metal surfaces include the following:
a. Anodized aluminum.
b. Stainless steel.
C. Bronze and brass.
d. Copper
4. Operating parts include moving parts of operating equipment and the following:
a. Valve and damper operators.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-1
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
b. Linkages.
C. Sensing devices.
d. Motor and fan shafts.
5. Labels: Do not paint over UL, FMG, or other code- required labels or equipment name,
identification, performance rating, or nomenclature plates.
D. Related Sections include the following:
1. Division 5 Section "Metal Fabrications" for shop priming ferrous metal.
2. Division 6 Section 'Interior Architectural Woodwork' for shop priming interior architectural
woodwork.
3. Division 8 Section "Stainless Steel Doors and Frames" for factory priming steel doors and
frames.
4. Division 9 Section "Gypsum Board Assemblies" for surface preparation of gypsum board.
1.3 DEFINITIONS
A. General: Standard coating terms defined in ASTM D 16 apply to this Section.
1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at
an 85- degree meter.
2. Eggshell refers to low -sheen finish with a gloss range between 20 and 35 when
measured at a 60- degree meter.
3. Semi -gloss refers to medium -sheen finish with.a gloss range between 35 and 70 when
measured at a 60- degree meter.
4. Full gloss refers to high -sheen finish with a gloss range more than 70 when measured at
a 60- degree meter.
1.4 SUBMITTALS
A. Product Data: For each paint system indicated. Include block fillers and primers.
1. Material List: An inclusive list of required coating materials. Indicate each material and
cross - reference specific coating, finish system, and application. Identify each material by
manufacturer's catalog number and general classification.
2. Manufacturer's Information: Manufacturer's technical information, including label analysis
and instructions for handling, storing, and applying each coating material.
B. Samples for Initial Selection: For each type of finish -coat material indicated.
1. After color selection, Architect will furnish color chips for surfaces to be coated.
C. Samples for Verification: For each color and material to be applied, with texture to simulate
actual conditions, on representative Samples of the actual substrate.
1. Provide stepped Samples, defining each separate coat, including block fillers and
primers. Use representative colors when preparing Samples for review. Resubmit until
required sheen, color, and texture are achieved.
2. Provide a list of materials and applications for each coat of each Sample. Label each
Sample for location and application.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-2
CITY OF NEWPORT BEACD • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 93461, PLAN #P- 5189 -S
3. Submit 4 Samples on the following substrates for Architect's review of color and texture
only:
a. Painted Wood: 8 -inch- (200 -mm -) square Samples for each color and material on
hardboard.
b. Stained or Natural Wood: 4- by- 8-inch (100 -by- 200 -mm) Samples of natural- or
stained -wood finish on representative surfaces.
C. Ferrous Metal: 3 -inch- (75 -mm -) square Samples of flat metal and 6 -inch- (150 -
mm-) long Samples of solid metal for each color and finish.
D. Qualification Data: For Applicator.
1.5 QUALITY ASSURANCE
A. Applicator Qualifications: A firm or individual experienced in applying paints and coatings
similar in material, design, and extent to those indicated for this Project, whose work has
resulted in applications with a record of successful in- service performance.
B. Source Limitations: Obtain primers for each coating system from the same manufacturer as the
finish coats.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to Project site in manufacturer's original, unopened packages and containers
bearing manufacturer's name and label and the following information:
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
4. Contents by volume, for pigment and vehicle constituents.
5. Thinning instructions.
6. Application instructions.
7. Color name and number.
8. VOC content.
B. Store materials not in use in tightly covered containers in a well- ventilated area at a minimum
ambient temperature of 45 deg F (7 deg C). Maintain storage containers in a clean condition,
free of foreign materials and residue.
1. Keep storage area neat and orderly. Remove oily rags and waste daily.
1.7 PROJECT CONDITIONS
A. Apply waterborne paints only when temperatures of surfaces to be painted and surrounding air
are between 50 and 90 deg F (10 and 32 deg C).
B. Apply solvent - thinned paints only when temperatures of surfaces to be painted and surrounding
air are between 45 and 95 deg F (7 and 35 deg C).
C. Do not apply paint in rain, fog, or mist; or when relative humidity exceeds 85 percent; or at
temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-3
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Painting may continue during inclement weather if surfaces and areas to be painted are
enclosed and heated within temperature limits specified by manufacturer during
application and drying periods.
1.8 EXTRA MATERIALS
A. Furnish extra paint materials from the same production run as the materials applied and in the
quantities described below. Package with protective covering for storage and identify with
labels describing contents. Deliver extra materials to Owner.
Quantity: Furnish Owner with an additional 1 gal. (3.8 L), of each material and color
applied.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other Part 2 articles.
B. Products: Subject to compliance with requirements, provide one of the products listed in other
Part 2 articles.
C. Manufacturers' Names: Shortened versions (shown in parentheses) of the following
manufacturers' names are used in other Part 2 articles:
1. Benjamin Moore & Co. (Benjamin Moore).
2. Coronado Paint Company (Coronado).
3. ICI Dulux Paint Centers (ICI Dulux Paints).
4. Kelly -Moore Paint Co. (Kelly- Moore).
5. M, A. Bruder & Sons, Inc. (M. A'. B. Paint).
6. 'PPG Industries, Inc. (Pittsburgh Paints).
7. Sherwin- Williams Co. (Sherwin- Williams).
2.2 PAINT MATERIALS, GENERAL
A. Material Compatibility: Provide block fillers, primers, and finish -coat materials that are
compatible with one another and with the substrates indicated under conditions of service and
application, as demonstrated by manufacturer based on testing and field experience.
B. Material Quality: Provide manufacturer's best - quality paint material of the various coating types
specified that are factory formulated and recommended by manufacturer for application
indicated. Paint - material containers not displaying manufacturer's product identification will not
be acceptable.
Proprietary Names: Use of manufacturer's proprietary product names to designate colors
or materials is not intended to imply that products named are required to be used to the
exclusion of equivalent products of other manufacturers. Furnish manufacturer's material
data and certificates of performance for proposed substitutions.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-4
CITY OF NEWPORT BEACS
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
C. Colors: As selected by Architect from manufacturer's full range
RJC NO. 0223
04/08/2005
2.3 EXTERIOR PRIMERS
A. Exterior Ferrous -Metal Primer: Factory- formulated rust - inhibitive metal primer for exterior
application.
1. Benjamin Moore; Moore's IMC Alkyd Metal Primer No. M06: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
2. Coronado; 35 -147 Rust Scat Alkyd Metal Primer: Applied at a dry film thickness of not
less than 2.0 mils (0.051 mm).
3. ICI Dulux Paints; 4160 -XXXX Devguard Multi- Purpose Tank & Structural Primer. Applied
at a dry film thickness of not less than 2.0 mils (0.051 mm).
4. Kelly- Moore; 1711 Kel -Guard Alkyd White Rust Inhibitive Primer: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
5. Kelly- Moore; 5725 DTM- Acrylic Metal Primer: Applied at a dry film thickness of not less
than 1.8 mils (0.048 mm).
6. M. A. B. Paint; Rust -O- Lastic Anti - Corrosive Primer 073 -132: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
7. Pittsburgh Paints; 90 -712 Pitt-Tech One Pack Interior /Exterior Primer Finish DTM
Industrial Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm).
8. Sherwin- Williams; Kern Kromik Universal Metal Primer B50NZ6 /B50WZ1: Applied at a
dry film thickness of not less than 3.0 mils (0.076 mm).
B. Exterior Galvanized Metal Primer: Factory- formulated galvanized metal primer for exterior
application.
1. Benjamin Moore; Moore's IMC Acrylic Metal Primer No. M04: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
2. Coronado; 36 -11 Rust Scat Latex Metal Primer: Applied at a dry film thickness of not
less than 1.4 mils (0.036 mm).
3. ICI Dulux Paints; 4020 -XXXX Devflex DTM Flat InteriodExterior Waterbome Primer &
Finish: Applied at a dry film thickness of not less than 2.2 mils (0.056 mm).
4. ICI Dulux Paints; 4160 -XXXX Devguard Multi- Purpose Tank & Structural Primer: Applied
at a dry film thickness of not less than 2.0 mils (0.051 mm).
5. Kelly- Moore; 1722 Kel -Guard Acrylic Galvanized Iron Primer: Applied at a dry film
thickness of not less than 1.8 mils (0.046 mm).
6. Kelly- Moore; 5725 DTM - Acrylic Metal Primer: Applied at a dry film thickness of not less
than 1.8 mils (0.046 mm).
7. M. A. B. Paint; Rust -O- Lastic Hydro -Prime II Acrylic (DTM) Maintenance Primer 073 -189:
Applied at a dry film thickness of not less than 2.0 mils (0.051 mm).
8. Pittsburgh Paints; 90 -709 Pitt -Tech One Pack Interior /Exterior Primer /Finish DTM
Industrial Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm).
9. Sherwin- Williams; primer not required over this substrate.
10. Sherwin- Williams; Galvite HS Paint B50WZ3: Applied at a dry film thickness of not less
than 2.0 mils (0.051 mm).
2.4 INTERIOR PRIMERS
A. Interior Gypsum Board Primer: Factory- formulated latex -based primer for interior application.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-5
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
1. Benjamin Moore; Moorcraft Super Spec Latex Enamel Undercoater & Primer Sealer
No. 253: Applied at a dry film thickness of not less than 1.2 mils (0.030 mm).
2. Coronado; 40 -11 Super Kote 5000 Latex Primer - Sealer: Applied at a dry film thickness
of not less than 1.2 mils (0.030 mm).
3. ICI Dulux Paints; 1000 -1200 Dulux Ultra Basecoat Interior Latex Wall Primer: Applied at
a dry film thickness of not less than 1.2 mils (0.031 mm).
4. ICI Dulux Paints; 1030 -1200 Ultra -Hide PVA Interior Primer Sealer General Purpose Wall
Primer: Applied at a dry film thickness of not less than 1.9 mils (0.048 mm).
5. Kelly- Moore; 971 Acry -Prime Interior Latex Primer /Sealer: Applied at a dry film thickness
of not less than 1.6 mils (0.041 mm).
6. M. A. B. Paint; Fresh Kote Vinyl Primer 037 -100: Applied at a dry film thickness of not
less than 1.5 mils (0.038 mm).
7. Pittsburgh Paints; 6 -2 SpeedHide Interior Quick -Drying Latex Sealer: Applied at a dry
film thickness of not less than 1.0 mil (0.025 mm).
8. Sherwin - Williams; PrepRite 200 Latex Wall Primer B28W200 Series: Applied at a dry
film thickness of not less than 1.6 mils (0.041 mm).
B. Interior Wood Primer for Acrylic - Enamel and Semigloss Alkyd - Enamel Finishes: Factory-
formulated alkyd- or acrylic -latex -based interior wood primer.
1. Benjamin Moore; Moorcraft Super Spec Alkyd Enamel Underbody and Primer Sealer
No. 245: Applied at a dry film thickness of not less than 1.5 mils (0.038 mm).
2. Coronado; 78 -11 Super Kote 5000 Acrylic Enamel Undercoat: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
3. ICI Dulux Paints; 3210 -1200 Ultra -Hide Aquacrylic GRIPPER Stain Killer Primer Sealer:
Applied at a dry film thickness of not less than 1.8 mils (0.046 mm).
4. Kelly- Moore; 975 Acry Plex Interior Latex Enamel Undercoat: Applied at a dry film
thickness of not less than 1.6 mils (0.041 mm).
5. M. A. B. Paint; Rich Lux Latex Undercoat 037 -154: Applied at a dry film thickness of not
less than 1.5 mils (0.038 mm).
6. Pittsburgh Paints; 6 -855 SpeedHide Latex Enamel Undercoater: Applied at a dry film
thickness of not less than 1.0 mil (0.025 mm).
7. Sherwin - Williams; PrepRite Wall and Wood Primer B49W200Series: Applied at a dry
film thickness of not less than 1.6 mils (0.041 mm).
8. Sherwin- Williams; PrepRite Classic Interior Primer B28W101 Series: Applied at a dry
film thickness of not less than 1.6 mils (0.041 mm).
C. Interior Ferrous -Metal Primer: Factory- formulated quick -drying rust- inhibitive alkyd -based metal
primer.
1. Benjamin Moore; Moore's IMC Alkyd Metal Primer No. MO6: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
2. Coronado; 35 -147 Rust Scat Alkyd Metal Primer: Applied at a dry film thickness of not
less than 2.0 mils (0.051 mm).
3. ICI Dulux Paints; 4130 -6130 Devshield Rust Penetrating Metal Primer: Applied at a dry
film thickness of not less than 2.2 mils (0.056 mm).
4. ICI Dulux Paints; 4160 -6130 Devguard Multi- Purpose Tank & Structural Primer: Applied
at a dry film thickness of not less than 2.0 mils (0.051 mm).
5. Kelly- Moore; 1711 Kel -Guard Alkyd White Rust Inhibitive Primer: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
6. M. A. B. Paint; Rust- O -Lasbc Anti - Corrosive Primer 073 -132: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
7. Pittsburgh Paints; 90-709 Pitt-Tech One Pack Interior /Exterior Primer /Finish DTM
Industrial Enamel: Applied at a dry film thickness of not less than 1.5 mils (0.038 mm).
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-6
CITY OF NEWPORT BEACO 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04!0812005
CONTRACT #3461, PLAN #P- 5189 -5
8. Sherwin- Williams; Kern Kromik Universal Metal Primer B50NZ6 /B50WZ1: Applied at a
dry film thickness of not less than 3.0 mils (0.076 mm).
2.5 INTERIOR FINISH COATS
A. Interior Flat Acrylic Paint: Factory- formulated flat acrylio-emulsion latex paint for interior
application.
1. Benjamin Moore; Moorecraft Super Spec Latex Flat No. 275: Applied at a dry film
thickness of not less than 1.2 mils (0.031 mm).
2. Coronado; 28 Line Super Kote 5000 Latex Flat Paint: Applied at a dry film thickness of
not less than 1.2 mils (0.031 mm).
3. ICI Dulux Paints; 1200 -XXXX Dulux Professional Velvet Matte Interior Flat Latex Wall &
Trim Finish: Applied at a dry film thickness of not less than 1.4 mils (0.036 mm).
4. Kelly- Moore; 450 Pro -Wall Interior Flat Latex Wall Paint: Applied at a dry film thickness
of not less than 1.8 mils (0.046 mm).
5. M. A. B. Paint; Fresh Kote Latex Flat 402 Line: Applied at a dry film thickness of not less
than 1.5 mils (0.038 mm).
6. Pittsburgh Paints; 6 -70 Line SpeedHide Interior Wall Flat -Latex Paint: Applied at a dry
film thickness of not less than 1.0 mil (0.025 mm).
7. Sherwin - Williams; ProMar 200 Interior Latex Flat Wall Paint B30W200 Series: Applied at
a dry film thickness of not less than 1.4 mils (0.036 mm).
B. Interior Flat Latex - Emulsion Size: Factory - formulated flat latex -based interior paint.
1. Benjamin Moore; Moorecraft Super Spec Latex Flat No. 275: Applied at a dry film
thickness of not less than 1.2 mils (0.031 mm).
2. Coronado; 28 Line Super Kote 5000 Vinyl Latex Flat Wall: Applied at a dry film thickness
of not less than 1.2 mils (0.031 mm).
3. ICI Dulux Paints; 1200 -XXXX Dulux Professional Velvet Matte Interior Flat Latex Wall &
Trim Finish: Applied at a dry film thickness of not less than 1.4 mils (0.036 mm).
4. Kelly- Moore; 450 Pro -Wall Interior Flat Latex Wall Paint: Applied at a dry film thickness
of not less than 1.8 mils (0.046 mm).
5. M. A. B. Paint; Fresh Kote Latex Flat 402 Line: Applied at a dry film thickness of not less
than 1.5 mils (0.038 mm).
6. Pittsburgh Paints; 6-70 Line SpeedHide Interior Wall Flat -Latex Paint: Applied at a dry
film thickness of not less than 1.0 mil (0.025 mm).
7. Sherwin- Williams; ProMar 200 Interior Latex Flat Wall Paint B30W200 Series: Applied at
a dry film thickness of not less than 1.4 mils (0.036 mm).
C. Interior Low - Luster Acrylic Enamel: Factory - formulated eggshell acrylic-latex interior enamel.
1. Benjamin Moore; Moorcraft Super Spec Latex Eggshell Enamel No. 274: Applied at a
dry film thickness of not less than 1.3 mils (0.033 mm).
2. Coronado; 30 -Line Super Kote 5000 Latex Eggshell Enamel: Applied at a. dry film
thickness of not less than 1.3 mils (0.033 mm).
3. ICI Dulux Paints; 1402 -XXXX Dulux Professional Acrylic Eggshell Interior Wall & Trim
Enamel: Applied at a dry film thickness of not less than 1.4 mils (0.036 mm).
4. Kelly- Moore; 1610 Sat -N -Sheen interior Latex Low Sheen Wall and Trim Finish: Applied
at a dry film thickness of not less than 1.6 mils (0.041 mm).
5. Kelly- Moore; 1686 Dura -Poxy Eggshell Acrylic Enamel: Applied at a dry film thickness of
not less than 1.6 mils (0.041 mm).
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-7
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
6. M. A. B. Paint; Fresh Kote Latex Satin Eggshell Enamel 405 Line: Applied at a dry film
thickness of not less than 1.5 mils (0.038 mm).
7. Pittsburgh Paints; 6-400 Series SpeedHide Eggshell Acrylic Latex Enamel: Applied at a
dry film thickness of not less than 1.25 mils (0.032 mm).
8. Sherwin- Williams; ProMar 200 Interior Latex Egg -Shell Enamel B20W200 Series:
Applied at a dry film thickness of not less than 1.6 mils (0.041 mm).
D. Interior Semi -gloss Acrylic Enamel: Factory- formulated semigloss acrylic -latex enamel for
interior application.
1. Benjamin Moore; Moorcraft Super Spec Latex Semi -Gloss Enamel No. 276: Applied at a
dry film thickness of not less than 1.2 mils (0.031 mm).
2. Coronado; 32 -Line Super Kote 5000 Latex Semi -Gloss Enamel: Applied at a dry film
thickness of not less than 1.3 mils (0.033 mm).
3. ICI Dulux Paints; 1406 -XXXX Dulux Professional Acrylic Semi -Gloss Interior Wall & Trim
Enamel: Applied at a dry film thickness of not less than 1.5 mils (0.038 mm).
4. Kelly- Moore; 1649 Acrylic -Latex Semi -Gloss Enamel: Applied at a dry film thickness of
not less than 1.7 mils (0.043 mm).
5. Kelly- Moore; 1685 Dura -Poxy Semi -Gloss Acrylic Enamel: Applied at a dry film thickness
of not less than 1.5 mils (0.038 mm).
6. M. A. B. Paint; Fresh Kote Latex Semi -Gloss 410 Line: Applied at a dry film thickness of
not less than 1.5 mils (0.038 mm).
7. Pittsburgh Paints; 6 -500 Series SpeedHide Interior Semi -Gloss Latex: Applied at a dry
film thickness of not less than 1.0 mil (0.025 mm).
8. Sherwin- Williams; ProMar200 Interior Latex Semi -Gloss Enamel B31W200Series:
Applied at a dry film thickness of not less than 1.3 mils (0.033 mm).
E. Interior Semi -gloss Alkyd Enamel: Factory - formulated semi -gloss alkyd enamel for interior
application.
1. Benjamin Moore; Moorcraft Super Spec Alkyd Semi -Gloss Enamel No. 271: Applied at a
dry film thickness of not less than 1.4 mils (0.036 mm).
2. Coronado; 27 -Line Super Kote 5000 Alkyd Semi -Gloss Enamel: Applied at a dry film
thickness of not less than 2.0 mils (0.051 mm).
3. ICI Dulux Paints; 1516 -XXXX Ultra -Hide Alkyd Semi -Gloss Interior Wall & Trim Enamel:
Applied at a dry film thickness of not less than 1.7 mils (0.043 mm).
4. Kelly- Moore; 1630 -Kel -Cote Interior Alkyd Semi -Gloss Enamel: Applied at a dry film
thickness of not less than 2.2 mils (0.056 mm).
5. M. A. B. Paint; Fresh Kote Semi -Gloss 403 Line: Applied at a dry film thickness of not
less than 2.0 mils (0.051 mm).
6. Pittsburgh Paints; 6 -1110 Series SpeedHide Interior Enamel Wall & Trim Semi -Gloss Oil:
Applied at a dry film thickness of not less than 1.4 mils (0.036 mm).
7. Sherwin- Williams; ProMar 200 Interior Alkyd Semi -Gloss Enamel B34W200 Series:
Applied at a dry film thickness of not less than 1.7 mils (0.043 mm).
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Applicator present, for compliance with
requirements for paint application.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-8
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 43461, PLAN #P- 5189 -S
1. Proceed with paint application only after unsatisfactory conditions have been corrected
and surfaces receiving paint are thoroughly dry.
2. Start of painting will be construed as Applicator's acceptance of surfaces and conditions
within a particular area.
B. Coordination of Work: Review other Sections in which primers are provided to ensure
compatibility of the total system for various substrates. On request, furnish information on
characteristics of finish materials to ensure use of compatible primers.
Notify Architect about anticipated problems when using the materials specified over
substrates primed by others.
3.2 PREPARATION
A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting
fixtures, and similar items already installed that are not to be painted. If removal is impractical
or impossible because of size or weight of the item, provide surface - applied protection before
surface preparation and painting.
After completing painting operations in each space or area, reinstall items removed using
workers skilled in the trades involved.
B. Cleaning: Before applying paint or other surface treatments, clean substrates of substances
that could impair bond of the various coatings. Remove oil and grease before cleaning.
Schedule cleaning and painting so dust and other contaminants from the cleaning
process will not fall on wet, newly painted surfaces.
C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's
written instructions for each particular substrate condition and as specified.
1. Provide barrier coats over incompatible primers or remove and re- prime.
2. Cementitious Materials: Prepare concrete, concrete unit masonry, cement plaster, and
mineral- fiber - reinforced cement panel surfaces to be painted. Remove efflorescence,
chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze.
If hardeners or sealers have been used to improve curing, use mechanical methods of
surface preparation.
a. Use abrasive blast-cleaning methods if recommended by paint manufacturer.
b. Determine alkalinity and moisture content of surfaces by performing appropriate
tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and
burn, correct this condition before application. Do not paint surfaces if moisture
content exceeds that permitted in manufacturer's written instructions.
C. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or
other etching cleaner. Flush the floor with clean water to remove acid, neutralize
with ammonia, rinse, allow to dry, and vacuum before painting.
3. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral
spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.
a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white
shellac or other recommended knot sealer before applying primer. After priming,
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912 - 9
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand
smooth when dried.
b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges,
ends, faces, undersides, and back sides of wood, including cabinets, counters,
cases, and paneling.
C. If transparent finish is required, backprime with spar varnish.
d. Backprime paneling on interior partitions where masonry, plaster, or other wet wall
construction occurs on back side.
e. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of
varnish or sealer immediately on delivery.
4. Ferrous Metals: Clean un- galvanized ferrous -metal surfaces that have not been shop
coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use
solvent or mechanical cleaning methods that comply with SSPC's recommendations.
a. Blast steel surfaces clean as recommended by paint system manufacturer and
according to SSPC -SP 6 1NACE No. 3
b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash
coat before priming.
C. Touch up bare areas and shop - applied prime coats that have been damaged.
Wire - brush, clean with solvents recommended by paint manufacturer, and touch
up with same primer as the shop coat.
5. Galvanized Surfaces: Clean galvanized surfaces with non - petroleum -based solvents so
surface is free of oil and surface contaminants. Remove pretreatment from galvanized
sheet metal fabricated from coil stock by mechanical methods.
D. Material Preparation: Mix and prepare paint materials according to manufacturer's written
instructions.
1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign
materials and residue.
2. Stir material before application to produce a mixture of uniform density. Stir as required
during application. Do not stir surface film into material. If necessary, remove surface
film and strain material before using.
3. Use only thinners approved by paint manufacturer and only within recommended limits.
E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple
coats of same material are applied. Tint undercoats to match the color of the finish coat, but
provide sufficient differences in shade of undercoats to distinguish each separate coat.
3.3 APPLICATION
A. General: Apply paint according to manufacturer's written instructions. Use applicators and
techniques best suited for substrate and type of material being applied.
1. Paint colors, surface treatments, and finishes are indicated in the paint schedules.
2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
detrimental to formation of a durable paint film.
3. Provide finish coats that are compatible with primers used.
4. The term "exposed surfaces" includes areas visible when permanent or built -in fixtures,
grilles, convector covers, covers for finned -tube radiation, and similar components are in
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-10
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 /08/2005
CONTRACT #3461, PLAN #P- 5189 -S
place. Extend coatings in these areas, as required, to maintain system integrity and
provide desired protection.
5. Paint surfaces behind movable equipment and furniture the same as similar exposed
surfaces. Before final installation of equipment,. paint surfaces behind permanently fixed
equipment or furniture with prime coat only.
6. Paint interior surfaces of ducts with a flat, non - specular black paint where visible through
registers or grilles.
7. Paint back sides of access panels and removable or hinged covers to match exposed
surfaces.
B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or
otherwise prepared for painting as soon as practicable after preparation and before subsequent
surface deterioration.
1. The number of coats and film thickness required are the same regardless of application
method. Do not apply succeeding coats until previous coat has cured as recommended
by manufacturer. If sanding is required to produce a smooth, even surface according to
manufacturer's written instructions, sand between applications.
2. Omit primer over metal surfaces that have been shop primed and touchup painted.
3. If undercoats, stains, or other conditions show through final coat of paint, apply additional
coats until paint film is of uniform finish, color, and appearance. Give special attention to
ensure that edges, corners, crevices, welds, and exposed fasteners receive a dry film
thickness equivalent to that of flat surfaces.
4. Allow sufficient time between successive coats to permit proper drying. Do not recoat
surfaces until paint has dried to where it feels firm, and does not deform or feel sticky
under moderate thumb pressure, and until application of another coat of paint does not
cause undercoat to lift or lose adhesion.
C. Application Procedures: 'Apply paints and coatings by brush, roller, spray, or other applicators
according to manufacturer's written instructions.
1. Brushes: Use brushes best suited for type of material applied. Use brush of appropriate
size for surface or item being painted.
2. Rollers: Use rollers of carpet, velvet -back, or high -pile sheep's wool as recommended by
manufacturer for material and texture required.
3. Spray Equipment: Use airless spray equipment with orifice size as recommended by
manufacturer for material and texture required.
D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's
recommended spreading rate to achieve dry film thickness indicated. Provide total dry film
thickness of the entire system as recommended by manufacturer.
E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items
exposed in equipment rooms and occupied spaces.
F. Mechanical items to be painted include, but are not limited to, the following:
1. Un- insulated metal piping.
2. Un- insulated plastic piping.
3. Pipe hangers and supports.
4. Tanks that do not have factory- applied final finishes.
5. Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and
outlets.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-11
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
6. Duct, equipment, and pipe insulation having "all- service jacket" or other paintable jacket
material.
7. Mechanical equipment that is indicated to have a factory- primed finish for field painting.
G. Electrical items to be painted include, but are not limited to, the following:
Electrical equipment that is indicated to have a factory- primed finish for field painting.
H. Prime Coats: Before applying finish coats, apply a prime coat, as recommended by
manufacturer, to material that is required to be painted or finished and that has not been prime
coated by others. Recoat primed and sealed surfaces where evidence of suction spots or
unsealed areas in first coat appears, to ensure a finish coat with no burn - through or other
defects due to insufficient sealing.
Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish,
or repaint work not complying with requirements.
3.4 FIELD QUALITY CONTROL
A. Owner reserves the right to invoke the following test procedure at any time and as often as
Owner deems necessary during the period when paint is being applied:
Owner may direct Contractor to stop painting if test results show material being used
does not comply with specified requirements. Contractor shall remove non - complying
paint from Project site, pay for testing, and repaint surfaces previously coated with the
non - complying paint. If necessary, Contractor may be required to remove non - complying
paint from previously painted surfaces if, on repainting with specified paint, the two
coatings are incompatible.
15 CLEANING
A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded
paint materials from Project site.
After completing painting, clean glass and paint - spattered surfaces. Remove spattered
paint by washing and scraping without scratching or damaging adjacent finished
surfaces.
3.6 PROTECTION
A. Protect work of other trades, whether being painted or not, against damage from painting.
Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect.
B. Provide 'Wet Paint" signs to protect newly painted finishes. After completing painting
operations, remove temporary protective wrappings provided by others to protect their work.
After work of other trades is complete, touch up and restore damaged or defaced painted
surfaces. Comply with procedures specified in PDCA P1.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-12
CITY OF NEWPORT BEACP • RJC NO.0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
3.7 EXTERIOR PAINT SCHEDULE
A. Smooth Wood: Provide the following finish systems over smooth wood siding, wood trim, and
other smooth exterior wood surfaces:
1. Flat Acrylic Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior flat acrylic paint.
2. Low - Luster Acrylic Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior low- luster acrylic paint.
3. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior semi -gloss acrylic enamel.
B. Wood Trim: Provide the following finish systems over exterior wood trim:
1. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior semi -gloss acrylic enamel.
C. Plywood: Provide the following finish systems over exterior plywood:
1. Flat Acrylic Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior flat acrylic paint.
2. Low- Luster Finish: Two finish coats over a primer.
a. Primer: Exterior wood primer for acrylic enamels.
b. Finish Coats: Exterior low- luster acrylic paint.
D. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not
required on shop - primed items.
1. Low - Luster Acrylic Finish: Two finish coats over a rust - inhibitive primer.
a. Primer: Exterior ferrous -metal primer.
b. Finish Coat: Exterior low- luster acrylic paint.
2. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a rust - inhibitive primer.
a. Primer: Exterior ferrous -metal primer.
b. Finish Coats: Exterior semi -gloss acrylic enamel.
E. Zinc - Coated Metal: Provide the following finish systems over exterior zinc - coated metal
surfaces:
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-13
CITY OF NEWPORT BEACO RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S ,
1. Low- Luster Finish: Two finish coats over a galvanized metal primer.
a. Primer: Exterior galvanized metal primer.
b. Finish Coat: Exterior low- luster acrylic paint.
2. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a galvanized metal primer.
a. Primer: Exterior galvanized metal primer.
b. Finish Coats: Exterior semi -gloss acrylic enamel.
3.8 INTERIOR PAINT SCHEDULE
A. Gypsum Board: Provide the following finish systems over interior gypsum board surfaces:
1. Flat Acrylic Finish: Two finish coats over a primer.
a. Primer: Interior gypsum board primer.
b. Finish Coats: Interior flat acrylic paint.
2. Low - Luster Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior gypsum board primer.
b. Finish Coats: Interior low- luster acrylic enamel.
B. Wood and Hardboard: Provide the following paint finish systems over new interior wood
surfaces:
1. Low- Luster Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior wood primer for acrylic- enamel and semi -gloss alkyd - enamel
finishes.
b. Finish Coats: Interior low- luster acrylic enamel.
2. Semi -gloss Acrylic Enamel Finish: Two finish coats over a wood under- coater.
a. Primer: Interior wood primer for acrylic - enamel and semi -gloss alkyd -enamel
finishes.
b. Finish Coats: Interior semi -gloss acrylic enamel.
3. Semi -gloss Alkyd - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior wood primer for acrylic - enamel and semi -gloss alkyd- enamel
finishes.
b. Finish Coats: Interior semi -gloss alkyd enamel.
C. Ferrous Metal: Provide the following finish systems over ferrous metal:
1. Flat Acrylic Finish: Two finish coats over a primer.
a. Primer: Interior ferrous -metal primer.
b. Finish Coats: Interior flat acrylic paint.
2. Low- Luster Acrylic - Enamel Finish: Two finish coats over a primer.
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-14
CITY OF NEWPORT BEACH • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN 4P-51 89-S
a. Primer: Interior ferrous -metal primer.
b. Finish Coats: Interior low - luster acrylic enamel.
3. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior ferrous -metal primer.
b. Finish Coats: Interior semi -gloss acrylic enamel.
4. Semi -gloss Alkyd - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior ferrous -metal primer.
b. Finish Coats: Interior semi -gloss alkyd enamel.
D. Zinc - Coated Metal: Provide the following finish systems over interior zinc - coated metal
surfaces:
1. Semi -gloss Acrylic - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior zinc - coated metal primer.
b. Finish Coats: Interior semi -gloss acrylic enamel.
2. Semi -gloss Alkyd - Enamel Finish: Two finish coats over a primer.
a. Primer: Interior zinc- coated metal primer.
b. Finish Coats: Interior semi -gloss alkyd enamel.
END OF SECTION 09912
PAINTING (PROFESSIONAL LINE PRODUCTS) 09912-15
CITY OF NEWPORT BEA* • RIC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 10155 - TOILET COMPARTMENTS
PART 1- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes solid - polymer units as follows:
Partition Doors
2. Benches
1.3 SUBMITTALS
A. Samples for Verification: Of each type of color and finish required for units, prepared on 6-
inch- (150 -mm -) square Samples of same thickness and material indicated for Work.
1.4 QUALITY ASSURANCE
A. Comply with requirements in CID-A -A- 60003, 'Partitions, Toilets, Complete."
1.5 PROJECT CONDITIONS
A. Field Measurements: Verify actual locations of walls, columns, ceilings, and other construction
contiguous with doors by field measurements before fabrication.
1. Established Dimensions: Where field measurements cannot be made without delaying
the Work, establish dimensions and proceed with fabricating doors without field
measurements. Coordinate wall, floor, ceilings, and other contiguous construction to
ensure that actual dimensions correspond to established dimensions.
PART2- PRODUCTS
2.1 SOLID- POLYMER UNITS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
TOILET COMPARTMENTS 10155-1
CITY OF NEWPORT BEAS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN 9P- 5189 -S
1. Accurate Partitions Corporation.
2. Ampco.
3. Bradley Corporation; Mills Partitions.
4. Capitol Partitions, Inc.
5. Comtec Industries.
6. General Partitions Mfg. Corp.
7. Global Steel Products Corp.
8. Metpar Corp.
9. Santana Products, Inc.
10. Sanymetal; a Crane Plumbing Company.
11. Weis -Robart Partitions, Inc.
B. Door Construction: Solid, high - density polyethylene (HDPE) panel material, not less than 1
inch (25 mm) thick, seamless, with eased edges, and with homogenous color and pattern
throughout thickness of material.
Color and Pattern: One color and pattern as selected by Architect from manufacturer's
range of standard colors and patterns.
C. Brackets (Fittings):
Stirrup Type: Ear or U- brackets, stainless steel.
2. Full- Height (Continuous) Type: Manufacturer's standard design; stainless steel.
D. Heat -Sink Strip: Manufacturer's standard continuous, extruded - aluminum strip fastened to
exposed bottom edges of solid - polymer components to prevent burning.
E. Bench Construction: Solid, high - density polyethylene (HDPE) panel material, not less than 1-
3/8 inch thick, seamless, with eased edges, and with homogenous color and pattern throughout
thickness of material.
2.2 ACCESSORIES
A. Hardware and Accessories: Manufacturer's standard design, heavy -duty operating hardware
and accessories.
Material: Stainless steel
B. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or
chrome- plated steel or brass, finished to match hardware, with theft- resistant -type heads.
Provide sex -type bolts for through -bolt applications. For concealed anchors, use hot -dip
galvanized or other rust- resistant, protective- coated steel.
TOILET COMPARTMENTS 10155-2
CITY OF NEWPORT BEA* • RIC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
2.3 FABRICATION
A. Doors: Unless otherwise indicated, provide 36 -inch wide out - swinging doors with a minimum
32 -inch (34 -inch when located at the side) wide clear opening (with the door positioned at an
angle of 90 degrees from its closed position) for compartments indicated to be accessible to
people with disabilities.
1. Hinges: Manufacturer's standard self - closing type that can be adjusted to hold doors
open at any angle up to 90 degrees.
2. Latch and Keeper: Manufacturers standard recessed latch unit designed for emergency
access and with combination rubber -faced door strike and keeper. The latch shall be flip -
over style, sliding, or other hardware not requiring the user to grasp or twist. Provide
units that comply with accessibility requirements of authorities having jurisdiction at
compartments indicated to be accessible to people with disabilities.
3. Coat Hook: Manufacturer's standard combination, hook and rubber- tipped bumper, sized
to prevent door from hitting compartment - mounted accessories.
4. Door Bumper: Manufacturer's standard rubber- tipped bumper at out - swinging doors.
5. Door Pull: Manufacturer's standard loop or U- shaped unit at out - swinging doors that
complies with accessibility requirements of authorities having jurisdiction. Provide units
on both sides of doors at compartments indicated to be accessible to people with
disabilities.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Comply with manufacturer's written installation instructions.
B. Install doors, straight, level, and plumb.
C. Install benches to angle supports with #10 Round Head stainless steel screws applying screws
from the bottom side of the angle support into the benches.
3.2 ADJUSTING
A. Hardware Adjustment: Adjust and lubricate hardware according to manufacturer's written
instructions for proper operation. Set hinges on in- swinging doors to hold doors open
approximately 30 degrees from closed position when unlatched. Set hinges on out - swinging
doors to return doors to fully closed position.
B. Set benches and bench support angles level and plumb.
END OF SECTION 10155
TOILET COMPARTMENTS 10155-3
CITY OF NEWPORT BEACIID • RJC NOR 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 10200 - LOWERS AND VENTS
PARTI- GENERAL
1.1 SUMMARY
A. This Section includes fixed, formed - galvanized steel louvers.
1.2 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide louvers capable of withstanding the effects of gravity loads
and wind loads based on a uniform pressure of 30 lbf /sq. ft. (1436 Pa), acting inward or
outward, without permanent deformation of louver components, noise or metal fatigue caused
by louver blade rattle or flutter, or permanent damage to fasteners and anchors.
B. Seismic Performance: Provide louvers capable of withstanding the effects of earthquake
motions determined according to ASCE 7, "Minimum Design Loads for Buildings and Other
Structures ": Section 9, "Earthquake Loads."
C. Thermal Movements: Provide louvers that allow for thermal movements resulting from a
temperature change (range) of 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material
surfaces, by preventing buckling, opening of joints, overstressing of components, failure of
connections, and other detrimental effects.
D. Air- Performance, Water - Penetration, and Wind -Driven Rain Ratings: As demonstrated by
testing manufacturer's stock units according to AMCA 500 -L.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Verify louver openings by field measurements before fabrication.
C. Samples: For each type of finish.
D. Product test reports.
LOUVERS AND VENTS 10200-1
CITY OF NEWPORT BEACO • RJC NOR 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART2- PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Louvers:
a. Airolite Company (The).
b. Carnes Company, Inc.
C. Cesco Products.
d. Construction Specialties, Inc.
e. Industrial Louvers, Inc.
f. Wonder Metals Corporation
2.2 MATERIALS
A. Galvanized Steel Sheet: 16 gauge ASTM A 653/A 653M, G90 (Z275) zinc coating, mill
phosphatized.
B. Fasteners: Of same basic metal and alloy as fastened metal or 300 Series stainless steel.
C. Bituminous Paint: Cold- applied asphalt emulsion complying with ASTM D 1187.
2.3 FABRICATION, GENERAL
A. Fabricate frames to fit in openings of sizes indicated, with allowances made for fabrication and
installation tolerances, adjoining material tolerances, and perimeter sealant joints.
B. Join frame members to each other and to louver blades with fillet welds concealed from view.
C. Join frame members to each other and to louver blades with fillet welds, threaded fasteners, or
both, as standard with louver manufacturer, concealed from view.
2.4 FIXED, FORMED METAL LOUVERS
A. Horizontal, Drainable -Blade Louver:
Basis -of- Design Product: Wonder Metals Corporation; L430 Fixed Blades Louver.
2. Frame and Blade Material and Nominal Thickness: Galvanized steel sheet, not less than
16 gauge.
LOUVERS AND VENTS 10200-2
CITY OF NEWPORT BEACO • RJC NOR 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.5 LOWER SCREENS
A. General: Provide screen at interior face of each exterior louver.
B. Louver Screen Frames: Same kind and form of metal as indicated for louver to which screens
are attached.
C. Louver Screening:
1. Bird Screening: Stainless steel, 1/2 -inch- (12.7 -mm -) square mesh, 0.047 -inch (1.19 -
mm) wire.
2.6 FINISHES
A. Galvanized Steel, Powder - Coated Finish: Immediately after cleaning and pretreating, apply
thermosetting polyester or acrylic urethane powder coating with cured -film thickness not less
than 1.5 mils (0.04 mm).
1. Color and Gloss: As selected by Architect.
PART 3- EXECUTION
3.1 INSTALLATION
A. Locate and place louvers and vents level, plumb, and at indicated alignment with adjacent work.
B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where
required to protect metal surfaces and to make a weathertight connection.
C. Provide perimeter reveals and openings of uniform width for sealants and joint fillers, as
indicated.
D. Repair damaged finishes so no evidence remains of corrective work. Return items that cannot
be refinished in the field to the factory, make required alterations, and refinish entire unit or
provide new units.
E. Protect galvanized and nonferrous -metal surfaces from corrosion or galvanic action by applying
a heavy coating of bituminous paint on surfaces that will be in contact with concrete, masonry,
or dissimilar metals.
END OF SECTION 10200
LOUVERS AND VENTS 10200-3
CITY OF NEWPORT BEACIO ! RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
SECTION 10350 - FLAGPOLES
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes ground -set flagpoles made from aluminum.
1.2 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide flagpoles capable of withstanding the effects of wind loads,
determined according to NAAMM FP 1001, "Guide Specifications for Design of Metal
Flagpoles."
1. Base flagpole design on polyester flags of maximum standard size suitable for use with
flagpole.
2. Basic Wind Speed: 85 mph (38 m /s), 3- second gust speed at 33 feet (10 m)
aboveground.
1.3 SUBMITTALS
A. Product Data: For each type of flagpole required.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. American Flagpole; a Kearney - National Inc. Company.
2. Baartol Company Inc. (The)
3. Concord Industries, Inc.
4. Eder Flag Manufacturing Company, Inc.
5. Ewing International.
6. Lingo Inc.; Acme Flagpole Division.
7. Michigan Flagpole Inc.
8. Morgan- Francis Div.; Original Tractor Cab Co., Inc.
9. Pole -Tech Company Inc.
FLAGPOLES 10350 -1
CITY OF NEWPORT BEACIS RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
2.2 FLAGPOLE
A. Flagpole Construction, General: Construct flagpoles in one piece if possible. If more than one
piece is necessary, provide flush hairline joints using self - aligning, snug - fitting, internal sleeves.
B. Exposed Height: 35 feet (10.7 m)
C. Aluminum Flagpoles: Provide cone - tapered flagpoles fabricated from seamless extruded tubing
complying with ASTM B 2411 (B 241M), Alloy 6063, with a minimum wall thickness of 3116 inch
(4.8 mm). Heat treat after fabrication to comply with ASTM B 597, Temper T6.
D. Foundation Tube: Galvanized corrugated -steel foundation tube, 0.064 -inch- (1.6 -mm -)
minimum nominal wall thickness. Provide with 3116 -inch (4.8 -mm) steel bottom plate and
support plate; 314 -inch- (19 -mm -) diameter, steel ground spike; and steel centering wedges all
welded together. Galvanize steel parts, including foundation tube, after assembly. Provide
loose hardwood wedges at top of foundation tube for plumbing pole. Provide flashing collar of
same material and finish as flagpole.
E. Cast -Metal Shoe Base: For anchor -bolt mounting; provide with anchor bolts.
2.3 FITTINGS
A. Finial Ball: Manufacturer's standard flush -seam ball, sized as indicated or, if not indicated, to
match flagpole -butt diameter; finished to match flagpole.
B. External Halyard: Ball- bearing, non - fouling, revolving truck assembly of cast metal with
continuous 5/16 -inch- (8 -mm -) diameter, braided polypropylene halyard and 9 -inch (228 -mm)
cast -metal cleats with fasteners. Finish exposed metal surfaces to match flagpole.
C. Halyard Flag Snaps: Provide two swivel snap hooks per halyard.
D. Elastomeric Joint Sealant: Single - component urethane or single- component neutral - curing
silicone joint sealant complying with requirements in Division 7 Section "Joint Sealants" for
Use NT (non - traffic) and for Use M, G, A, and, as applicable to joint substrates indicated, O joint
substrates.
E. Halyard locking devices, integral with pole.
2.4 FINISHES
A. Aluminum: Finish designations prefixed by AA comply with the system established by the
Aluminum Association for designating aluminum finishes.
1. Class I, Clear Anodic Finish: AA- M12C22A41 (Mechanical Finish: non - specular as
fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural
Class I, clear coating 0.018 mm or thicker) complying with AAMA 611.
FLAGPOLES 10350 -2
CITY OF NEWPORT BEACO RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS. 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
PART 3 - EXECUTION
3.1 FLAGPOLE INSTALLATION
A. General: Install flagpoles where shown and according to manufacturer's written instructions.
B. Prepare uncoated metal flagpoles that are set in foundation tubes by painting below -grade
portions with a heavy coat of bituminous paint.
C. Foundation -Tube Installation: Install flagpole in foundation tube, seated on bottom plate
between steel centering wedges. Plumb flagpole and install hardwood wedges to secure
flagpole in place. Place and compact sand in foundation tube and remove hardwood wedges.
Seal top of foundation tube with a 2 -inch (50 -mm) layer of elastomeric joint sealant and cover
with flashing collar.
D. Baseplate Installation: Install baseplate on washers placed over leveling nuts on anchor bolts
and adjust until flagpole is plumb. After flagpole is plumb, tighten retaining nuts and fill space
under baseplate solidly with non - shrink, nonmetallic grout. Finish exposed grout surfaces
smooth and slope 45 degrees away from edges of baseplate.
END OF SECTION 10350
FLAGPOLES 10350 -3
CITY OF NEWPORT BEACI- RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 108/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 10801 - TOILET AND BATH ACCESSORIES
PART 1- GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Toilet and bath accessories.
2. Warm -air dryers.
1.2 SUBMITTALS
A. Product Data: For each product indicated.
B. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each
accessory required. Use room and product designations indicated on Drawings.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
C. Basis -of- Design Products: The design for toilet and bath accessories described in Part 2 are
based on products indicated. Subject to compliance with requirements, provide the named
product or a comparable product by one of the following:
1. Toilet and Bath Accessories:
a. Bobrick Washroom Equipment, Inc.
b. American Specialties, Inc.
C. A & J Washroom Accessories, Inc.
d. Bradley Corporation.
e. General Accessory Manufacturing Co. (GAMCO).
f. McKinney /Parker Washroom Accessories Corp.
2. Warm -Air Dryers:
a. A & J Washroom Accessories, Inc.
b. American Dryer, Inc.
C, American Specialties, Inc.
d. Bobrick Washroom Equipment, Inc.
e. Bradley Corporation.
TOILET AND BATH ACCESSORIES 10801-1
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -5189 -S
f. Excel Dryer Corporation.
g. General Accessory Manufacturing Co. (GAMCO).
h. McKinney /Parker Washroom Accessories Corp.
i. World Dryer.
2.2 MATERIALS
RJC NO. 0223
04/08/2005
A. Stainless Steel: ASTM A 666, Type 304, No. 4 finish (satin), 0.0312 -inch (0.8 -mm) minimum
nominal thickness, unless otherwise indicated.
B. Galvanized Steel Mounting Devices: ASTM A 153/A 153M, hot -dip galvanized after fabrication.
C. Fasteners: Screws, bolts, and other devices of same material as accessory unit, tamper and
theft resistant when exposed, and of galvanized steel when concealed.
D. Keys: Provide universal keys for internal access to accessories for servicing and re- supplying.
Provide minimum of six keys to Owner's representative.
2.3 TOILET AND BATH ACCESSORIES
A. Toilet Tissue Dispenser: Bobrick B -2892
1. Type: Double -roll dispenser
2. Mounting: Surface mounted with concealed anchorage
3. Material: Stainless steel
B. Grab Bar: Bobrick B -6806 Series
1. Material: Stainless steel, 0.05 inch (1.3 mm) thick.
2. Mounting: Exposed.
3. Gripping Surfaces: Slip- resistant texture.
4. Outside Diameter: 1 -1/2 inches (38 mm) for heavy -duty applications.
C. Vendor: Bobrick B -2800 - 25
1. Type: Sanitary napkin and tampon
2. Mounting: Surface
3. Coin Operation: 25 cent single coin operation
D. Disposal: Bobrick B -254
1. Type: Sanitary napkin and tampon disposal
2. Mounting: Surface
3. Material: Stainless steel
4. Lockset: Tumbler type
Seat -Cover Dispenser: Bobrick B -301
Mounting: Surface
TOILET AND BATH ACCESSORIES 10801 -2
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08 /2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Capacity: 500 Toilet seat covers
3. Material: Stainless steel.
4. Lockset: Tumbler type.
F. Mop and Broom Holder: Bobrick B -239
1. Material: Stainless steel.
2. Length: 36 inches (914 mm)
3. Shelf: 0.05 -inch- (1.3 -mm -) thick stainless steel.
4. Hooks: Four
5. Mop /Broom Holders: Four, spring - loaded, rubber hat, cam type.
6. Rod: Approximately 114 -inch- (6 -mm -) diameter, stainless -steel rod suspended beneath
shelf.
G. Warm -Air Dryer: Bobrick B -700
1. Type: Electronic- sensor activated.
2. Mounting: Surface.
3. Material: White - painted metal.
4. Electrical: 115 VAC, 20A, 2300W, 50/60 Hz., single phase
H. Towel Bar: Bobrick B -205
1. Type: Heavy -Duty
2. Material: 304 Stainless steel
Towel Ring: Bobrick B -7678
1. Type: For Bath and Hand Towels
2. Material: 304 Stainless steel
J. Mirrors: Bobrick B -9436
1. Type: Vandal- resistant
2. Material: 304 Stainless steel
3. Size: 12"x 16"
K. Mirror with Shelf: Bobrick B -166
1. Type: Mirror width stainless steel channel frame and shelf.
2. Material: 304 Stainless steel
L. Shower Curtain Rod /Stainless Steel Shower Curtain Hooks: Bobrick B -207 Rod, B -204 -2
1. Bobrick: B -207 Rod, B -204 -1 Shower Curtain Hooks
2. Type: Heavy -Duty
3. Material: 304 Stainless steel
M. Shower Curtain: Bobrick B204 -2
1. Material: Opaque, matte white vinyl .008" thick, containing antibacterial and flame -
retardant agents. Nickel- plated brass grommets along top, one every 6 ". Bottom and
sides are hemmed.
2. Size: 42" wide x 72" high.
TOILET AND BATH ACCESSORIES 10801-3
CITY OF NEWPORT BEACh •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
N. Medicine Cabinet: Bobrick 8398
1. Type: Recessed with mirror
2. Size: 15 -1/4° x 25 -1/2 °w x 3 -5/8" deep.
3. Shelves: Four adjustable shelves.
PART 3 - EXECUTION
3.1 INSTALLATION
RJC NO. 0223
04/08/2005
A. Install accessories using fasteners appropriate to substrate indicated and recommended by unit
manufacturer. Install units level, plumb, and firmly anchored in locations and. at heights
indicated.
Install grab bars to withstand a downward load of at least 250 Ibf (1112 N), when tested
according to method in ASTM F 446.
B. Adjust accessories for unencumbered, smooth operation and verify that mechanisms function
properly. Replace damaged or defective items. Remove temporary labels and protective
coatings.
END OF SECTION 10801
TOILET AND BATH ACCESSORIES 10801-4
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 11150 - PARKING CONTROL EQUIPMENT
PART 1- GENERAL
1.1 SUMMARY
A. This
1.
2.
3.
4.
5.
Section includes the following
Automatic barrier gates.
Vehicle detectors.
Card Reader
Signs
Traffic Spikes
1.2 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Include details of installation.
1. Include wiring diagrams.
C. Operation and maintenance data.
1.3 QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved
for installation of units required for this Project.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.
1.4 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed and that are packaged
with protective covering for storage and identified with labels describing contents.
1. Gate Arms: Two breakaway gate arms for each gate installed, complete with accessory
components.
PARKING CONTROL EQUIPMENT 11 150 - 1
CITY OF NEWPORT BEACS . RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. PTC Industries
2. American Parking Equipment, Inc.
3. Automatic Control Systems, Inc.
4. Delta Scientific Corporation.
5. Engineered Parking Systems, Inc.
6. Magnetic Automation Corporation.
7. Operator Specialty Company, Inc.
2.2 MATERIALS
A. Aluminum: Alloy and temper recommended by aluminum producer and manufacturer for type of
use and finish indicated, and as follows:
1. Sheet: ASTM B 209 (ASTM B 209M).
2. Extruded Shapes: ASTM B 221 (ASTM B 221 M).
B. Cold - Rolled Steel Sheet: ASTM A 1008 /A 1008M, Commercial Steel (CS), Type B.
C. Zinc- Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, commercial quality, with G60
(Z180) coating designation; mill phosphatized.
D. Anchorages: Anchor bolts, hot -dip galvanized according to ASTM A 1531A 153M.
2.3 AUTOMATIC BARRIER GATES
A. General: Provide UL- approved parking control device consisting of operator and controller
housed in cabinet enclosure with gate arm. Device shall be activated by a signal from access I
device. Fabricate unit with gate arm height in down position of not more than 35 inches (889
mm) American Parking Equipment, Inc., G 89-18 Barrier Gate, FTC AG 50 Auto Gate, or equal.
Controller: Factory- sealed, solid - state, plug -in type, with galvanized steel box for wiring
connections. Equip unit with the following features:
a. Capable of storing successive inputs and sequentially processing each one.
b. Automatic instant- reversing mechanism that stops downward motion of gate arm if
arm strikes an object and that immediately returns arm to upward position. Include
a 0- to 60- second variable -time reset device.
C. Automatic - manual switch.
d. Plug -in connectors for vehicle loop detectors.
e. The gate shall be able to open remotely with an authorized card for either a single
use only, after which the gate will lower automatically when a car crosses over the
loop or remotely open permanently until a remote close command is issued.
PARKING CONTROL EQUIPMENT 11150-2
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P -51895
B. Cabinets: Fabricated from metal sheet with seams welded and ground smooth; approximately
15 inches square by 40 inches (381 mm square by 1016 mm) tall. Provide single, gasketed
access door for each cabinet with flush - mounted locks. Furnish two keys for each lock, all locks
keyed alike. Fabricate cabinet with internal reinforcing and four mounting holes accessible only
from inside cabinet.
Material: 0.125 -inch- (3.2 -mm -) thick aluminum sheet.
a. Finish cabinet, interior and exterior, with manufacturer's standard white baked -
enamel finish over primer.
C. Straight Gate Arm: 1 -by -4 -inch nominal- (19- by -89-mm actual -) size pine or redwood, with
painted finish and black diagonal stripes on traffic -side face. Provide mounting flange with
breakaway feature to ensure clean break if arm is struck by vehicle.
Length: 10 feet (3.0 m)
D. Operator: 1/2 hp; 1201240V 60 Hz, single - phase, instant - reversing, continuous -duty motor for
operating gate arm. Transmit power to gate -arm drive shaft through speed reducer to
harmonic - acting crank and connecting rod. Fabricate crank, rod, and drive shaft of galvanized
solid bar steel. Provide an operable cam for adjusting arm travel.
2.4 VEHICLE DETECTORS
A. Vehicle Loop Detector System: Provide self - tuning electronic detector with adjustable detection
patterns, adjustable sensitivity and frequency settings, and panel indicator light designed to
detect presence or transit of a vehicle over an embedded loop of wire and to emit signal
activating gate -arm operator. Include automatic closing timer with adjustable time delay before
closing and vehicle loop detector designed to hold gate arm open until traffic clears. Provide
number of loops consisting of multiple strands of wire, number of turns, loop size, and method
of placement at location shown on Drawings, as recommended in writing by detection system
manufacturer for function indicated.
1. Field - Assembled Loop: Wire, in size indicated for field assembly, and sealant; style for
saw -cut installation.
2. Factory- Formed Loop: Wire, preformed in size indicated; style for saw -cut installation.
B. Vehicle Presence Detector: Provide emitter /receiver -type detector with adjustable detection
zone pattern and sensitivity, designed to detect the presence or transit of vehicle in gate -arm
pathway by interrupting infrared beam in zone pattern and to emit signal activating gate -arm
operator. Include automatic closing timer with adjustable time delay before closing and vehicle
presence detector designed to hold gate arm open until traffic clears.
C. System Performance: Capable of computing parking fees and taxes, displaying fee, accepting
payment, controlling independent cash drawer, computing change, and printing receipts and
reports.
D. Cash Drawer: Fabricated with a removable tray and drawer, with five compartments for paper
currency and five compartments for coin currency.
PARKING CONTROL EQUIPMENT 11150-3
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
2.5 CARD READER
A. PTC Industries CCR 411 Card Reader or equal.
2.6 TRAFFIC SPIKES
A. Delta Scientific Corporation, The Sabre Tooth, or equal, flush in- ground unit, spring - loaded with
stainless steel springs and housing. Each spike independently counter weighted. Width: 72
inches. Provide fluorescent warning sign WS 301 and Post MPL -20, Delta Scientific
Corporation or equal.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Examine roughing -in for electrical systems to verify actual locations of connections before
parking control equipment installation.
B. Automatic Barrier Gates: Anchor cabinets to concrete bases with anchor bolts or expansion
anchors and mount barrier -gate arms.
C. Vehicle Loop Detectors: Cut grooves in pavement and bury and seal wire loop at locations
indicated on Drawings. Connect to parking control equipment operated by detector.
D. Adjust parking control equipment to operate smoothly, easily, and properly. Confirm that locks
engage accurately and securely without forcing or binding.
E. Lubricate hardware, gate operators, and other moving parts.
F. Remove barrier -gate arms during the construction period to prevent damage, and install them
immediately before Substantial Completion.
G. Anchor traffic spikes and warning sign in concrete.
3.2 FIELD QUALITY CONTROL
A. Manufacturer's Field Service: Engage a factory- authorized service representative to
inspect, test, and adjust field - assembled components and equipment installation, including
connections, and to assist in field testing. Report results in writing.
B. Perform the following field tests and inspections and prepare test reports:
1. Each electrical test and visual and mechanical inspection shall be stated in NETAATS,
Section 7.15 and compliance with test parameters shall be certified.
2. Operational Test: After electrical circuitry has been energized, units shall be started to
confirm proper motor rotation and unit operation.
3. Controls and safeties shall be tested and adjusted. Report any damaged and
malfunctioning controls and equipment.
PARKING CONTROL EQUIPMENT 11150-4
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
C. Remove and replace parking control equipment where test results indicate that it does not
comply with specified requirements.
3.3 DEMONSTRATION
A. Engage a factory- authorized service representative to train Owner's maintenance personnel to
adjust, operate, and maintain parking control equipment. Refer to Division 1 Section "Closeout
Procedures."
END OF SECTION 11150
PARKING CONTROL EQUIPMENT 11150-5
CITY OF NEWPORT BEACI- • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P-51 89-S
SECTION 15400 PLUMBING
DIVISION I REQUIREMENTS ARE A PART OF THIS SECTION
PART 1 — GENERAL: General Provisions of the Contract Documents to be included but not necessarily
limited to General Conditions, Supplementary Conditions and sections of Division One of this project manual.
1.01 WORK INCLUDED
A. Furnish all labor, materials, services, testing, transportation and equipment necessary for
the completion of all plumbing and piping all as required and as indicated on drawings and
specified herein. Work materials and equipment not indicated or specified which is
necessary for the complete and proper operation of the work of this Section in accordance
with the true intent and meaning of the contract documents shall be provided and
incorporated at no additional cost to the Owner.
1.02 QUALITY ASSURANCE
A. Code Requirements: All work covered by this Section shall conform to the latest
requirements of the following regulations:
1. National Fire Protection Association.
2. State Division of Industrial Safety.
3. C.C.R., Title 24, Part 5 2001 CPC.
4. City of Newport Beach Building Department
5. County Health Department.
6. Any other legally constituted body having jurisdiction thereof.
B. Nothing in the specifications or drawings shall be construed to permit deviation from the
requirements of governing codes unless approval for said deviation has been obtained from
the legally constituted authorities having jurisdiction and from the Owner's representative.
1.03 DRAWINGS
A. Because of the small scale drawings, it is not possible to indicate all offsets, fittings and
accessories, which may be required. The Contractor shall carefully investigate the
conditions surrounding installation of his work, furnishing the necessary piping, fittings,
valves, traps, and other devices, which may be required to complete the installation.
B. The general arrangement indicated on the drawings shall be followed as closely as possible.
Coordinate with the Architectural, Structural, Mechanical and Electrical Drawings prior to
installation of piping fixtures and equipment to verify adequate space available for installation
of the work shown. In the event a field condition arises which makes it impossible to install
the work as indicated, submit, in writing, the proposed departures to the Architect for his
acceptance. Only when Architects acceptance is given, in writing, shall Contractor proceed
with installation of the work.
C. Special Note: Should the Contractor make changes in the installation differing from what is
indicated on the contract drawings and not necessitated due to field conditions as indicated
hereinabove, the Contractor shall be required to re- install the work to comply with what has
been indicated on the contract drawings. Should it be impossible to re- install the work and
the installation is in accordance with all governing authorities, the architect may permit the
PLUMBING 15400 -1
CITY OF NEWPORT BEACIO 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT # 3461, PLAN # P -5189-S
installation to remain. However, all costs incurred to revise the contract drawings by the
engineer for resubmittal to the building department indicating the as- installed condition shall
become the responsibility of the Contractor.
D. In case of a difference in the specifications between the specifications and the drawings, or
in the drawings, the contractor shall include the cost of the most expensive alternate in the
bid proposal. The contractor shall secure direction from the architect before start of any
construction.
1.04 PERMITS, INSPECTIONS AND LICENSES
A. All permits; inspections and licenses required by the legally constituted authorities for
installation of the work according to the plans and specifications shall be obtained and paid
as a part of the work of this section.
1.05 UTILITIES
A. See Drawings for Points of Connection.
1.06 EXAMINATION OF PREMISES
A. Before bidding on this work, Contractors shall make a careful examination of the premises
and shall thoroughly familiarize themselves with the requirements of the contract. By the act
of submitting a proposal for the work included in this contract, the Contractor shall be
deemed to have made such study and examination, and that he is familiar with and accepts
all conditions of the site.
1.07 PROTECTION
A. All work, equipment and materials shall be protected at all times. Contractor shall make
good all damage caused either directly or indirectly by his own workmen. Contractor shall
also protect his own work from damage. He shall close all pipe openings with caps or plugs
during installation. He shall protect all his equipment and materials against dirt, water,
chemical and mechanical injury. Upon completion, all work shall be thoroughly cleaned and
delivered in a new condition.
B. Contractor shall be held responsible for all damage to equipment and materials until he has
received written notice from the Architect or Engineer that his work has been accepted.
1.08 LOCATIONS
A. The locations of apparatus, piping and equipment indicated on the drawings are
approximate. Piping and equipment shall be installed in such a manner as to avoid all
obstruction, preserve headroom, and keep openings and passages dear. The locations of
and mounting heights of all fixtures shall be coordinated with the architectural plans and
room elevations.
B. Clearances and Openings: Contractor shall cooperate and coordinate his work with all other
trades to avoid confliction and permit for a neat and orderly appearance of the entire
installation. The Contractor shall, in advance of the work, furnish instructions to the General
Contractor as to his requirements for equipment and material installation of any kind,
whether or not specifically mentioned on drawings or in the specifications, and shall include
recesses, chases in walls, and all required openings in the structure. Should furnishing this
PLUMBING 15400 -2
CITY OF NEWPORT BEACP RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
W9
1.10
1.11
information be neglected, delayed or incorrect and additional cuttings are found to be
required, the cost of the same shall be charged to this Contractor.
SUBMITTAL DATA (Also see Division 1)
A. Furnish, all at one time, prior to any installation, within the time noted below, six (6) copies of
valid submittal data on all fixtures, material, equipment and devices. Each submitted item
shall be indexed and referenced to these specifications and to put identification numbers on
fixtures and equipment schedules.
B. Manufacturers submittal literature and shop drawings are required on all items to ensure the
latest and most complete manufacturer's data is available for review. Requirements of the
submittals and Engineer's submittal notes are a part of the work of this Division except that
Engineer's notes may not be used as a means of increasing the scope of work of this
Division.
C. Submittals will be checked for general conformance with the design concept of the project
but the review does not guarantee quantities shown and does not supersede requirements
of this Division to properly install work.
D. A list of names is not a valid submittal. To be valid, all submittals must:
1. Be delivered to the Architect's office within thirty -five (35) days of award of the
contract. Corrections or changes in submittals returned as inadequate or
incomplete shall be accomplished within this time limit.
2. Include all pertinent construction, installation, performance and technical data.
3. Have all copies marked to indicate clearly the individual items being submitted.
4. Have each item cross - referenced to the corresponding specked item and be
marked to show how differences will be accommodated.
UNINSPECTED WORK
A. Contractor shall not allow or cause any of his work to be covered up before it has been duly
inspected, tested and approved by the Owner, Architect or any other authorized inspectors
having legal jurisdiction over his work. Should he fail to observe the above, he shall uncover
the work and, after it has been inspected, tested and approved, recover it at his own
expense.
SUBSTITUTIONS (Also see Division 1)
A. The Contractor assumes full responsibility that alternate manufacturers, items and
procedures will meet the job requirements and is responsible for cost of redesign and of
modifications to this and other parts of work caused by alternate items furnished under work
in this Section. In view of these responsibilities, it is the purpose of these specifications to
establish procedures, which ensure that the Contractor has considered all the ramifications
of proposed alternates before submitting them for review. Submittals which do not comply
with the requirements of these specifications or which indicate proposed alternates were
selected without proper regard to the requirements of the job, will not be approved. No more
than one proposed alternate will be considered for each item.
PLUMBING 15400 -3
CITY OF NEWPORT BEACh RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
B. Alternate items installed without Engineer's approval will be replaced with specified items at
Contractor's expense.
C. Provide or perform tests required by Engineer for purpose of judging acceptability of
proposed substitutions.
D. This Contractor is responsible to provide sufficient information to allow the Engineer to
analyze any proposed alternate. If inadequate information is provided, the proposal will not
be approved and resubmittal will not be allowed.
E. The Architect or his authorized representative shall be the sole judge as to the quality and
suitability of proposed alternate equipment, fixtures or materials and decisions of the
Architect or that of his representative shall be final and conclusive.
1.12 RECORD DRAWINGS (Also see Division 1) ,
A. Contractor shall provide and keep up -to -date a complete "as- built" record set of blueline
prints which shall show every change from the original drawings and the exact "as- built"
locations and sizes of the work provided under this Section of the specifications. This set
shall include locations, dimensions, depth of buried piping, oleanouts, shut -off valves, sewer
invert locations, plugged wyes, tees, etc. On completion of the work, the Contractor shall
incorporate all as -built information on a set of reproducible tracings provided by the Architect
and this set of reproducibles shall be delivered to the Architect.
1.13 GUARANTEES (Also see Division 1)
A. Contractor shall guarantee the entire plumbing and piping systems unconditionally for a
period of one (1) year after final acceptance. If, during this period, any materials, equipment,
or any part of the systems fail to function properly, the Contractor shall make good the
defects promptly and without any expense to the Owner.
B. Contractor shall be responsible for all damage to any part of the premises caused by leaks
in pipelines or equipment furnished and installed under this Section for a period of one (1)
year after date of acceptance of his work.
C. All equipment and fixtures shall carry manufacturer's warranty against defective parts or
poor workmanship and shall not be less than one (1) year. See specific equipment
specifications for extended warranty requirements.
PART2- PRODUCTS
2.01 MATERIALS AND EQUIPMENT (See Schedules on Drawings)
A. General: Provide all materials and equipment as specked or required in the work, new and
free from defects and imperfections.
B. Pipe and Fittings:
Soils and Waste Piping:
PLUMBING 15400 -4
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
a. Soil and Waste Piping within the building itself and outside within five feet
(6) of the foundation, shall be No -Hub cast iron pipe and fittings,
asphaltum coated, free from defects, and in compliance with
CISPI Standard 301 and Federal Specification WW- P-401. Fittings shall
be made up with "HUSKY" SD -4000 or "CLAMP ALL" 125 Stainless
Steel, Heavy -Duty Nc-Hub Couplings and shall be in compliance
with ASTM C -1540 and ASTM C -564 Standards, except all above ground
vent piping joints may be made up with "ANACO ", TYLER ", or "MISSION"
Standard- Duty No -Hub Couplings in compliance with CISPI -310, and
ASTM C -564 standards
2. Vent Piping:
a. Concealed or underground vent piping shall be cast iron pipe and fittings as
specified for soil and waste piping.
b. Exposed vent piping shall be Schedule 40 galvanized steel pipe, ASTM
A53, with black cast iron threaded drainage fittings.
3. Water Piping:
a. Piping within the building and outside within five feet (5) shall be Type "L"
ASTM B88, hard drawn copper tubing with wrought copper sweat fittings
ANSI 816.22.
b. Piping below the building floor shall be Type "K" soft annealed copper
tubing with no fittings below the slab.
4. Gas Piping:
a. Gas piping within the building shall be Schedule 40 black steel pipe
conforming to ASTM A53 using 150 pound banded malleable iron screwed
fittings for piping 2" and smaller and weld type steel fittings for piping 2 -1/2"
and larger except all medium pressure gas shall be welded.
b. Exposed gas piping outside the building shall be Schedule 40 galvanized
steel pipe conforming to ASTM A53 using galvanized 150 pound banded
galvanized malleable iron screwed fittings for piping in sizes 2" and smaller
and seamless weld type steel fittings for all medium pressure gas piping
and piping 2 -112" and larger. All outdoor welded black steel pipe and
fittings shall be painted with oil base prime coat and oil base enamel finish.
5. Indirect Waste Piping: Shall be Type "L" copper as specked for water piping.
6. All exposed piping at plumbing fixtures shall be chrome plated yellow brass except
exposed pipes in shop or utility areas.
7. Unions or flanges shall be furnished and installed at each threaded connection to all
equipment or valves. The unions or flanges shall be located so that the piping can
be easily disconnected for removal of the equipment, tank, or valve, and shall be of
the type specked in the following schedule.
PLUMBING 15400 -5
CITY OF NEWPORT BEACAR • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08 /2005
CONTRACT # 3461, PLAN # P-5189 -S
a. Unions:
1) Black Steel Pipe: 250 pound screwed black malleable iron, ground
joint, brass to iron seat.
2) Galvanized Steel Pipe: 250 pound screwed galvanized malleable
iron, ground joint, brass to iron seat.
3) Copper or Brass Tubing: 150 pound cast bronze or copper, ground
joint, nonferrous seat with ends, by Walseal, NIBCO or Mueller.
b. Flanges: Raised face 150 pound class forged steel, weld, neck or slip -on
type conforming to ASA B16.5 and ASTM A181. For copper piping
systems, provide flanges conforming to ANSI B16.24. The faces of the
flanges being connected to be alike in all cases. Locate flanges so that the
piping can be easily disconnected for removal of the equipment or valve.
Gasket material shall be of material suiting the service of the opening
system in which installed and which conforms to its respective ANSI
Standard (A21.11. B16.21). Provide materials that will not be detrimentally
affected by the chemical and thermal conditions of the fluid being carried.
8. All underground cast iron, copper, steel or other metallic piping located both inside
and outside of building shall be encased within a minimum of 10 mil polyethylene
plastic sleeve sealed water tight with polyvinyl chloride tape. Sleeve shall terminate
3" above grade or floor slab.
9. All underground non - metallic piping shall have 16 gauge copper 'Tracer Wire'
continuous for entire length.
C. Valves
General:
a. Piping systems shall be supplied with valves arranged so as to give
complete and regulating control of piping systems throughout the building,
and locates so all parts are easily accessible and maintained.
b. Valve Design: Rising stem or outside screw and yoke stems. Non - rising
stem valves may be used where space conditions prevent full extension of
rising stems.
C. Sizes: Same size as upstream pipe, unless otherwise indicated.
d. Operators:
1) Hand wheels fastened to valve stem for all valves other than
quarter turn.
2) Lever handles on quarter -turn valves, and provide plug valves with
operating wrench.
PLUMBING 15400-6
CITY OF NEWPORT BEACh •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461, PLAN # P- 5189 -S
RJC NO: 0223
04/08/2005
e. Extended stems: Where insulation is indicated or specked, provide
extended stems arranged to receive insulation.
End Connection: 2 inches and under shall be threaded, 2 -1/2 inches and
larger shall be flanged or full lug style.
2. Approved Manufacturers:
a. Hammond
b. Milwaukee
C. Nibco
d. Nordstrom
e. Apollo
3. Provide Class 150 valves meeting the valve specifications where Class 125 valves
are specified but are not available.
4. Gate Valves:
a. Gate Valves, Outside the building below grade 2 -Inch and Smaller shall be
Hammond IB 638, MSS SP-80; Class 125 bronze body and union bonnet
of ASTM B62 cast bronze; solid wedge disc, B -62 stem material, brass
packing gland, non - asbestos packing, and malleable iron hand wheel.
b. Gate Valves, all valve within the building grade 2 -1/2 -Inch & Larger shall be
Hammond IR 1140, MSS SP -70; Class 125, iron body, bolted bonnet,
flanged ends, non- rising stem, solid wedge, bronze trim, replaceable seat
rings.
5. Ball Valves: (Hammond 8501)
a. Ball Valves, all valves within the building shall be rated for 150 psi saturated
steam pressure, 600 psi WOG pressure; two-piece construction; with
bronze body and single reduce bore or better, chrome plated solid brass
ball, "Teflon" seats and seals, separate adjustable packing gland and nut,
blowout -proof stem and vinyl covered steel handle.
6. Valves: (for gas service)
a. Hammond Ball Valve, 8901 UL, 2 -Inch and Smaller: Rated at 150 wsp -600
WOG; UL listed, brass body, stainless steel ball, and threaded ends. Valve
shall be A.G.A. certified.
Hose Bibbs: Shall be Acorn or approved equal
a. Hose bibbs shall be bronze body with chrome or nickel plated finish, with
renewable composition disc, have loose key 3/4" hose end with 314" female
inlet and vacuum breaker. Vacuum breaker shall conform to ASSE
Standard 1011 with finish to match hose bibb.
b. Recessed Hose Bibbs: See schedule on drawings.
PLUMBING 15400 -7
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
8. Combination Temperature and Pressure Relief Valves: Shall be McDonald, Watts,
or approved equal, bronze body, test lever, thermostat, complying with ANSI Z21.22
listing requirements for temperature discharge capacity. Relief valves shall be
factory set for 210 degree F. and 150 p.s.i. pressure. Relief valves shall be type as
recommended by water heater manufacturer.
9. Trap Primers: Provide where indicated on drawings of type as specified in
equipment schedule complying with ASSE 1018. Install behind access panel.
D. Traps, Strainers and Tailpieces: Every sanitary fixture, unless otherwise specified, shall be
provided with a seventeen (17) gauge tailpiece chromium tailpiece, a Los Angeles pattern
chrome plated cast -brass trap, and wall flanges. Provide chromium plated brass casing
between the trap and wall flanges with each fixture. All sanitary waste system floor drains
and floor sinks shall have cast iron "P" traps.
E. Cleanouts: Shall be J.R. Smith, Zurn or Josam.
1. General: Provide cast -iron ferrule and countersunk brass clean -out plug with. round
cast iron access frame and heavy duty secured top cover.
2. Wall Cleanouts: Zurn No. Z -1468 for steel pipe and Zurn No. Z- 1446 -NH for cast
iron pipe.
3. Floor Cleanouts: Zum No. Z- N- 1400 -NH, bronze plug and non -skid nickel bronze
top.
4. Cleanouts to Grade: Zurn Heavy Duty Clean -out Housing ZN- 1474 -SG -IN with
bronze plug set flush with surface for concrete areas. Asphalt or non - surfaced areas
shall be installed with ring of concrete poured around the bottom flange six inches
(6 ") below surface. Use cast iron soil pipe on cleanout risers. For cleanouts in non-
traffic areas, terminate cleanout plug in concrete yard box.
Access Panels: Zurn, J.R. Smith or Josam. Wall access panels shall be minimum 12" x
12" for concealed valves and other equipment unless otherwise specified or indicated.
Ceiling access panels shall be 18" x 18" minimum.
Wall Panels: Zurn No. Z -1462 nickel bronze, vandal proof for all tile walls and dry
wall walls in toilet rooms. Access panels in dry wall walls in general areas shall be
Zurn No. Z -1462 prime coated steel.
2. Ceiling Panels: Pottorff Model WB or PW, prime coated steel, type as required for
plaster, or dry wall ceilings.
G. Yard Boxes & Vaults: For service shut -off valves on gas and domestic water; for pressure
regulator assemblies and for cleanouts, shall be Brooks Products or Fraser Cement
Products Co., concrete type with cast iron cover and name of service clearly marked on
cover. Box shall be of size to permit easy removal of valve assembly. Vaults shall be
sectional type.
H. Roof Flashing: Provide for all pipe penetrations through roof a Stoneman No. 1100 -5, one
(1) piece, six (6) pound, series with reinforcing steel boot counter flashed with cast iron
flashing sleeve and equipped with vandalproof hood for all vent piping. Seal joint between
flashing and pipe with waterproofing compound.
PLUMBING 15400 -8
CITY OF NEWPORT BEACF* RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
I. Flues: Flues shall be double wall type "B" Metalbestos or approved equal, complete with
tee, support, pipe collar, roof flashing, storm collar and top.
J. Escutcheons: Shall be chrome plated cast brass with set screw locking device.
K. Water Hammer Arresters: Shall be provided where indicated on drawings of type indicated
on equipment schedule and shall be sized per the manufacturer's recommendations. Install
behind access panel.
L. Pipe Supports: Unless otherwise indicated on the drawings, shall be as follows:
The Contractor shall furnish and install all miscellaneous iron work including angles,
channels, etc., required to appropriately support the various piping systems.
Hanger spacing and location shall conform to California Plumbing Code
requirements.
2. All horizontal runs of piping within the building, except for copper water supply stub -
outs at fixtures and copper supply headers within walls, to be supported from the
structural framing with steel rods and split ring hangers: B -Line, Grinnell Company,
Tolco, or approved equal. Copper stub -outs and copper headers within walls to be
supported from the wall framing with Holdrite pipe hangers and supports as
specified at item 0.9., below. Steel rods shall be secured to overhead framing with
side beam connectors. Where necessary, install angle iron between framing to
accommodate hanger rods. Where several pipes are running together, Unistrut, B-
Line, or Powerstrut channels with clamps may be used in lieu of individual pipe
hangers, and supported from structure as herein specified. Submit test data for
type of hanger supports to be provided. For support conditions other than specified
herein, the Contractor shall submit method of support for approval prior to any
installation.
3. Horizontal Piping Hangers and Supports:
a. General: Provide factory fabricated horizontal hangers and supports
complying with one of the following MSS types listed to suit horizontal
piping systems, in accordance with MSS SP -69, IAPMO PS 42, and
manufacturer's published information. Select size of hangers and
supports to exactly fit pipe size for bare piping, and to exactly fit around
piping insulation with saddle or shield for insulated piping. Provide
copper- plated hangers and supports for copper- piping systems.
1) Adjustable Steel Clevis Hangers: (MSS Type 1) B -Line B 3100
2) Adjustable Swivel Pipe Rings: (MSS Type 5) B -Line B 3690
3) Split Ring: (MSS Type 11)
4) Pipe Alignment and Support Brackets: (Per IAPMO PS 42)
HOLDRITE products (see section 0.9.)
PLUMBING 15400 -9
CITY OF NEWPORT BEACIP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461, PLAN # P- 5189 -S
4. Vertical- Piping Clamps:
RJC NO.0223
04/08/2005
a. General: Provide factory fabricated vertical- piping clamps complying with
the following types listed, to suit vertical piping systems, in accordance with
MSS SP -69 and manufacturer's published product information. Select size
of vertical piping clamps to exactly fit pipe size of bare pipe. Provide
copper - plated clamps for copper- piping systems.
b. Two -Bolt Riser Clamps: (MSS Type 8) B -Line 83373
5. Hanger -Rod Attachments:
a. General: Provide factory fabricated hanger -rod attachments B -Line, Tolco
or approved equal, selected by Installer to suit horizontal- piping hangers
and building attachments, in accordance with MSS SP -58 and
manufacturer's published product information. Select size of hanger -rod
attachment to suit hanger rods. Provide copper - plated hanger -rod
attachments for copper- piping systems.
b. Side beam eye socket, Tolco Fig. #57 for rod sizes 318" dia. and Tolco Fig.
#25 -30 -251 for rod sizes 1/2" dia.
6. Building Attachments:
a. General: Provide factory fabricated building attachments, selected by
Installer to suit building structural framing conditions, in accordance with
MSS SP-69 and manufacturer's published product information. Select size
of building attachments to suit hanger rods. Provide copper- plated building
attachments for copper- piping systems.
b. For existing concrete construction, provide expansion shields.
Hanger Rods and Spacing shall conform to the following table:
Pipe SIZes Spacing Boris
2 Inch and Smaller 6 Feet 3/8 Inch
2 -1/2 Inch to 3 Inch 8 Feet 112 Inch
4 Inch and larger 8 Feet 5/8 Inch
8. Hangers and Supports shall be adequate to maintain alignment and prevent
sagging and shall be placed within 18 inches of joint. Support shall be provided at
each horizontal branch connection.
9. When securing copper water supply piping directly to the DWV piping or to the wall
framing (horizontal water headers and fixture stub - outs), the following copper - plated
components of the "HOLDRITE" system are to be used as a support system:
a. For positioning supply /flush valve for wall -hung water closet, use model
114C (attaches to carrier) and 114C -EXT (extension for above, e.g., for
fixtures to be used by handicapped).
b. For attachment to wall framing, use models 101 -26, 102 -26.
PLUMBING 15400 -10
CITY OF NEWPORT BEACIP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
10. Provide lateral bracing as manufactured by B -Line or approved equal for all piping
to prevent swaying or movement in accordance with SMACNA "Guidelines for
Seismic Restraints of Piping Systems ". Piping smaller. than indicated in the
guidelines shall be provided with bracing as specified for the smallest size indicated.
The entire water distribution system shall be properly braced and will not move due
to the action of quick closing of valves.
11. Miscellaneous Supports, Wall Brackets, Etc.: Provide where required in accordance
with the best standard practices of the trade. Submit shop drawings for all
fabricated supports.
12. Isolators: All water piping shall be installed with a manufactured type isolator.
Isolators shall be B -Line vibra clamp and cushion, Super Strut, Stoneman,
"Trisolator", or approved equal. Piping shall be installed and supported in a manner
to provide for expansion without strains. Guides shall be properly installed to
ensure this requirement.
13. Shields:
a. General: Provide 20 gauge galvanized sheet metal shields at piping
hangers for all insulated piping. Size shields for exact fit to mate with pipe
insulation.
14. Roof Mounted Piping: Pipe supports installed on roof shall be as manufactured by
Portable Pipe Hangers Inc., Model No. PP10 with galvanized metal strut or
approved equal. Support shall include all required clamps and devices for a
complete system. Set base in adhesive onto clean roof surface in accordance with
manufacturers installation instructions. Proposed installation procedure shall have
approval of roofing contractor.
M. Insulation:
Hot Water Pipe Insulation: All hot water supply and return piping, except exposed
connections to plumbing fixtures, flanges and unions shall be insulated with "ASTM
C547, Class I, "Johns Manville" "Micro-Lock" 850-APT, Owens - Coming Fiberglass
Corp., ASJ /SL -11 or approved equal, 1" thick for sizes up to 2" and 1 -1/2" thick for
sizes 2" and larger. Insulated piping exposed in occupied areas and equipment
rooms shall be covered with "Childers" 0.016 inch thick aluminum jacket installed
per manufacturer's recommendations. Insulation shall have a flame spread of not
more than 25 and a smoke density not exceeding 50 per 2001 UMC Sec.
1201.2.1.8. Hot water piping below slab shall have insulation protected by a 10 mil
thick polyethylene plastic sleeve sealed watertight with poly vinyl chloride tape.
2. Indirect Waste Pipe Insulation: All indirect waste drains from refrigerated kitchen
equipment shall be insulated with "Armstrong" "Armoflex" insulating tape.
3. All insulation shall be continuous through supports and hangers, except at fixture
stub -out support locations.
4. All fixtures that are accessible shall have an OFF -set grid drain permitting the trap
to be installed flush with the wall. In addition provide PROWRAP insulation kit for
PLUMBING 15400 -11
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
exposed hot water pipe, tailpiece, and trap as manufactured by MCGUIRE, and
secured per manufacturers recommendations.
N. Equipment and Fixtures:
See schedule on drawings.
O. Interceptors (Sand):
1. General: Provide sand and grease interceptor as manufactured by Jensen or
approved equal of size and capacity as indicated, complete with sample box.
2. Construction: Prefabricated reinforced concrete construction, multiple
compartment, with cast iron fittings.
a. Concrete Portland Cement Type II, minimum compressive strength 3000
psi at 28 days.
b. Reinforcing bar intermediate grade ASTM A615
C. Reinforcing welded wires mesh ASTM A185.
d. Precast unit coated outside with Hunts process black No. 120 ASTM C-
309, Type IV -ASTM D41 -FHA requirements.
e. Manholes: Galvanized cast iron cover and frame, traffic grade construction,
complete with pre -cast concrete extension rings between interceptor and
manhole cover at finished grade.
PART 3 - EXECUTION
3.01 INSTALLATION - GENERAL
A. Locations and Accessibility: Install equipment for ease of maintenance and repair. If
changes in the indicated locations or arrangements are made by the Contractor, they shall
be made without additional charges.
B. Openings: Furnish information to the other trades on size and location of openings which are
required in walls, slabs, roof, for piping and equipment at the proper times.
C. Closing -In of Uninspected Work: Do not allow or cause any of the work to be covered up or
enclosed until it has been inspected, tested, and accepted by the Architect. Any work
enclosed or covered prior to such inspection and test shall be uncovered and, after it has
been inspected, tested, and approved, make all repairs with such materials as may be
necessary to restore all work, including that of other trades,. to its original and proper
condition.
D. Before laying of any pipe or digging of any trenches, Contractor shall determine by actual
excavation and measurement exact locations and depth of existing utility and service lines to
which he is going to connect. Should existing conditions prevent for installation of piping as
detailed on drawings or to make connection in manner indicated, Contractor shall confer
with the Architect, Owner's representative and Engineer for Direction.
PLUMBING 15400 -12
CITY OF NEWPORT BEACH RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -5
E: Excavation, Trenching and Backflll: Do all necessary trench excavation, shoring, backfilling
and compaction required for the proper laying of the pipe lines. Remove all surplus earth
materials from site.
1. Backfill shall be clean soil free from rocks and debris. Compact to ninety percent
(90 %) of surrounding soil. All piping both inside and outside of building shall be
installed in a minimum 6" sand bed and covered with 6" of sand prior to backfill.
Continue backfill with materials free of rocks and debris, properly moistened and
mechanically tapered and compacted to 90% of surrounding soil. Compaction by
flooding or jetting is expressly prohibited.
2. Water, soil and waste piping shall have twenty-four (24 ") of cover minimum, except
all PVC pipe material and all gas piping shall have thirty (30 ") of cover minimum. All
other pipe shall have not less than eighteen inches (18 ") of cover, unless otherwise
noted on the drawings. Offset gas and water piping as required to permit crossover
of underground piping systems, and electrical conduit systems.
3. Bottoms of Trenches: Cut to grade and excavate bell holes to ensure the pipes
bearing for their entire length upon the outside periphery of the lower third of the
pipe.
4. Water piping shall not be run in the same trench with sewer or drainage piping
unless separated as required by the UPC as follows. The bottom of the water pipe
at all points shall be at least twelve (12 ") inches above the top of the sewer or drain
line. The water pipe shall be placed on a solid shelf excavated at one side of the
common trench with a minimum clear horizontal distance of at least twelve (12 ")
inches from the sewer or drain line.
5. Horizontal soil and waste piping shall be installed to a uniform grade of not less than
one -fourth inch (1 /4") per foot, unless otherwise indicated or directed.
F. Piping Installation:
1. All piping shall be concealed in finished portion of the building except where
otherwise indicated or directed at the time the work is done. All piping shall be
installed to dear all framing members and beams, even if drawings do not indicate
same. Contractor shall constantly check the work of other trades so as to prevent
any interference with the installation of this work.
2. All piping into stem walls and footings shall be double half lap wrapped with 1/8"
thick "Armoflex" insulation. The Contractor shall also provide blocked out areas in
stem wall and footing as required for the installation of the piping. All piping shall
avoid the lower 8" of the footing and the Contractor shall coordinate and provide
dropped footings as required for the installation of the underground piping.
3. Unions shall be installed on one side of all screwed shut -off valves, at both sides of
screwed automatic valves and on all by- passes, at all equipment connections and
elsewhere as indicated or required for ease of installation and dismantling.
4. Connections between copper tubing and equipment shall be with Mueller Brass
Company, or approved equal, brass stream line copper to P.P.S. ground joint
unions.
PLUMBING 15400 -13
CITY OF NEWPORT BEACI RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
5. Corrosion Protection:
a. All below ground both inside and outside the building cast iron, ductile iron,
steel, copper, brass, bronze & other metallic valves, unions, fittings,
flanges, bolts & appurtenances shall be protected against corrosion as
follows:
1) All metallic components as described above shall receive a heavy
coating of "Henry's" oil base roof mastic.
2) After mastic coating is completed and inspected, wrap entire
metallic component with a minimum of 10 mil. polyethylene wrap
overlapped 50% of the circumference and extended beyond ends
of component as required for polyethylene to be secured to piping.
The overlap seam shall be located to avoid backfill material from
entering the encapsulated area. The ends and seam of the of the
polyethylene material shall be secured to the piping and sealed
with 3M ScotchNVrap N. 50, 10 mil., 2" wide, printed, pipe wrap
sealing tape.
3) The mastic coating shall be inspected and approved prior to the
finish application of the polyethylene material, which shall also be
inspected.
4) Pipe and fittings shall be protected as specified hereinbefore under
"PIPE AND FITTINGS" paragraph.
G. Sleeves: Shall be schedule 40 galvanized steel where pipes pass through concrete
foundation walls and 22 gauge galvanized sheet metal in all other walls, floors and partitions.
1. Isolate pipes through ground floor slabs with double wrap Kraft paper, unless pipe
sleeves as specified above as indicated or required by code..
2. Pack space between pipe and sleeves with ceramic fiber rope so as to be
absolutely watertight.
3. All penetrations of sleeves in or through fire rated walls and other fire rated
assemblies shall be protected & sealed per U.L. Fire Resistance System No.
WL1001 for uninsulated pipe and No. WL5039 for insulated pipe. See architectural
plans for all locations of rated walls and other fire rated assemblies.
4. Hanger rods required to pass through fire rated finished ceilings shall be protected
as specked here in above and an escutcheon plate provided at face of penetration.
H. Contraction and Expansion: Install all work in such a manner that its contraction and
expansion will not do any damage to the pipes, the connected equipment, or the building.
Install offsets, swing joints, expansion joints, seismic joints, anchors, etc., as required to
prevent excessive strains in the pipe work. All supports shall be installed to permit the
materials to contract and expand freely without putting any strain or stress on any part of the
system. Provide anchors as necessary.
PLUMBING 15400 -14
CITY OF NEWPORT BEACP RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 0410812005
CONTRACT # 3461, PLAN # P- 5189 -S
Pipe Joints and Connections:
Copper Tubing and Brass Pipe with Threadless Fittings:
a. Solder joints for copper shall be made with 95/5 lead free solder in
accordance with manufacturer's recommendations for the service intended
and shall be NSF /61 certified approved.
b. Use threaded adapters on copper tubing where threaded connections are
required.
2. Welded Joints: All welding to be performed by welders certified as passing ASME
Boiler and Pressure Code (Section IX) and shall comply with ASME Std. 831.1.0
and the American Welding Society, Welding Handbook.
J. All closet bends shall be adequately blocked and secured. Trap arms and similar
connections installed below the floor level or under concrete slabs shall be adequately
supported and anchored to prevent motion in any direction. All piping installed above grade
within buildings shall be secured to structural framing with Unistrut or pipe clamps to provide
.a rigid installation. Piping utilizing gaskets as a seal shall be given prime consideration to
providing adequate stability through proper supports and anchors because of its flexible
nature.
K. Flexible piping of any kind will not be permitted except when indicated on drawings provide
Hose Master Inc., flexible pipe appliance connector model UNP, female union, male nipple
and plastic cover, AGA approved for kitchen equipment only.
L. Each pipe penetration of the roof shall be separated from other piping and any roof
equipment by a minimum of 18" to insure a proper pipe flashing installation.
M. Floor, Wall and Ceiling Plates: Where pipes pierce finished surfaces, C.P. brass split
flanges with set screw lock shall be provided.
N. Roof Flashings: Extend pipe a minimum of seven inches (7 ") above finished roof line, except
where a vandal proof hood is required in which case pipe shall extend to a height required to
receive the hood and also where specifically required to exceed this dimension by the local
authority due to snow conditions.
O. All grease interceptors shall be provided with a sample box and shall be installed per the
manufacturers recommendations complete with traffic weight cast iron galvanized
manhole(s) to grade.
P. Installation of Plumbing Fixtures:
1. Install each fixture at the exact height and location shown on the Architectural
Drawings.
2. Set fixtures, supplies, trap and trap outlet square with the wall, in line with fixture
outlets without any offsets, angles, or bends.
3. Grout joint between the fixtures and the walls or floors with polysulfide or silicone
sealant to be smooth, even and watertight.
PLUMBING 15400 -15
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461, PLAN # P -5189-S
RJC NO. 0223
04/08/2005
4. Watertight joints for drainage connections to all fixtures shall be made in
accordance with the California Plumbing Code.
O. Completion of Installation:
1. Cleaning and Flushing: Clean all equipment and materials thoroughly. Leave
surface to be painted smooth and dean, ready for painting.
2. Flush each unit of water supply and distribution system thoroughly with clean water
at the highest velocities attainable.
3. Clean all piping, valves, traps, water heaters, fixtures and other devices thoroughly
and flush or blow out until free of scale, oil silt, sand, sediment, pipe dope and
foreign matter of any kind.
3.02 CUTTING & PATCHING (See Division 1)
A. The cutting and patching of existing' construction shall be coordinated in advance of the
work.
B. Where required to remove, cut or core drill existing building walls, partitions, floors, ceilings
and roof and outdoor paved and landscaped areas in order to install the work as indicated,
the Contractor shall cut and patch existing construction to match adjacent areas in a manner
that will not result in visual evidence of any cutting or patching. The materials, finishes and
methods of installation shall match the existing adjacent surfaces and shall be in
accordance with the requirements of other applicable sections of these specifications.
C. Unless specified on structural drawings, any alterations or modifications to a structural
element by cutting, drilling, boring, bracing, welding, etc., shall have written approval by
Structural Engineer of record and DSA prior to start of work.
3.03 STERILIZATION OF DOMESTIC WATER LINES
A. Sterilize [repaired] [new) water lines by filling with a solution containing fifty (50) parts of
chlorine per million parts water and holding the solution therein for at least twenty-four (24)
hours with a water head of at least five feet (5') above the highest point in the system.
Unless otherwise directed, thoroughly flush each line prior to sterilization. Introduction of
sterilizing solution or materials into the lines shall be such as to provide thorough and
uniform distribution throughout the system.
B. Operate all valves during the retention period. Following retention period, the heavy
chlorinated water shall be flushed from the system with clean water.
C. Continue flushing until the residual chlorine at the end of 24 hours does not exceed the
chlorine residual in the flushing water.
D. All work and certification of performance must be done by an approved laboratory utilizing
qualified applications and personnel.
3.04 TESTING
A. No piping work shall be concealed or covered until piping has been tested, inspected and
approved by the Inspector. All piping for plumbing systems shall be completely installed and
PLUMBING 15400 -16
CITY OF NEWPORT BEACIO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P -51895
tested as required by the Uniform Plumbing Code. Test pressures and times indicated are a
minimum only. All tests shall be as required by the governing authority as well.
Schedule of Test Pressures:
System Tested rlyuge IR.St Duration
Water 100 Pounds or 1' /s times working
pressure whichever is greater. Water 4 Hours
Gas 60 Pounds Air 4 Hours
Waste, Vent & Per Uniform (Minimum 10 Feet of Head)
Plumbing Code
3.05 OPERATION INSTRUCTION
A. Prior to occupancy or prior to the date of final inspection, whichever may occur first, the
Contractor shall prepare two (2) sets of typewritten instructions for the operation of all
equipment, valves, etc., specked and furnished as a part of the work under this section, and
shall assign a competent person, thoroughly familiar with the job, to demonstrate and
instruct a representative of the Owner in the operation of the equipment. The time of said
demonstration and instructions shall be arranged with the Owner's representative
approximately one (1) week in advance. Verbal instructions shall include shut -off location of
gas and water. The Contractor shall assemble all operation and maintenance data supplied
by the manufacturers of the various pieces of equipment, all keys and special wrenches
required to operate and service the equipment (including keys for yard boxes, gas stops and
fixture stops), and all equipment warranties and deliver same to the representative of the
Owner on date of said instructions.
3.06 PIPE AND EQUIPMENT IDENTIFICATION
A. Each operating and service line shut -off valve shall be identified by a 19 ga. brass tag with
stamped, engraved type of service identified, complete with hole and brass chain mounted
on valve stem or handle. Tag shall be a minimum of one and one -half inch (1'/2 ") in
diameter.
B. Access Panel Markers: Provide manufacturers standard 1/16 inch thick engraved plastic
laminate marker, with abbreviations and numbers corresponding to concealed valve.
C. Provide on exterior wall of each building opposite the building's main gas service a sign
reading "Gas Shut Off". Sign shall be metal with minimum 1%" high embossed letters.
D. All equipment shall be provided with name plate indicating all pertinent information on it.
E. Manufacturer's (Seton or Bradt) standard permanent, bright colored, continuous printed
plastic tape, intended for [all interior piping and] direct - burial service, piping not less than 6
inches wide x 4 mils thick. Provide multi -ply tape consisting of solid aluminum foil core
indicating type of service of buried pipe between two layers of plastic tape. The warning
plastic (service identified) tape shall be placed one (1) foot above all buried pipe.
PLUMBING 15400 -17
CITY OF NEWPORT BEACIV • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
3.07 SCHEDULING OF WORK:
A. The facilities will be in operation during the entire period of construction. The Contractor
shall be responsible for the proper scheduling of his work to insure that the existing
mechanical systems to be replaced, modified and extended into existing utilities are kept in
operation during the entire period of construction. When interrupted service are unavoidable,
the Contractor shall confer with the Owner's authorized representative to determine at what
times the connections can be made to minimize the interruptions to the normal operation of
the facilities.
END OF SECTION
PLUMBING 15400 -18
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
SECTION 15800 - VENTILATING
DIVISION I REQUIREMENTS ARE A PART OF THIS SECTION.
PART 1 — GENERAL: General Provisions of the Contract Documents to be included but not necessarily
limited to General Conditions, Supplementary Conditions and Sections of Division One of this project manual.
1.01 WORK INCLUDED
A. Furnish all labor, materials, equipment, transportation, testing and services necessary for
the proper and satisfactory installation of the ventilating work and including the demolition &
removal of certain equipment, duct work & appurtenances all as required and indicated on
the drawings and specified herein. Work, materials and equipment not indicated or specified
which is necessary for the complete and proper operation of the work of this Section in
accordance with the true intent and meaning of the contract documents shall be provided
and incorporated at no additional cost to the Owner.
1.02 QUALITY ASSURANCE
A. Code Requirements: All work covered by this Section shall conform to the latest
requirements of the following regulations:
1. National Fire Protection Association.
2. State Division of Industrial Safety.
3, CCR, Title 24, Part 4 2001 CMC.
4. City of Newport Beach Building Dept.
5. Uniform Fire Code with California Amendments.
6. Any other legally constituted body having jurisdiction thereof.
B. Nothing in the Specifications or drawings shall be construed to permit deviation from the
requirements of governing codes unless approval for said deviation has been obtained from
the legally constituted authorities having jurisdiction and from the Owner's representative.
1.03 DRAWINGS
A. Because of the small scale of the drawings, it is not possible to indicate all offsets, fittings
and accessories, which may be required. The Contractor shall carefully investigate the
conditions surrounding the installation of his work, furnishing the necessary ductwork and
fittings, which may be required to complete the installation. The Contractor shall verify that
adequate space is available for the installation of the ductwork as indicated, prior to detailing
and fabrication.
B. The general arrangement indicated on the drawings shall be followed as closely as possible.
Coordinate with the Architectural, Structural, Plumbing, Fire Protection and Electrical
Drawings prior to installation of ductwork and equipment to verify adequate space is
available for installation of the work shown. In the event a field condition arises which
makes it impossible to install the work as indicated, submit, in writing, the proposed
departures to the Architect for his acceptance prior to the installation. Only when Architect's
acceptance is given, in writing, shall Contractor proceed with installation of the work.
HVAC 15800 -1
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
C. Special Note: Should the Contractor make changes in the installation differing from what is
indicated on the contract drawings and not necessitated due to field conditions as indicated
hereinabove, the Contractor shall be required to re- install the work to comply with what has
been indicated on the contract drawings. Should it be impossible to re- install the work and
the installation is in accordance with all governing authorities, the Architect may permit the
installation to remain. However, all costs incurred to revise the contract drawings by the
Engineer for resubmittal to the building department indicating the as- installed condition shall
become the responsibility of the Contractor.
D. In case of a difference in the specifications between the specifications and the drawings, or
in the drawings, the contractor shall include the cost of the most expensive alternate in the
bid proposal. The contractor shall secure direction from the architect before the astart of any
construction.
1.04 PERMITS, INSPECTIONS AND LICENSES
A. All permits, inspections and licenses required by the legally constituted authorities for
installation of the work according to the plans and specifications shall be obtained and paid
as a part of the work of this Section.
1.05 EXAMINATION OF PREMISES
A. Before bidding on this work, Contractors shall make a careful examination of the premises
and shall thoroughly familiarize themselves with the requirements of the contract. By the act
of submitting a proposal for the work included in this contract, the Contractor shall be
deemed to have made such study and examination, and that he is familiar with and accepts
all conditions of the site.
1.06 PROTECTION
A. All work, equipment and materials shall be protected at all times. Contractor shall make
good all damage caused either directly or indirectly by his own workmen. Contractor shall
also protect his own work from damage. He shall close all duct and pipe openings with caps
or plugs during installation. He shall protect all his equipment and materials against dirt,
water, chemical and mechanical injury. Upon completion, all work shall be thoroughly
cleaned and delivered in a new condition.
B. Contractor shall be held responsible for all damage to equipment and materials until he has
received written notice from the Architect that his work has been accepted.
1.07 LOCATIONS
A. The locations of apparatus, ductwork, and equipment indicated on the drawings are
approximate. Ducts, and equipment shall be installed in such a manner as to avoid all
obstructions, preserve headroom, and keep openings and passages clear. The locations of
all diffusers, registers and grilles shall be coordinated with the architectural reflected ceiling
plans and room elevations.
B. Clearance and Openings: Contractor shall cooperate and coordinate his work with all other
trades to avoid confliction and permit for a neat and orderly appearance of the entire
installation. The Contractor shall, in advance of the work, furnish instructions to the General
Contractor as to his requirements for equipment and material installation of any kind,
whether or not specifically mentioned on drawings or in the specifications, and shall include
HVAC 15800 -2
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
recesses, chases in walls, and all required openings in the structure. Should furnishing this
information be neglected, delayed or incorrect and additional cuttings are found to be
required, the cost of the same shall be charged to this Contractor.
1.08 UNINSPECTED WORK
A. Contractor shall not allow or cause any of his work to be covered up before it has been duly
inspected, tested and accepted by the Owner, Architect or any other authorized inspectors
having legal jurisdiction over his work. Should he fail to observe the above, he shall uncover
the work and, after it has been inspected, tested and accepted, recover it at his own
expense.
1.09 SUBMITTAL DATA (Also see Division 1)
A. Furnish, all at one time, prior to any installation, six (6) bound copies of valid submittal data
on all material, equipment and devices. Each submitted item shall be indexed and
referenced to these specifications and have identification numbers as noted on the
equipment schedules. Submittals not complying with this paragraph shall be rejected.
B. Manufacturer's submittal literature and shop drawings are required on all items to ensure the
latest and most complete Manufacturer's data is available for review. Requirements of the
submittals and Engineer's submittal notes are a part of the work of this Division except that
Engineer's notes may not be used as a means of increasing the scope of work of this
Division.
C. Submittals will be checked for general conformance with the design concept of the project
but the review does not guarantee quantities shown and does not supersede requirements
of this Division to properly install work.
D. A list of names is not a valid submittal. To be valid, all submittals must:
Be delivered to the Architect's office upon award of the contract. Corrections or
changes in submittals returned as inadequate or incomplete shall be accomplished
within this time limit.
2. Include all pertinent construction, installation, performance and technical data.
3. Include, for every item, which differs in size, configuration, connections, service,
accessibility, or any other significant way, a drawing to the same (or larger) scale as
to the pertinent portions of the contract drawings. In this drawing show a complete
layout of the system except that which is identical to the contract drawings, unless
the unchanged portions must be shown to indicate such things as clearances. This
drawing, together with the contract design drawings must show the complete
system as revised to accommodate the proposed alternate.
4. In addition to the material and equipment submittals, the Contractor shall provide
shop drawings for the items listed below.
a. Equipment support and lateral restraint details.
b. Control diagrams with sequence of operation.
HVAC 15800-3
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P -51895
These shop drawings must be reviewed and accepted by the Architect before the
start of said items.
1.10 SUBSTITUTIONS (Also see Division 1)
A. The Contractor assumes full responsibility that alternate items and procedures will meet the
job requirements and is responsible for cost of redesign and of modifications to this and
other parts of work caused by the use of any equipment other than what is scheduled on the
drawings. In view of these responsibilities, it is the purpose of these specifications to
establish procedures, which ensure that the Contractor has considered all the ramifications
of proposed alternates before submitting them for review. Submittals which do not comply
with the requirements of these specifications or which indicate proposed alternates were
selected without proper regard to the requirements of the job, will not be approved.
B. This Contractor is responsible to provide sufficient information to allow the Engineer to
analyze any proposed alternate. If inadequate information is provided, the proposal will not
be accepted and resubmittal will not be allowed.
C. The Architect or his authorized representative shall be the sole judge as to the quality and
suitability of proposed alternate equipment, fixtures or materials and decisions of the
Architect or that of his representative shall be final and conclusive.
1.11 RECORD DRAWINGS (Also see Division 1)
A. Contractor shall provide and keep up- to-date a complete "as- built" record set of blueline
prints which shall show every change from the original drawings and the exact "as- built"
locations and sizes of the work provided under this Section of the specifications. Upon
completion of the work this set of prints shall be delivered to the Architect.
1.12 GUARANTEES (Also see Division 1)
A. Contractor shall guarantee the entire ventilating work unconditionally for a minimum period
of one (1) year after final acceptance except where noted otherwise. If, during this period,
any materials, equipment, or any part of the systems fail to function properly, Contractor
shall make good the defects promptly and without any expense to the Owner. Contractor
shall also guarantee before final acceptance that the specific quantities of air on the
drawings shall be supplied as indicated; also that each apparatus shall deliver the capacities
specked. The size of all equipment, duct supply outlets, return and exhaust grilles, etc., are
a minimum and the Contractor shall not decrease them in any way.
B. The worts shall be installed of such materials and equipment and in such manner that the
operation of all parts of the systems covered by the plans and specifications shall be
noiseless to the extent that no sound of operation will be heard inside the rooms served by
the system's equipment.
C. All equipment shall carry Manufacturer's warranty against defective parts or poor
workmanship, and shall not be less than one (1) year. See specific equipment specification
for extended warranty requirements.
D. Contractor shall be responsible for all damage to any part of the premises caused by
equipment furnished and installed under this section of the specifications for a period of one
(1) year after date of acceptance of his work.
HVAC 15800 -4
CITY OF NEWPORT BEACP •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461, PLAN # P- 5189 -S
PART2- PRODUCTS
2.01 MATERIALS AND EQUIPMENT - (Also See Schedules on Drawings)
RJC NO. 0223
04/08/2005
A. General: Provide all materials and equipment as specified or required in the work, new and
free from defects and imperfections.
B. Ductwork:
The Contractor shall furnish and install all ductwork indicated on the drawings. All
ductwork shall be galvanized steel complying with ASTM A653, lock forming with a
minimum coating of 1.25 ounces per square foot and shall conform to specifications
for zinc- coated galvanized steel sheets meeting the requirements of U.M.C. Section
602, Standard No. 2 -2. All ductwork shall be fabricated and installed in full
compliance with Sections 601, 602, 603, Tables 6 -1 6-2 and 6 -5 of the Uniform
Mechanical Code, and as specified hereinafter or as detailed on the drawings. .
2. Take -offs from main and branch ducts, unless otherwise noted on the drawings,
shall be made with either spin -in connectors or 45- degree taps and provided with
volume dampers. All panels shall be either cross - broken or beaded 12" on center
to ensure rigidity. The internal ends of all slip joints shall be installed in the direction
of flow. All braces, stiffeners and hangers shall be placed outside of the ducts. All
longitudinal duct, seams and transverse joints shall comply with the Uniform
Mechanical Code Sections as listed hereinbefore except that all exposed duct
located in occupied areas shall have transverse joints may be made with
"DUCTMATE" system.
3. All changes in direction of the ducts shall be made possible with inside radius not
less than one and one -half (1'/2) times the width of the duct. Where, due to space
limitations, it is necessary to use elbows of less radius; or where indicated on the
drawings, elbows having turning vanes shall be used. These turning vanes shall be
as hereinafter specified.
4. All ducts shall be installed true to line and grade. All concealed horizontal ducts
shall be installed to leave the greatest possible furring space under them, or as
indicated on the drawings. Where necessary, changes of elevation in the ducts
shall be made to secure this result, but not without acceptance of the Architect.
5. Changes in the shape of the ducts shall be made at small angles. Sides of the
ducts shall diverge or converge at an angle not greater than 30 degrees.
6. Where required, sheet metal connections shall be made to building structure by
means of galvanized angles anchored to the structure and the sheet metal bolted to
the angles.
7. Sheet metal gauges shall conform to the following requirements:
Largest Duct Maximum Duct U.S. Standard
Dimension (inrhP¢1 nIL1mPt9r ('nrL .befX rai JgP _ QAV
Up thru 12 Up thru 14 24
13 thru 30 15 thru 23 24
HVAC 15800 -5
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
31 thru 54 24 thru 36 22
All galvanized round duct shall be of spiral lock seam construction. All plenums
where indicated on drawings shall be constructed of 20 gauge.
8. Round Duct and Fittings: Round ductwork where indicated on drawings shall be
spiral lock seam low pressure type as manufactured by United McGill Corporation
or approved equal, and shall be constructed of galvanized steel meeting ASTM -A-
653 requirements. Round duct shall be of gauge thickness as indicated on
schedule and all fittings shall be minimum 22 gauge. Reducers shall be formed
type. 90 degree elbows shall be four (4) piece type. 45 degree elbows shall be
three (3) piece type. Fittings shall have seams and joints spot welded and sealed
airtight with duct sealant. All circumferential joints shall be duct to duct couplings,
mechanically fastened with sheet metal screws, minimum four (4) per fitting and not
to exceed 12" on centers.
9. Flexible Duct and Fittings: (Above furred ceilings only) Flexible ductwork between
sheet metal ducts and air outlets shall not exceed 6' -0" in length and shall be FAM
Type AC-6, or Thermo -Flex G -KM, factory fabricated assembly consisting of a
galvanized spring steel wire helix covered with a continuous, non - perforated interior
air seal liner and wrapped with a 1" barrier jacket, factory sealed at both ends of
each section. The flexible duct shall conform to the requirements of NFPA Bulletin
No. 90A and shall be labeled by Underwriters' Laboratories, Inc., 181 as a Class I
air duct. Insulation shall have a flame spread of not more than 25 and a smoke
density not exceeding 50 per U.M.0 Section 605. Flexible ductwork takeoffs from
main and branch ducts shall be made with a sheet metal pressure tap -in,
combination unit, having adjustable damper and extractor hardware. Connections
to sheet metal collars shall be with high pressure duct sealer applied to the interior
of the flexible duct for a minimum of 3" and secured in place over the collar with
wide positive locking steel or vinyl straps.
10. Shower Room Exhaust System: All ductwork shall be aluminum construction, two
gauges heavier than required for galvanized ductwork
11. Sheet Metal Duct Supports:
Max. Diameter or Minimum Support Maximum
Rich% of Rprtangt filar Di ict Material nggtan
Max. Max. Max.
Dia. OnP Side Other Ride
20" 18" 36" 18 ga. GI strap,
1" wide 8' -0"
36" 46" 18 ga. GI strap,
I" wide 8' 4"
48" 60" 16 ga. GI strap,
1-1/2" wide 8' -0"
a. Vertical duct supports 1 -1/2 x 1 -1/2 x 1/8 shall be installed on two (2)
opposite sides of each duct and shall be riveted, bolted or metal screwed to
HVAC 15800 -6
CITY OF NEWPORT BEACh • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P -5189-S
each side of the duct at not more than 12" intervals. The angle iron
supports shall project beyond the opening in the floor.
b. Hanger straps to turn under bottom of rectangular ducts and shall attach
with sheet metal screws at this point as well as minimum two (2) additional
screws into sides of duct for sizes 18" and under three (3) screws for sizes
above 18" (typical for each strap). Ducts in sizes above 48" shall run
continuous under bottom of duct. Straps for round duct shall run
completely around underside of duct and shall be secured in place with
minimum of two (2) sheet metal screws each side.
12. Flexible Ducts: Support flexible ductwork 4'-0" on centers with 2" wide 22 gauge
galvanized metal band with hemmed edges and 22 gauge sheet metal strap, 1"
wide. Secure flexible duct to connectors with 112" wide positive locking steel or vinyl
straps and high pressure duct sealer as specified hereinbefore.
13. Strap Installation: In general, provide in accordance with SMACNA duct installation
standards. Contractor may request approval of alternate support methods to type
specified. Shop drawings will be required.
a. Concrete: Secure supports to concrete with concrete inserts. Branch
ductwork in sizes 18" and smaller may be secured by power actuated
fasteners. For existing concrete construction provide expansion shields.
Contractor shall submit sizes and maximum loading data.
b. Steel and Wood Framing: Provide beam clamps as manufactured by
Grinnel, Joloo or approved equal. Where necessary, span beams with
angle iron to provide support. Submit test data for size hangers provided.
C. Brace all ductwork laterally to structural framing to prevent swaying or
lateral movement in accordance with SMACNA "Guidelines for Seismic
Restraints of Mechanical Systems." Where guidelines do not address the
smaller 'size ducts and flexible ducts, this Contractor shall provide sway
bracing consisting of sheet metal straps or angle iron that will restrict any
swaying to within 2" in any direction.
14. Access Doors
Where required or indicated on drawings, airtight sheet metal access doors
shall be installed in ducts and plenum casings. Doors shall be of sizes
shown, or as directed where no sizes are shown. All doors shall be
constructed per SMACNA Standards of at least the same weight as the
duct or casing. Reinforcing shall be installed, where required, to prevent
distortion and vibration. All doors shall be fitted with felt strips to ensure air
tightness.
b. Each door shall be hung on two (2) or more hinges. Doors shall be
provided with Ventlok No. 100 latches, or approved equal.
C. Ceiling Access: Where no means of access are provided, the Contractor
shall furnish and install Air Factors or Controlaire metal access doors and
frames, of sufficient size to permit easy access to fire dampers, valves, and
other furred equipment which require access to same. Adjustable volume
HVAC 15800-7
CITY OF NEWPORT BEACh • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
dampers located above ceilings shall be provided with remote damper
controls as specked hereinafter. Doors in concealed spline acoustic
ceilings shall be acoustic file type with screwdriver operated spring loaded
catches. Other doors shall be minimum 16" x 16" Pottorff 500 Series or
approved equal.
15. Extractors: Shall be Titus, Air Factors or approved equal with adjustment made
from register or diffuser face.
16. Turning Vanes: All elbows having a centerline radius less than the width of the duct
shall be square elbows with turning vanes of proper radius and spacing. These
turning vanes shall be multi -vane type and shall be carefully installed in accordance
with the Manufacturer's instructions. Contractor may submit for approval shop
fabricated vanes conforming to SMACNA Duct Manual Standard.
17. Flexible Duct Connections: Shall be provided where indicated or as required and
shall be "Vent- glass" or Duro-Dyne Durolan super metal -fab.
18. Duct Tape and Sealer: (Meet requirements of Uniform Title 24, Section 124,
Requirements for Air Distribution System Ducts and Plenums)
a. All longitudinal snap lock joints shall be made airtight with high pressure
duct sealant TREMCO J.S. 773, GREY A.F., or Foster 1042, and
transverse joints sealed with Hard cast AFG No. 1402 printed foil grip
instant tape sealant for rectangular ducts and round ducts, all Underwriter's
Laboratory (UL) classified with NFPA 90A rating of a flame spread not
exceeding 25 and a smoke developed rating not to exceed 50. At
Contractor's option, all round duct transverse joints may be made with
MIRACLE D -619 water based, duct sealant UL classed as manufactured
by MIRACLE ADHESIVES CORP., Foster or Ductmate.
b. Sealant Standards:
1) Metal Ducts: UL 723.
2) Flexible Ducts: UL 181 B -M.
C. Exposed outdoor ductwork shall be sealed as described herein and, in
addition, all transverse joints shall be covered with Glenkote "Seal - Flex ".
d. Ductwork exposed in occupied areas shall have transverse joints sealed
with Miracle D-619 sealant and all joints wiped clean after application
19. Dampers (Also see details on drawing):
a. Volume Dampers:
1) Volume dampers shall be provided and installed on all supply,
return and exhaust ducts as indicated on the drawings and as
required for proper balancing of the system. Dampers shall be
fabricated of same material as duct system served.
2) Single blade volume dampers shall be provided in all round ducts
and in rectangular ducts not exceeding 8" in depth. Damper blades
shall be constructed of not less than 20 gauge galvanized steel.
HVAC 15800 -8
CITY OF NEWPORT BEACP RJC NO.0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 /08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
Dampers shall be complete with galvanized steel frame, blades,
control shaft, hand quadrant and bearings. Dampers shall be
Ruskin Model #MD25, Pottorff CD -10 or approved equal for
rectangular and Ruskin Model #MDRS 25, Pottor f CD -10R or
approved equal for round.
3) Volume dampers provided in rectangular ducts exceeding 8" in
depth shall be factory made, opposed action multi -blade type,
Ruskin Model MD -35, Pottorff CD-40, or approved equal. Provide
Duro-Dyne or Venflok, heavy duty locking -quadrant, dial type
damper regulator set or approved equal.
4) For hard and inaccessible ceilings, provide Bowden remote cable
controls as manufactured by Young Regulator Co.
C. Registers, Diffusers and Grilles ( Anemostat or approved equivalent by Titus, or Krueger):
Provide diffusers, registers and grilles to sizes indicated on drawings. Sound levels
shall not exceed NC25 for air quantities indicated. Outlet Manufacturer's
representative shall be responsible for a complete review of all outlets as indicated
on the drawings and shall provide outlets that have as minimum temperature and
velocity transverses, throw and drop, and noise criteria ratings for each size device
as listed in Manufacturer's current data that will meet the required conditions as
indicated on the drawings. Diffusers shall be tested in accordance with ASHRAE
STD. 70 -1991.
2. Supply air registers for sidewall application shall be two sets of individually
adjustable louvers of extruded aluminum in a extruded aluminum frame Anemostat
Model XRC25HO, double deflection horizontal throw 1/2 inch lower spacing
adjustable supply registers with opposed blade volume damper and extractor.
3. Sidewall return air and exhaust air registers shall be Anemostat Model XRC15HO,
made of curved fins of extruded aluminum with fixed horizontal 1/2 inch center with
opposed blade volume damper.
4. Rectangular ceiling diffusers shall be Titus model MCD steel modular core diffuser.
Diffuser core shall consist of fixed louver directional modules each module shall be
removable. Diffuser shall be complete with seismic hanging tabs opposed blade
volume damper in neck and air flow equalizer with filler panel assembly for
suspended T -bar ceiling or surface mounted for plaster ceilings. The diffusers shall
have a baked white enamel finish.
5. Ceiling mounted return air and exhaust air registers shall be Titus model 50R with
opposed blade damper for registers. Provide type as required for either a
suspended T -bar ceiling or plaster ceiling.
6. Ceiling and wall transfer air grilles shall be Titus 350RL.
7. Secure all ceiling supply, return and exhaust air outlets to ceiling grid system and
overhead framing per State Building Code Section 2501A.5.9.
8. The Contractor shall coordinate the ceiling diffusers or return register assembly
design and installation requirements with the T-bar ceiling suspension system
furnished.
HVAC 15800 -9
CITY OF NEWPORT BEACHO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
D. Fly fans shall be Mars, Berner or approved equal with capacities indicated on drawings,
complete with direct drive fans, adjustable discharge nozzles, washable air filter screen.
Totally enclosed motor, micro switch and/or three speed fan switch as indicated and cabinet
for one piece molded, high density polycarbonate.
E. Insulation: Insulation of ducts, plenums and air handling boxes shall meet the requirements
of 2001 UMC Section 605 and UL -181 and Uniform Title 24, Section 124, Requirements for
Air Distribution System Ducts and Plenums.
1. Ductwork shall be insulated as hereinafter specified. Insulation shall be as
manufactured by Johns Manville, Owens- Corning or Knauf.
2. Concealed Ductwork with Exterior Insulation: Indoor concealed supply and return
ductwork shall be insulated with Johns Manville microlite Type 75 minimum 2" thick,
3 /4 -lb. per cubic foot density glass fiber flexible duct insulation with vapor barrier
jacket FSK, aluminum foil faced reinforced with fiberglass yarn and laminated fire
resistant Kraft. Installed R value of 5.6 minimum for indoor. Omit wrapping where
ducts are lined. The insulation shall be firmly wrapped around the ducts with all
joints lapped a minimum of 2 ". Securely fasten insulation in place with 16 gauge
soft annealed black or galvanized wire spaced not more than 12" on centers for
straight runs and 3" on centers for elbows and fittings. Insulation shall have a flame
spread of not more than 25 and a smoke density not exceeding 50 per U.M.C. Sec.
605.
3. All supply and return air plenums, and where indicated on drawings indoor
rectangular ductwork shall be lined with Armacell "AP Armaflex ", minimum 1 -1/2"
thick for outdoors and 1" thick for indoors. The insulation shall have a thermal
conductivity of 0.27 at a mean temperature of 75° F. Adhesive shall be UL listed.
Fasteners shall be duct liner galvanized steel pins, welded or mechanically fastened
and insulation must be installed with approved adhesive in accordance with
Manufacturer's recommendations. The lining shall have a flame spread of not more
than 25 and a smoke developed rating of not more than 50 per U.M.C. 602.2. All
joints and seams shall be coated with manufacturer approved adhesive to ensure
an approved erosion resistant coating in the air stream throughout the entire length
of insulation.
4. Provide sheet metal nose guards for lining at each fan discharge and downstream
of fire dampers.
5. Adhesives: Adhesives shall be acceptable to the State Fire Marshal. Submit name,
type and method of application.
Kitchen Hood Exhaust Duct:
1. Hood exhaust duct and hangers shall be protected by a multi - layered duct wrap as
manufactured by Thermal Ceramics "Fire Master Duct System" and as approved by
California State Fire Marshall Listing Service No. 2440 - 1361:100.
2. The entire installation, including all materials shall be provided and installed in strict
conformance to the detailed installation guide provided by Thermal Ceramics.
Required access doors shall be 3M Fire Master pre - fabricated type.
HVAC 15800 -10
CITY OF NEWPORT BEACA • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
3. To insure that the Contractor understands and is aware of the strict requirements in
providing an exhaust duct fire protection system that will meet the requirements of
the State Fire Marshall and the C.M.C. Manufacturer's submittals indicating
materials to be provided and installation procedures will be required for approval
prior to any installation.
4. 3M Fire Master duct wrap shall be applied by a qualified installer. The installer shall
be responsible for furnishing 3M materials required to complete the job satisfactory
in strict accordance with the specifications and manufacturers installation
requirements.
G. Equipment (Also See Schedules on Drawings):
The Manufacturer of the ventilating equipment as specified herein other than what is
called for on the schedule shall certify that the equipment furnished can be installed
within the areas designated on the drawings without exceeding the overall width,
length, height and weight, and shall be fully responsible for any modifications
necessary to the structural framing, and associated openings through the roof.
These shall be provided for by coordinating with the Contractor who shall obtain
approval of the Architect prior to proceeding with any work. Any additional cost shall
be the responsibility of the Contractor. The Contractor shall also be responsible for
any additional costs that may be incurred by the Electrical Contractor should the
equipment proposed exceed the electrical design capabilities.
2. Supply Fans:
a. Fan shall be rated in accordance with AMCA Standard 21. Fans shall be
connected with V -belt drive and selected to produce the capacity required
at the static pressure indicated.
b. Fan(s) shall be centrifugal filtered type, statically and dynamically balanced.
C. Variable pitch motor drive drives shall be designed for not less than 150%
of the connected driving capacity.
d. Fan motor shall be MEMA design, ball bearing type with electrical
characteristics and horse -power as specked. Motor shall be 1750 rpm,
open drip -proof type and high efficiency type such as Gould E -plus,
Reliance or approved equal.
3. Exhaust Fans:
a. Ceiling Mounted Exhaust Fans: Cook, Greenheck, Carnes or Broan of the
sizes and capacities indicated on the drawings, complete with direct or belt
drive blower, motor, grille, housing, backdraft damper, mounting frame, roof
jack or wall cap discharge, UL label and shall be tested and rated in
accordance with the applicable AMCA Codes.
b. Exhaust fans serving range hood shall be complete with Grease - capture
and Containment System and vented raised base for curb mount. Provide
fan scroll access door and drain connection, high temperature paint,
comply with NFPA 96 Standard, be U.L. listed for Type I Smoke and
Grease Kitchen Hood Exhaust application.
C. Range Hood Fans: The factory manufactured unit shall consist of the
LOREN COOK Co. Model Lo-Pro exhaust fan with hinged wheel access
HVAC 15800 -11
CITY OF NEWPORT BEACO
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT # 3461, PLAN # P- 5189 -5
RJC NO. 0223
04/08/2005
door and LOREN COOK Co. Model KSP filtered make -up air cabinet fan
with intake extension complying with NFPA 96 requirements. The fans
shall be mounted on the LOREN COOK Co. Model Curb Cap that provides
the dimensions required for NFPA compliance. The outlet of the exhaust
fan must be a minimum of 40 inches above the surface of the roof. The
inlet of the supply fan must be a minimum of 10 feet away from the outlet of
the exhaust fan. See equipment schedule on drawings for sizes and
capacities.
4. Air Filters (See Drawings for Size and Number Required):
a. Replaceable (Throwaway) Panel Filters: Provide factory fabricated,
viscous - coated, Farr 30/30, or equivalent, pleated panel type replaceable
air filters, 2" thick, UL Class 2 throwaway, cotton and synthetic — non-
fiberglass media material.
b. Air filters shall be a State Fire Marshal approved and listed type.
Preformed filters having combustible framing shall be tested as a complete
assembly. Air filters in all occupancies shall be Class 2 or better, (as
shown in the State Fire Marshal listing).
C. Installation: Filters shall be installed at each air handling unit.
d. Provide two (2) sets of filters for each air handling unit. Utilize one (1) set
for start-up, test and balance and provide Owner with second set.
5. V -belt drives for refurbished AC Unit shall be Gates, Browning or approved equal,
with grooved, cast iron sheaves and adjustable pitch. Drive shall be rated at the
H.P. of the motor, plus fifty per (50 %). Not less than two (2) belts on all motors one
(1) H.P. and larger.
Ventilation Control System:
1. Provide and install complete automatic control systems for the proper operation and
control of the Ventilating systems. The work shall be complete with all required
remote interlocks and control all as required for a complete and properly operating
control system. Ventilation control system shall interface and be compatible with
existing systems.
2. The Contractor shall be responsible for the proper coordination of all control work
and electrical work in connection therewith. He shall also be responsible for the
proper operation of the entire system.
3. All motor starters, line voltage electrical devices, and all line voltage power wiring
and conduit required for the proper hookup and operation of all ventilating motors
and controls, unless otherwise indicated shall be in the Electrical Section.
4. The Contractor shall furnish and install all control wiring (low and line voltage) and
conduit.
5. Exposed wiring and conduit shall not be permitted in finished rooms. All wiring
connected to and routed from control equipment shall be installed in conduit. Low
voltage wire shall be copper with Type "TW," 600 volt insulation. No conductors
HVAC 15800 -12
CITY OF NEWPORT BEACP • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -5
smaller than No. 14 AWG shall be used on low voltage wiring below 30 volts.
Installation of control wiring shall be in conformance with "Electrical' Section of
Specifications.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Equipment Installation:
All equipment provided under this section of the specifications shall be installed in
strict accordance with the Manufacturer's recommendations.
2. Should the drawings or specifications indicate the equipment is to be installed in a
manner not in accordance with the Manufacturer's recommendations, the
Contractor shall obtain direction from the Engineer prior to proceeding with the
installation. If the Contractor proceeds with the installation without obtaining
direction from the Engineer, the Contractor shall be required to make all required
corrections to the installation at no additional cost to the contract.
3. Space Consideration: Certain equipment and ductwork will have to be installed
within the limited space, available as indicated on the drawings. Exact field
measurements of existing conditions will be the responsibility of this Contractor to
assure that the equipment and ductwork to be installed under this Section of the
specifications can be installed as indicated. Contractor shall submit shop drawings
for approval prior to installation. These field verified dimensions shall be made prior
to purchase of equipment or fabrication of ductwork.
B. Certification: The Contractor shall arrange for and pay for the services of a certified
representative of the Unit Manufacturer, who shall review and sign as acceptable to the
Manufacturer, all shop drawings essential to the installation of the ventilating units. The
shop drawings shall be reviewed and signed by this representative, prior to submittal to the
Architect for acceptance. Shop drawings shall include such items as control diagrams
arrangement and type of vibration isolation base, and safety controls.
1. Any change in controls, or installation procedures required by the Unit
Manufacturer, shall be made by the Contractor at no additional cost to the Owner.
2. All changes to mechanical and electrical drawings required by the Manufacturer
shall be made, provided these changes do not reduce the scope of the work, which
shall be considered as a minimum requirement.
3. If during the progress of the installation, the Manufacturer's representative required
additions to, or changes to the work of the installation of the ventilating units, wiring,
controls, all such additional changes shall be made without cost to the Owner.
4. The completed installation shall be checked and tested by the ventilating Unit
Manufacturer's representative, who shall submit a written report that the installation
in all respects is acceptable to the Manufacturer and in conformance with accepted
drawings.
HVAC 15800 -13
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -S
C. Openings through Walls and Roof: Framed openings in walls and roof for ductwork to be
coordinated in advance of the work. Installer shall furnish shop drawings showing the
correct dimensions and locations of the required openings.
D. Painting: The interior of all sheet metal duct connections to supply, return and exhaust air
outlets shall be painted black. Refer to architectural specifications for type of material to be
used.
3.02 TESTING
A. General: The Contractor shall perform all tests to the entire satisfaction of the Architect.
B. Regulating and Adjusting Air Systems:
The Contractor shall have an experienced, independent testing and balancing
company certified member of the Associated Air Balancing Council (AABC),
specializing in the ventilating system balancing and testing. (Approved air balance
contractors are Penn Air Control Inc., American Air Balance Co. Inc., San Diego Air
Balance, and Winaire Inc.) or approved equal National Environmental Balancing
Bureau (NEBB) set all control devices and completely balance the existing & new
air distribution systems to deliver the quantities as indicated on the drawings. He
shall adjust and readjust this part of the work until the operation complies with the
requirements of the drawings and specifications. Where required as test results
indicated, the Contractor shall install any, acoustical duct liners, dampers and other
items that may be required and change the fan pulleys as may be found necessary
(all at no additional cost to the contract). Upon completion of recommended
changes, the test and balance co. shall make all required final adjustments to
demonstrate that the final operation of the systems meet all requirements as
indicated on the drawings. Per prior paragraph of this section of these
specifications, the contractor shall provide volume dampers in all supply, return and
exhaust air branch ducts for adjusting and balancing the air distribution systems.
Volume dampers provided with the air outlets are to be used for final adjustment
only as required to achieve an air flow within the required ± 5% of design. No
volume dampers shall be set so as to generate noise into the space served.
C. Testing Procedure: The following test data shall be taken and three (3) copies submitted in
tabulated form to the Architect for approval of each system.
1. Test and adjust all supply return and exhaust fan rpm to design requirements.
2. Test and record all motor full load amperes.
3. Make pilot tube transverse of main supply return and exhaust ducts and obtain
design CFM at fans.
4. Test and record system total static pressures, (suction and discharge).
5. Test and adjust system for design CFM outside air.
6. Adjust all main supply and relief air ducts to proper design CFM.
7. Adjust all zones to proper design CFM, supply.
HVAC 15800-14
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -5
8. Test and adjust each diffuser, grille, and register to be plus or minus 5% of that
shown on the drawings.
a. Each grille, diffuser and register shall be identified as to location and areas
b. Size, type and manufacturer of diffusers, grilles, registers and all tested
equipment shall be identified and listed. Manufacturer's ratings on all
equipment shall be used to make required calculations.
C. Readings and tests of diffusers, grilles and registers shall include required
FPM velocity and test resultant velocity, required CFM and test resultant
CFM after adjustments.
d. For systems with 100% outside air economy cycle, the contractor shall
submit CFM readings at outside air, return air and exhaust air unit dampers
under both the minimum and maximum outside air condition.
D Vibration: Immediately upon mechanical equipment becoming operable, this contractor
shall inspect for excessive vibration, A report regarding this contractor's findings shall be
sent directly to the Engineer by certified mail. This information shall be made available to
the Engineer in advance of the final Test & Balance Report.
3.03 CUTTING & PATCHING
A. The cutting and patching of existing construction shall be coordinated in advance of the
work.
B. Where required to remove or cut existing building walls, partitions, floors, ceilings and roof in
order to install the work as indicated, the Contractor shall cut and patch existing construction
to match adjacent areas in a manner that will not result in visual evidence of any cutting or
patching. The materials, finishes and methods of installation shall match the existing
adjacent surfaces and shall be in accordance with the requirements of other applicable
sections of these specifications.
C. Unless specked on structural drawings, any alterations or modifications to a structural
element by cutting, drilling, boring, bracing, welding, etc., shall have written approval by
Structural Engineer of record prior to start of work.
3.04 JOB COMPLETION
A. Equipment Identification:
All equipment furnished under this section shall be provided -with the Manufacturer's
metal identification labels securely attached and showing all pertinent data,
including performance characteristics, size, model, and serial number. Labels shall
not be obscured in any manner.
2. Identification name plates shall be provided on all equipment and control
components, including room thermostat or room sensor numbers coded to their
respective automatic zone damper, or ventilating unit. Name plates shall be
constructed of plastic with white center engraved letters and shall be cemented to
equipment.
HVAC 15800-15
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT # 3461, PLAN # P- 5189 -5
B. Final Operation: Upon completion of the installation of the equipment and after all systems
have been tested, cleaned, the Contractor shall place a competent person in charge who
shall operate the equipment for a period of two eight -hour days. During this period of
operation, all safety and operating controls shall be actuated to demonstrate proper
operation. During this operating period, the Owner's representative shall be instructed in all
details of operation and maintenance. All required instructions from the Equipment
Manufacturer's representative shall be given during the period.
C. Operation Instructions:
Prepare two (2) maintenance manuals, which shall include all the necessary or
pertinent data, such as:
a. Names, addresses and emergency phone numbers of all suppliers and
manufacturers.
b. Part numbers of all replaceable items.
C. Oiling and lubrication instructions.
d. Air balance report.
e. Control diagram and operation sequence, together with labeling of controls
and instruments to match the diagram.
f. A maintenance schedule which shall list all required maintenance on all
equipment furnished under this section of the specifications and the
intervals of Which the items are to be performed.
D. Clean -Up:
1. After all ventilating work has been tested and accepted, the Contractor shall
thoroughly dean all parts of the equipment installation. Exposed parts are to be
thoroughly cleaned of cement plaster and other materials and all greases and oil
spots removed with solvent.
2. Remove all debris from the job site, all cartons, boxes, packing crates, excess
materials not used occasioned by the work and to the satisfaction of the Owner.
3.05 SCHEDULING OF WORK:
A. The normal operation of the facilities will be in operation during the entire period of
construction. The Contractor shall be responsible for the proper scheduling of his work to
insure that the existing mechanical systems to be replaced, modified and extended are kept
in operation during the entire period of construction. When interrupted service are
unavoidable, the Contractor shall confer with the Owner's authorized representative to
determine at what times the connections can be made to minimize the interruptions to the
normal operation of the facilities.
END OF SECTION
HVAC 15800-16
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
SECTION 16010 - ELECTRICAL GENERAL PROVISIONS
PART 1 -GENERAL
1.01 DESCRIPTION OF WORK
A. This Section supplements all Sections of this Division and shall apply to all Work specked,
indicated in the Drawings, and as required to provide for a complete installation of electrical
systems for the Project. Review all sections of the Specifications for related work and
coordinate the work of this Section with all other Sections.
B. Furnish all labor and services, and provide all materials, tools, equipment, appliances,
facilities, and transportation necessary for and incidental to performing the Work complete,
as shown on the drawings and specked herein. All electrical systems and equipment shall
be in proper operating order upon completion of the work. Work includes the following:
Perform all incidental work required to provide a complete properly operating
system.
2. Provide the following:
a. All construction power and lighting and all power for testing of equipment
and systems through final acceptance tests.
b. Electric power primary conduits and cables, signal and fire alarm conduits
and cables, and telephone conduits only, from their respective terminal
locations within the building to a manhole or other structure where service
for the designated system is available. Where conduits or ducts are
stubbed out and capped for future extension, concrete markers shall be
provided at the finished grade to indicate the ends of the stubs.
C. Service switchboards as shown on drawings.
d. Secondary conduits and subfeeders for power and light panelboards to the
main distribution switchboards.
e. A complete system of switchboards, panelboards, conduits, outlet boxes,
switches, receptacles, plates and wiring for power and light.
f. Emergency power system, including battery back -up unit, for emergency
lighting and power systems as shown on Drawings.
g. Outlet, junction and pull boxes, plaster rings, plates, conduit only and pull
lines for the public telephone system.
h. Outlet, junction and pull boxes, plaster rings, plates, conduit only and pull
lines for security, maintenance signal, intercom, and radio and public
announcement systems. (Provide wiring and equipment ff shown on
drawings.)
I. All lighting fixtures and lamps, complete.
j. Outlet, junction and pull boxes, conduits, wiring and connections of all
motors and equipment for all heating, ventilating and cooling equipment.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
k. A complete grounding system for power system neutrals and equipment.
The system shall interconnect two earth- covered ground coils or other
ground electrodes as indicated in the Grounding Section, the conduit
system, and the equipment grounding bus system.
Testing, adjusting and cleaning of the completed work.
M. Magnetic motor starters, disconnect switches, relays, push button stations
and control switches (except where such equipment is provided as part of a
completely wired "package unit," as specified in Division 15 of the
specifications or shown on the drawings), conduits, wire and connections to
motors and other equipment for the plumbing, heating, ventilating and air
conditioning, domestic refrigeration and automatic fire sprinkler systems.
n. All line - voltage (120 -V.) control system conduit and wiring and all low -
voltage control conduit only, with pull lines, required for the automatic
temperature control systems.
o. All conduit, wires, wiring devices and connections for docks and kitchen
and similar equipment.
P. Access panels, fire rated as required, in the ceilings and walls where
necessary for access to electrical equipment, junction boxes, pull boxes,
conduit stubs, etc., located in the walls or furred ceiling spaces. Access
panels shall be furnished as specified in this section, and shall be installed
as specked.
q. Cutting and patching of the building structure required by Contractor in the
performance of the work.
r. All sleeves, hangers, supports, inserts, anchors, bolts, etc., required for the
installation of this work.
S. All concrete required for this Division of the work including equipment
bases, equipment housekeeping pads, and lighting pole bases.
t. Certified report including seismic calculations for anchorage or support of
all electrical system equipment (as indicated in appropriate specification
section), signed by a licensed structural engineer, registered in California.
U. Shop drawings and technical data; instructions and maintenance manuals.
V. "As- built' drawings.
1.02 REFERENCE STANDARDS
A. The following abbreviations apply to all sections of Division 16:
AC:
Alternating Current.
ADA:
Americans with Disabilities Act.
AISI:
American Iron and Steel Institute.
ANSI:
American National Standards Institute.
ASTM:
American Society for Testing and Materials.
AWG:
American Wire Gauge.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
CCR:
CBM:
CEC:
DC:
ETL:
FS:
HID:
HP:
ICEA:
IEEE:
NEC:
NEMA:
NETA:
NFPA:
OSHA:
PVC:
UBC:
UL:
1.03 QUALITY ASSURANCE
A. General Requirements:
California Code of Regulations.
Certified Ballast Manufacturers.
California Electrical Code.
Direct Current.
Electrical Testing Laboratory.
Federal Specification.
High Intensity Discharge.
Horsepower.
Insulated Cable Engineers Association
Institute of Electrical and Electronic Engineers.
National Electrical Code.
National Electrical Manufacturers' Association.
National Electrical Testing Association, Inc.
National Fire Protection Association.
Occupational Safety and Health Act.
Polyvinyl chloride.
Uniform Building Code.
Underwriters' Laboratories, Inc.
RJC NO. 0223
04/08/2005
1. Work performed under this Division shall be installed by craftsmen skilled in the
trade involved, and apprentices as indicated in the General Conditions.
2. Provide all control equipment for electrically operated equipment except when
equipment is furnished with control equipment.
3. Provide all electrical Work required for the service and connection of electrically
operated and controlled equipment specified in other Divisions of the Specification.
4. All electrical power, signal, alarm and communication systems shall be complete
and ready for use.
B. Requirements of Regulatory Agencies:
Codes and Ordinances: In addition to the requirements of all other Sections fo
these Specifications, all materials shall bear the UL label.
C. Factory Tests:
See each Section for the required factory tests and their procedures.
2. Test reports shall include the following:
a. Description of equipment tested.
b. Description of tests.
C. Test results.
3. Owner's Representative shall be noted fourteen (14) days in advance of when
tests will be performed. Owner's Representative will witness tests.
D. Electrical Acceptance Tests:
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
General Scope:
a.
Contractor shall engage the services of a qualified testing laboratory for the
purpose of performing inspections and tests of installed Work as herein
specified and specified in other Sections of Division 16 of these
Specifications.
b.
The testing laboratory shall provide all material, equipment, labor and
technical supervision to perform such tests and inspections.
C.
All tests shall be performed in compliance with the recommendafions and
requirements of the NETA and applicable codes and standards.
d.
Upon completion of the tests and inspections noted in these specifications,
a label shall be attached to all serviced devices. These labels shall indicate
date serviced and the service company responsible.
e.
The tests and inspections shall determine suitability for continued reliable
operation.
f.
All tests shall be conducted in the presence of Owner's Representative and
Owner's Electrical Inspector.
2. Qualifications of Testing Agency:
a.
The testing laboratory shall meet the Federal OSHA criteria for
accreditation of testing laboratories, Title 29, Part 1907.
b.
Contractor shall submit proof of the above qualifications.
C.
All instruments used to evaluate electrical performance shall meet NETA's
Specifications for Test Instruments.
3. Test reports shall include the following:
a.
Description of equipment tested.
b.
Description of test.
C.
Test results.
d.
Conclusions and recommendations.
e.
Appendix, including appropriate test forms.
f.
List of test equipment used and calibration date.
1.04 SUBMITTALS
A. Shop Drawings and Product Data:
Submit to Owner's Representative six (6) certified copies of the following:
a. Manufacturer's printed instructions for operation and maintenance of
electrical equipment, including replacement parts lists. Each set shall be
bound in an indexed loose leaf ring binder with permanent cover and
permanent identification on edge.
b. Service and operating manuals for all equipment.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACIO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. Single phase voltage test.
d. Grounding system tests.
e. Test reports.
B. Qualifications of electrical testing laboratory. Refer to Paragraph 1.03 D.2.a above.
1.05 LOCATION AND ROUTING
A. The Drawings indicate diagrammatically the desired location or arrangement of conduit runs,
outlets, equipment, etc., and shall be followed as closely as possible. Execute the Work so
as to secure the best possible installation in the available space and overcome local
difficulties due to space limitations or interference with structural conditions.
B. Locations shown on architectural ceiling Drawings or on wall elevations shall take
precedence over electrical drawing locations. Verify with Owner's Representative if any
conflicting conditions arise from the execution of the Work.
C. Verify dimensions and the correct location of equipment before proceeding with the
roughing -in of connections.
D. Lighting fixtures in mechanical, electrical and storage rooms are shown in their approximate
locations only. Do not install light outlets or fixtures until mechanical piping and ductwork are
installed; then lighting fixtures shall be installed in locations best suited for equipment
arrangement and as approved by Owner's Representative. Verify locations of fixtures in
mechanical, electrical and storage rooms before installation.
E. Refer to Architectural Drawings for exact location of all lighting fixtures.
F. Locate outlets for equipment by referring to shop drawings, manufacturer's
recommendations, and measuring actual equipment to be installed.
G. All scaled and figured dimensions are approximate of typical equipment of the class
indicated. Before proceeding with any Work, check and verify all dimensions, sizes, etc.,
with the Drawings to see that the equipment being installed will fit into the spaces furnished.
H. Locations of Openings. Locate all chases, shafts and openings required for the installation
of the electrical Work during framing of the structure. Do any cutting and patching required
due to incorrectly located or omitted openings as approved and at no additional cost to
Owner. Cutting or drilling in any structural member is prohibited without prior written
approval of Owner's Representative.
1. Access to Equipment. Locate starters, switches, receptacles, and pull boxes to provide
easy access for operation, repair, and maintenance and, if concealed, provide access doors.
J. Rough -in locations for all electrical equipment shall be determined from approved shop
drawings or from the equipment itself.
K. Prior to installation and mounting out any outlets, Contractor shall verify every outlet
height on each wall with the architectural and interior drawings, cabinet shop drawings
and interior design drawings to ensure the proper height and location with respect to
cabinets, equipment furnishings, etc. If conflicts arise between mounting height of outlets
shown on the interior drawing and what are required by local Handicap codes and/or
"ADA ", than contractor shall notify Architect for final resolution to be made.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. All wall mounted general duplex receptacles, telephone outlets, thermostat, wall
light switches and P.A. volume controls shall be mounted in accordant with the
latest edition of the American disability ACT "ADA" and State of California title 24
handicap codes.
L. Where conflicts exist, contractor shall verify prior to installation and make adjustments in
the installation of the outlets and equipment to avoid interferences.
1.06 MATERIAL STANDARDS
A. All materials and equipment shall be new.
B. All Work shall meet the requirements of the governing codes and the requirements of the
following:
1. NEMA.
2. ANSI.
3. IEEE.
4. ICEA.
5. NEC.
6. UL.
C. Items for similar application shall be of the same manufacturer.
D. The label of listing by UL shall appear on all materials and equipment for which standards
have been established by the agency.
E. Where codes establish label or approval requirements, furnish all materials and equipment
with either the required labels affixed or the necessary written approval.
Provide the type and quantity of electrical materials and equipment necessary to complete
Work and all systems in operation, tested and ready for use.
G. Provide all incidental items that belong to the Work described and which are required for
complete systems.
1.07 TESTING
A. Upon completion of the work and adjustment of all equipment, conduct an operating test for
each system approval. Conduct the test in the presence of Owner's Representative and
Owner's Electrical Inspector. Demonstrate all systems and equipment to operate in
accordance with all requirements of the Contract Documents and to be free from all
electrical and mechanical defects. Provide all systems free from short circuits and incorrect
grounds and show an insulation resistance between phase conductors and ground not less
than 250,000 ohms. Test all circuits for correct neutral connection.
B. Conduct resistance to ground tests by journeymen electricians and the required number of
apprentices to measure resistance to ground at all grounding electrodes. Make tests before
slabs of affected areas are poured in order that corrective measures, If required, may be
taken. If the resistances exceed values specified in Section 16450, GROUNDING
SYSTEM, perform all corrective measures as approved and at no additional cost to Owner.
C. Prior to energizing any motors, measure the service voltage for phase balance and report
immediately to Owner's Representative if unbalance exceed 1 % from mean.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEAC10) • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Measure the voltage at no load and at maximum load conditions.
E. Complete all tests prior to final field observation of Project, including corrective Work based
on the results of the tests.
1.08 SETTING OF PROTECTIVE DEVICE
A. Prior to final completion of the Project, set all protective device relays and internal settings to
provide coordination between upstream and downstream protective devices. Setting shall
be based on the accepted coordination study.
1.09 TRAINING
A. Furnish a period of two, four (4) hour sessions for the necessary training programs and
instructions to Owner's personnel, unless indicated otherwise in individual specification
sections.
1.10 WORKMANSHIP
A. Use only competent and skilled personnel and perform all work, including aesthetic as
well as electrical and mechanical aspects, to standards consistent with the best practices
of the trade.
B. Do all patching to the same quality and appearance as the original work and, where
required or directed, employ the proper tradesmen to secure the desired results.
1.11 MINOR DEVIATIONS
A. Should any change in drawings or specifications be required to comply with local
regulations and /or field conditions, refer same to the Architect for approval before any
work which deviates from the original requirements of the drawings and specifications is
started. In the event of disagreement as to the necessity of such change, the decision of
the Architect shall be final.
B. Should any structural interferences and of other trades prevent the installation of light fix-
tures, outlets, setting of cabinets, or running of conduits at points shown on the drawings,
the necessary minor deviation therefrom as determined by the Architect, may be perm-
itted provided all necessary coordination has been resolved prior to request.
C. Minor changes in the position of outlets or equipment, if requested before any work has
been done, shall be made without additional charge.
D. If there are omissions or conflicts between the drawings and specifications, clarify these
points with the Architect before submitting bid.
E. Verify exact locations of all existing site utilities prior to construction and be responsible
for any damages or interruptions. Notify all other contractors of these utility locations.
F. Take all field measurements necessary for the work and assume full responsibility for
their accuracy.
G. Contractor shall be responsible to furnish and install all work necessary to make a
complete and operable installation to all electrical and signal systems, etc., which require
work whether or not such details are mentioned in these specifications or shown on the
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
drawings, but only those portions that are specifically mentioned herein or plainly marked
on the accompanying drawings as being installed under another section of the specifica-
tions.
H. After concrete floor has been poured and completed, contractor shall carefully verify all
core drills, saw cutting, etc., required in existing slabs for possible conflicts. Any conflicts
shall be brought to Architect's attention.
1.12 CODES AND ORDINANCES
A. Licenses, approvals, and other arrangements for work shall be obtained by the contractor
at their own expense.
Electrical work shall be executed in strict accordance with the latest adopted edition of the
National Electrical Code "NEC ", California Electrical Code "CEC ", American disability ACT
"ADA ", State of California title 24 handicap code, the National Life Safety Code, and all
electrical ordinances of the city, county, and state, and all other applicable local and state
building codes and ordinances.
B. In case of conflict between legally enacted ordinances and these practices, the
ordinances shall take precedence, unless otherwise specified herein, all electrical
equipment, materials, construction methods, tests, and definitions shall be in strict
conformity with the established standards.
C. Keep a copy of all applicable codes available at the job site at all times while performing
work under this section.
D. Nothing in the drawings and specifications shall be construed as authority to violate
ordinances and codes.
1.13 CONDITIONS AT THE SITE
A. Carefully examine the site and be familiar with all existing conditions within the scope of
this work. By the act of submitting a bid, the contractor will be deemed to have made
such examination, and to have accepted such conditions, and to have made allowance
therefore in preparing his bid. No extra charges will be considered for costs resulting
from failure to comply with the above.
1.14 PERMITS AND FEES AND INSPECTIONS
A. Obtain and pay for all necessary permits, fees, assessments and complementary
drawings or calculations required by any legally constituted public authorities having
jurisdiction. Arrange and pay for any required inspections or examinations, and deliver
certificates of such inspections to the Architect.
1.15 FACILITIES FOR MAJOR EQUIPMENT
A. Completely coordinate all work relating to the rooms, enclosures or spaces provided for
transformers or other major items of electrical equipment.
Before any work is started, verify with the equipment manufacturer that equipment
dimensions and arrangements will be compatible with the installation indicated and will
provide for all required ventilation, clearances, access and work spaces, as required by
applicable codes.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. Should any major changes to the work indicated be necessary in order to comply with the
requirements, notify the Architect at once and cease all work affected until approval for
the required modifications has been obtained from the Architect.
D. During the construction, coordinate with all trades to ensure that all clearances are
maintained and that supporting facilities, such as ventilation and access means, are
provided.
1.16 ELECTRICAL SERVICE
A. Power and lighting service and metering facilities shall conform to the requirements of the
serving utility. Contractor shall verify service location and arrangements with the Owner.
All costs levied by the serving utility for rendering permanent electric service to the job
shall be paid by the Owner. Service information will be furnished by the serving utility.
B. The Contractor shall provide all primary and secondary conduits, including trenching,
backfill and compaction between the SCE manhole, transformer and meter /main
switchboard "MS".
C. Upon receipt of notice that the contract award has been made, the contractor shall notify
the New Business Department of the serving utility that he has the job and will furnish
information as to the total lighting and power loads for the job. He shall furnish at that
time information as to the estimated completion date of job or the date when the electric
service will be desired.
D. Continuous electrical service shall be maintained. Power cutover shall be made to effect
the least interruption of service during regular hours, and shall be made on schedules
specifically approved by the owner.
1.17 TELEPHONE SERVICE
A. Telephone service shall be as required by the serving utility, and the contractor shall verify
location and requirements of service. Upon receipt of notice that the contract award has
been made, the contractor shall notify the serving utility of the estimated date when ser-
vice will be desired. The telephone company shall be notified fifteen days in advance of
the date when main backboard and grounding requirements have been installed in order
that they may be inspected.
B. The contractor shall provide new phone service conduits, including trenching, backfill and
compaction, between telephone company pull box and main telephone backboard "MTT°.
1.18 SAFETY
A. Contractor shall be solely and completely responsible for condition of the premises on
which the work is performed and for safety of all persons and property on the site during
performance of the contract. This requirement shall not be limited to normal working
hours, but shall apply continuously.
B. Contractor shall conform with all governing safety regulations.
1.19 CONDITIONS PRECEDENT TO FINAL ACCEPTANCE OF WORK
A. The following items shall be prepared and submitted to the Architect before final
acceptance:
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
1) Two copies of all test results as required under this division.
2) Two copies of local and/or state code enforcing authorities final inspection
certificates.
3) Copies of as -built record drawings.
4) Two copies of all receipts transferring portable or detachable parts to the owner
when requested.
5) The distribution system one -line diagram and riser diagrams shall be mounted
under glass or clear acrylic plastic adjacent to main switchboard.
6) Contractor shall notify the Architect in writing when his installation is complete and
that a final inspection of this work can be performed. In the event defects or
deficiencies are found during this final inspection, they shall be corrected to the
satisfaction of the Architect before final acceptance can be issued.
7) Three copies of operating and maintenance instruction manuals covering all
electrical equipment and systems.
8) All guarantees and warranties as herein required and as called for under General
Conditions.
1.20 COORDINATION WITH OTHER TRADES
A. Contractor shall coordinate the installation of this work with all the other trades in the
interest of obtaining the most practical overall arrangement of the equipment, piping,
lights and ducts, and to maintain maximum headroom and accessibility.
B. Areas of limited clearance shall be laid out to 3/4" = V -0" scale with all piping, lights,
ducts, conduits, beams, etc., shown and shall be signed by the general contractor's
superintendent on the job prior to installation.
C. No extras will be allowed the Contractor for changes made necessary by interferences
with the work of other trades.
PART 2- PRODUCTS
A. Whenever possible, all materials and equipment used in the installation of the work shall be
of the same brand or manufacturer for each class of material or equipment.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install electrical equipment as specified in individual specification sections, and in
accordance with manufacturers' recommendations.
3.02 EXCAVATION AND BACKFILL
A. General:
Do all excavation and backfill required to install the work in this Division.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108 /2005
CONTRACT #3461, PLAN #P- 5189 -S
2. Perform all excavation and backfill outside of building perimeter in accordance with
requirements specified in Division 2 - SITEWORK.
B. Excavation: Bury conduits outside the building to a depth of not less than 2' -6" below finish
grade unless noted otherwise.
C. Backfilling: Do not backfill until final inspection and approval for the conduit installation by
the Owner's Representative. Backfill material shall be as specked in Section 02200,
EARTHWORK.
3.03 PROTECTION AND CLEANING
A. Protection: Fully protect all finished parts of the materials and equipment against physical
damage from whatever cause during the progress of this work and until completion.
B. During construction, cap all conduits so as to prevent the entrance of sand and dirt.
C. Cleaning: After installation has been completed, the Contractor shall clean all systems as
follows:
Equipment with Factory Finish: Clean exterior thoroughly to remove grease, oil,
plaster, cement and dirt, and leave surfaces clean and polished.
2. Equipment to be Painted: Clean exterior of piping and equipment exposed in
completed structure, removing rust, plaster, cement and dirt by wire brushing.
Remove grease, oil and similar materials by wiping with clean rags and solvents.
3.04 PAINTING
A. Painting is specified in Section 09912 PAINTING (PROFESSIONAL LINE PRODUCTS).
3.05 CUTTING AND PATCHING
A. Sleeves and Inserts: Provide all sleeves, inserts, and openings necessary for the installation
of the Electrical Work.
B. Openings for all electrical equipment shall be field verified:
1. Special forming, recesses, chases, and curbs, as necessary for the correct
reception and installation of the electrical equipment, as shown on the Drawings,
are specked in other Divisions.
2. The Contractor shall examine all Drawings to ascertain that correct provisions have
been made for the work. If such provisions are not made in time, the Contractor
shall bear all extra costs incurred in later cutting and patching to accommodate this
work.
3.06 CONCRETE
A. General: All concrete required shall be provided as specified in Division 3, CONCRETE.
B. Housekeeping Pads and Isolation Bases:
1. Provide all required dimensional drawings for bases and pads and location thereof.
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
2. Provide all embedded anchor bolts and sleeving and ensure installation of same
3. Provide seismic calculations.
3.07 SEISMIC RESTRAINTS
Provide seismic restraints and supports for equipment and work as specified in Section 16190, VIBRATION
ISOLATION, other specification sections, and as shown on drawings. Seismic restraints and supports shall
be installed directly after installation of any work requiring them, so as to avoid concealment or difficulty of
access. Contractor shall be responsible for any costs and delays associated with gaining access to any
installation needing restraints or supports.
END OF SECTION
ELECTRICAL GENERAL PROVISIONS 16010
CITY OF NEWPORT BEACF • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16015 - DEMOLITION OF EXISTING ELECTRICAL
PART 1 —GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of Contract including General and Supplementary Conditions
and Division 1 Specification sections apply to work in this section.
1.02 SUMMARY
A. Furnish materials and perform labor required to execute demolition work required for the
demolition and removal of the existing building.
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Electrical general provisions.
1.04 DEMOLITION OF EXISTING ELECTRICAL
A. Where existing buildings a re scheduled for demolition the contractor shall familiarize himself
with all existing electrical and signal systems and shall include all necessary demolition and
relocation work required by architectural work. (Refer to demolition site plan).
B. At existing building and planter (scheduled for demolition) where electrical equipment (i.e.
panel, transformer, etc.), light fixtures or other electrical devices are to be removed, all wiring
back to the next remaining outlet shall be removed.
All existing electrical feeders, telephone, signal systems signal conduits (conduit/wires)
not being re -use in this contract shall be removed by this contractor
a. Existing electrical feeders to and between existing buildings and planters. Contractor
shall remove all existing electrical feeders (conduits) and existing panel boards
and /or electrical apparatus schedule for removal.
b. All existing telephone, POS, security, and P.A. Signal wiring and conduits raceway
shall be removed by this contractor.
c. Contractor shall be removed existing feeders (conduit/wires) to existing plumbing
and HVAC equipment. To determine scope of work required contractor shall field
verify existing condition prior to bid.
Contact local utility companies for the disconnection and removal of existing SCE
meters and telephone services..
C. Should any doubt surface regarding the proper disposition of any existing electrical work at the
site, the Architect shall be contacted immediately.
D. Contractor shall verify with the owner and architect the proper disposition of existing electrical
equipment or material being removed under this contract.
Contractor shall verify with owner proper disposition of light fixture being removed in this
contract. Contractor shall dispose of all existing lighting being demo in this contract.
DEMOLITION OF EXISTING ELECTRICAL 16015
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -S
2. Where electrical equipment (i.e., transformers, panel boards, etc.) are to be removed
and are not schedule to re -used in this contract, Contractor shall deliver to owner or
remove from site as directed by City of Newport Beach field Representative.
PART 2 - EXECUTION
2.01 RELATED WORK SPECIFIED ELSEWHERE
A. All electrical demolition required in this contract shall be in- accordance with the construction
schedule phasing plan. Where electrical demo work is required in a schedule construction
phase area the contractor bid and scope of work shall include all labors, tools, and material
required to temporary re- connect all lighting and power in adjacent areas which are to remain in
service during construction for operations.
B. Unless otherwise specified herein or as directed by City of Newport Beach field representative
contractor shall dispose and removed from site all material which is schedule to be demo in this
contract.
C. The final electrical system after new work and demolition shall meet all local City and State
electrical codes.
END OF SECTION
DEMOLITION OF EXISTING ELECTRICAL 16015
CITY OF NEWPORT BEACIS
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16110 - CONDUITS AND RACEWAYS
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide conduits and raceways as shown on the Drawings and as specified.
1.02 QUALITY ASSURANCE
RJC NO. 0223
04/08/2005
A. Testing: Contractor shall furnish the Owner's Representative with a copy of a certified factory
test report complying with ANSI and NEMA standards.
B. Contractor shall pay for the services of a qualified testing laboratory to perform the specked
field tests. Contractor shall provide all material required for testing. Section 16010,
ELECTRICAL GENERAL PROVISION, for detailed requirements.
Testing laboratory shall report results of the tests to Owner's Representative who will approve
or disapprove contractor's work.
PART 2- PRODUCTS
2.01 MATERIALS
A. Rigid Metallic Conduits and Fittings: Standard weight steel that is hot - dipped galvanized, or
sherardized both inside and out, with threaded connectors and couplings. Electrogalvanizing is
not permitted. Intermediate Metal Conduit (IMC) is not permitted.
B. Electric Metallic Tubing (EMT) and Fittings: Tubing of high grade steel with exterior protective
coating of zinc, applied by the electrogalvanized process. Interior of surface coated with
aluminum lacquer or enamel. EMT shall be dipped in a chromic acid bath to chemically form a
corrosion - resistant protective coating of zinc over galvanized surface. Fittings shall be
watertight compression type, wrench tightened connectors and couplings.
C. Flexible Steel Conduits: Conduit manufactured from single strip, standard weight steel
galvanized on all four sides prior to conduit fabrication. Flexible aluminum conduit will not be
allowed.
D. Flexible Conduit Connectors and Couplings: Die cast fittings of the type that screw into the
inside of the conduit with threaded edges at 900 to the fitting body to insure a force fit.
E. Flexible Liquidtight Steel Conduits and Fittings: Manufactured from single strip standard
weight steel, galvanized on all four sides prior to conduit fabrication, and provided with an
extruded PVC cover. Use liquidtight fittings to achieve positive ground continuity including
ground conductor. Manufacturer shall be Sealtite "Flexible ", Columbia "Flex-Seal", or equal,
with fittings by Appleton, T &B, or equal. Flexible conduit shall be cut at right angles for
installation.
Rigid Plastic Conduits and Fittings: Heavy wall, 90 0C rated, virgin PVC Schedule 40 with self -
extinguishing additive, conforming to UL requirements. Schedule 80 PVC, conforming to UL
requirements for all conductors under buildings outer walls with five feet outside extension.
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACIO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -5
G. PVC Jacketed Conduits: Rigid steel conduits and fittings with a half lap, 20 mil extruded PVC
jacket. The jacket shall have high tensile strength, shall be highly resistant to corrosion and
shall not oxidize or deteriorate or shrink when exposed to sunlight and weather. The jacket
shall be flame retardant and shall not support combustion.
H. No conduit shall be smaller than 3/4 -inch unless otherwise indicated on the Drawings.
I. Sleeves shall be zinc coated galvanized steel pipe or 18 gauge galvanized sheet metal as
described under 3.01.
J. Sealant: Fire rated equal to wall or ceiling penetrated as manufactured by 3M or equal.
K. Anchors not cast into concrete shall be expansion shield type, Hilti, Phillips Red -Head, or
equal.
L. Conduit seals shall be Crouse - Hinds, Appleton, or equal, with sealing compound as
recommended by the manufacturer for hazardous or refrigerated areas.
M. Expansion couplings shall be Crouse - Hinds, OZ/Gedney, or equal, complete with bonding
jumper.
N. Conduit unions shall be T &B Erickson, OZ/Gedney, or equal.
PART 3 - EXECUTION
3.01 INSTALLATION
A. General:
The size of the conduits for the various circuits shall be as indicated on the Drawings
and as required by NEC for the size and number of conductors to be pulled therein.
NEC requirements shall prevail where fill is not shown on Drawings.
2. Open ends of conduits shall be capped or plugged until ready to pull in conductors.
3. Deliver conduits to site in standard length and store where protected from moisture and
weather.
B. Rigid Steel Conduits:
1. Use for all sizes where directly exposed to weather; where subject to abnormal
conditions of heat, cold, moisture, humidity, fumes and hazardous elements; where
installed exposed below 7 -1/2 feet, in areas where subject to mechanical injury. Use for
all conduit in all electrical and mechanical equipment rooms; for low voltage (up to 600
volts) feeders inside of building and in concrete slabs on grade.
2. For all bends in conduits 1 -1 /4 -inch and larger, use large radius factory made bends or
field fabricate with a power bender.
3. Cut threads on conduits to standard taper and to a length such that all bare metal
exposed by the threading operation will be completely covered by the couplings or
fittings used. Securely tighten all threaded connections. The ends of all conduit shall be
cut square and reamed to full size with a tapered burring reamer. Treat any exposed
threads at box hubs with protective coating to prevent corrosion, but maintain ground
continuity.
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
4. Use conduit unions to connect two rigidly held conduits. Running thread will not be
accepted.
C. Rigid Plastic Conduits:
All conduits installed underground five (5) feet outside of building lines, except sweeps
and risers shall be PVC schedule 40. For conduits under building see Paragraph
3.01.G.21 herein.
2. Make all fittings in plastic conduits watertight with approved solvent -weld cement
specifically manufactured for the purpose. Apply heat for bends so that conduit does
not distort or discolor. Use a spring mandrel as required to assure full inside diameter at
all bends.
D. Electrical metallic Tubing (EMT) and Aluminum Conduits: Use for all sizes up to and including
1 -1/2 inches maximum trade size in dry locations as in stud partitions and furred ceiling
spaces. Conduits shall be continuous from outlet to outlet to panel except where rigid steel
conduits are required or indicated. EMT shall not be run exposed. Neither aluminum nor EMT
shall be installed in concrete. EMT and aluminum conduits shall not be used for, feeders to
panelboards, motor control centers and switchboards. EMT shall not be used in mechanical
and electrical equipment rooms.
E. Flexible Steel Conduits:
Install only where indicated and for short motor or vibrating equipment connections,
minimum 36 inches long, or for connections to recessed fixtures from junction or
pullboxes. Maximum length for any application shall be 6 feet.
2. Provide liquidtight flexible conduits with separate insulated, stranded copper equipment
ground conductors for connections in areas exposed to the weather, damp or wet
locations and connections to motors, transformer enclosures, and other vibrating
equipment regardless of location.
3. Cut flexible conduits at right angles for installation.
F. PVC Jacketed Steel Conduits:
1. Use for all sizes in soil below the building.
2. For all bends in conduits 1 -1/4 -inch and larger, use large radius factory made bends or
field fabricate with a power bender.
3. Cut threads on conduits to standard taper and to a length such that all bare metal
exposed by the threading operation will be completely covered by the couplings or
fittings used. Securely tighten all threaded connections.
4. Wrap all joints with two layers of 10 mil PVC tape.
5. All conduits and fittings which have a damaged PVC coating shall be replaced at
Contractor's expense.
G. Conduit Placement:
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
1. Support conduits 1 -inch and larger with pipe clamps either suspended from structural
slabs with a rod at least 318 -inch diameter with adjustable pipe ring, or mounted on wall
from channel supports. Attach to concrete with Hilti, Phillips Red -Head or equal drilled
anchors. Where two or more conduits 1 -1/2 -inch and larger are suspended from
ceiling, use trapeze type hanger suspended from rods.
2. Where rigid metal conduits and electrical metallic tubing are supported from building
members, supports shall be installed as follows:
a. Conduit Sizes:
(1) 3/4" to 1 -1/4" Inclusive: Within 18" of each outlet and on either side of
couplings and fittings and at a spacing not to exceed 8 feet.
(2) 1 -1/2" and Larger: Within 3 feet of each junction or pullbox and terminal
cabinet and at a spacing not to exceed 8 feet.
b. When rigid conduits are supported from trapezes, the supports shall be spaced
not more than 8 feet apart.
C. Conduit trapezes shall consist of Unistrut, Superstrut, or equal channels and
fittings, in accordance with the manufacturer's printed recommendation.
3. Secure exposed conduit runs on concrete, plaster or other construction in place with
cast conduit damps affixed with metallic expansion anchors or toggle bolts and
cadmium plated machine or lag screws.
4. Do not strap or fasten rigid conduits to mechanical equipment, or to equipment subject
to vibration or mounted on shock absorbing bases.
5. Use insulated bushings and locknuts on all conduits where entering pullboxes, junction
boxes, outlet boxes, cabinets and similar enclosures, and for all signal and telephone
conduits terminated in cabinets or backboards.
6. Where conduit termination is subject to moisture or where conduits penetrate exterior
wall above grade or roof, seal with watertite caulk, 3M or equal.
7. Provide nylon or polypropylene ropes, 3/8" O.D., rated at 2,000 pounds minimum tensile
strength, in all conduits more than 5' in length left empty for future use. Fasten each
rope to plugs or caps at each end with a 5' minimum slack. The rope shall be in one
continuous length through each duct with no cuts and ties allowed.
8. Tag all empty conduits at each accessible end with a permanent tag identifying the
purpose of the conduit and the location of the other end. In wet, corrosive outdoor or
underground locations, use brass, bronze, or copper 16 gauge tags or lead tags
secured to conduit ends with #16 or larger galvanized wire. Inscribe on the tags, with
steel punch dies, clear and complete identifying information.
9. Provide expansion and deflection fittings where two rigidly supported conduits may
move in relation to each other at expansion or seismic joint crossings.
10. From each panel which is flush mounted in a wall, stub from top of the panel, a
minimum of (4) 3/4 -inch conduits and (1) 1 -112" conduit to the nearest ceiling space or
other accessible location and cap for future use.
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACh • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
11. Furnish independent support for all conduits rising from floor for motor connections if
over 18 inches above floor. Do not support to motor, to ductwork or mechanical
equipment.
12. Conduits which are installed above dry type suspended ceilings shall not be secured to
ceiling support wires. Support such conduit independent of ceiling suspension systems.
13. Keep bends and offsets in conduit runs to an absolute minimum. Replace all deformed,
flattened or kinked conduits at Contractor's expense.
14. Ream the ends of all conduits.
15. Seal all conduits from exterior outlets at first interior junction to prevent moisture from
entering the building through the conduits. Slope exterior conduits away from the
building.
16. Install all exposed conduits parallel to and perpendicular to the building structure.
17. Conduit size shall be minimum 314 -inch.
18. Use PVC Schedule 40, encased in concrete, for runs outside the building. Use PVC
schedule 80 conduits under the building exterior walls as described under Paragraph
2.01.G herein. At building entry points (inside building) provide tags on all conduits
clearly stating "CAUTION — HORIZONTAL RUNS EXTERIOR TO BUILDING ARE
PLASTIC. GROUND CONDUCTOR REQUIRED ".
When PVC is used, all sweeps and elbows shall be galvanized rigid steel mated with
PVC.
Encase all nonmetallic feeder conduits installed underground in a 3 -inch concrete
envelope. Extend concrete envelope a minimum of 3 inches beyond external sides of
outermost conduits. Space the external surfaces of conduit within a bank, a minimum
of 2 inches apart, except that all sound, telephone, and intercommunication circuits
contained within nonmetallic conduits shall have minimum separation of 12 inches from
any light or power circuits that parallel them within a bank. Use manufactured concrete
or plastic spacers to ensure required concrete coverage. Conduit spacer shall be so
installed as to be self- supporting and shall transmit no vertical load to any conduit.
Concrete shall be 2500 psi. Non - metallic feeder conduits installed underground in
heavy traffic areas shall be encased in a steel reinforced concrete envelope. Refer to
drawings for locations and reinforced duct bank details.
After concrete duct bank is installed, backfill the trench with cement slurry. The slurry
backfill in a planter area shall not reach the upper 12 inches. This portion of the trench
shall be filled with soil suitable for landscape.
19. Underground duct banks shall have a continuous slope downward toward manholes
and away from buildings with a pitch of not less than 4 inches in 100 feet. Changes in
direction of runs exceeding a total of 10 degrees, either vertical or horizontal, shall be
accomplished by long sweep bends having a minimum radius of curvature of 25 feet,
except that manufactured bends may be used at ends of short runs of 100 feet or less,
and then only at or close to the end of run. A minimum clearance of 6 inches shall be
maintained when crossing existing utilities and a minimum of 12 inches when paralleling
existing utilities.
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACF RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
20. All underground conduit runs installed under the building shall be PVC Schedule 80
encased in concrete with a minimum cover of T' all around, and 2" between individual
conduits.
21. In order to prevent water from coming in, all conduits entering buildings, substations,
and other structures shall have seals between the conduits and the structure walls. The
space between the cables and conduit inside walls shall be sealed as well as using
separable conduit sealing bushings manufactured by Crouse - Hinds, OZ/Gedney, or
equal. Empty conduits shall be securely plugged or capped to prevent water seeping.
22. Exposed conduits larger than 1 inch shall be suspended with pipe hangers. Pipe
hangers for individual conduits shall be Unistrut, Superstrut, or equal, malleable iron split
pipe rings, suspended from hanger rods. Rods shall be 3/8 -inch for 2 -inch and smaller
conduits, and 1/2 -inch for 2 -1/2 -inch and larger conduits. Hangers and racks shall be
attached to concrete with insets, set at the time the concrete is poured, and to steel
members with beam clamps or machine bolts.
23. Conduits 1 -inch and smaller, in metal and stud partitions, shall be tied to the furring
channels with No. 12 gauge galvanized tie wire spaced not more than 5 feet apart.
Conduits 1 inch and smaller for service to lighting fixtures (other than home runs) may
be supported in the same way. Conduits above metal channel lath and plaster ceilings
for other services and lighting home runs shall be supported as indicated in Paragraph
3.01.G.1 herein.
24. Conduit clamps and hanger rods attached to concrete structures shall be secured by
machine bolts or rods screwed into anchors. Anchors not cast into the concrete shall be
of the expansion shield type, Hilti, Phillips Red -Head, or equal.
25. A separate conduit shall be installed for each homerun indicated on the Drawings.
26. Sleeves. Wherever conduits pass through concrete walls, suspended slabs or metal
deck floors, provide sleeves of ample size to permit installation of conduits. Sleeves
shall be installed prior to pouring of concrete and shall have ends flush with the wall or
extend 2 inches above floor surfaces. Verify locations with Owner's Representative.
27. Finish Around Sleeves: Rough edges shall be finished smooth. Space between
conduits and sleeves where conduit passes through exterior walls shall be sealed to
permit movement of conduit, but prevent entrance of water. Space between conduit
and sleeves where conduits pass through fire rated interior walls and slabs shall be
sealed with approved materials to provide a fire barrier conforming to the requirement of
the codes having jurisdiction.
28. Wherever conduits extend through roof, provide galvanized sheet metal flashing.
Flashing shall extend six inches above roof.
29. Install conduit seals in all conduits entering or leaving hazardous areas, refrigerated
rooms and clean rooms. Use O- Z/Gedney seals as described under 3.01.G.22 above.
30. Except as otherwise indicated on the Drawings, bends in conduits 2 inches or larger
shall have a radius of curvature of the inner edge, equal to not less than ten (10) times
the internal diameter of the conduit. Any deviations from this radius shall be approved
by Owner's Representative. Wire or cable bends in junction or pull boxes shall be made
with a "U" shape against the inside surface of the manholes, junction or pull boxes to
provide extra length for future redevelopment. Bends for 600 -volt cable shall have a
radius of not less than five (5) times the diameter of the cable. Shielded cables rated
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
above 600 volts shall have a bending radius of not less than twelve times the cable over
all diameters. Nesting of conduits shall be made when two or more conduits are run in
parallel. High voltage feeder conduit runs (above 600 volts), telephone and closed -
circuit television conduit runs shall not have more than two 900 radius bends. All other
conduit runs (below 600 volts) shall not have more than three 900 radius bends between
pull boxes, junction boxes or terminal cabinets.
31. Conduit shall not be run closer than 6 inches to any hot water pipe, steam pipe, heater
flue or vent.
32. Provide condulets for exposed runs of conduits where junctions, 900 bends or offsets
are required, whether such condulets are indicated on the Drawings or not. Conduit
bends will not be permitted around the corners of beams, walls or equipment. All
condulet covers shall be accessible.
33. All control apparatus, outlet boxes, junction and pull boxes, and other similar equipment
shall be installed and maintained in accessible positions and locations.
34. Conduits in furred spaces shall be routed to clear access openings.
35. Where steel conduits enter a concrete floor below a surface mounted panelboard, they
shall be encased in a concrete curb of sufficient height to match the height of the
finished base tile.
36. Holes for conduits through existing concrete walls or floors shall be made by the "core -
drill" method.
37. A 8 -inch square by 2 -foot deep concrete block with an embedded brass 4 -inch square
nameplate shall be installed flush with grade over the ends of spare conduits stubbed
out of a building or a manhole, indicating the size and origins of the conduits.
H. Seismic Bracing:
1. Provide seismic bracing for conduits 2" and larger, wherever conduit is suspended more
than 12" to the bottom of the conduit from its anchoring point on the structure. All such
bracing as described herein or below shall be run from the raceway to the structure, and
anchored to the latter in an approved manner.
2. Provide diagonal bracing to the structure from all hangers and changes in direction
where condition described in Paragraph 3.01.1-1.1 herein applies.
3. Provide diagonal bracing every 30' where condition described in Paragraph 3.01.H.1
herein applies.
4. Seismic bracing as described in Paragraphs 3.01.H.1, H.2 and H.3 herein shall be
provided immediately upon completion of each conduit run, to prevent obstruction of
conduits by other utilities or construction work.
5. For more requirements refer to Section 16190, VIBRATION CONTROL AND SEISMIC
RESTRAINT.
As- builts
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACP RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
1. Contractor shall produce as -built drawings indicating all deviations from the design
drawings.
2. During the installation of the underground duct banks, contractor shall indicate on the
as -built drawings all crossings of existing utility lines and duct banks previously
unknown.
3.02 FIELD ACCEPTANCE TEST
A. Visual and mechanical inspection:
1. Inspect for physical damage.
2. Inspect conduit bracings.
3. Inspect conduit bends.
4. Inspect conduit seals and plugs or caps.
5. Inspect whether the specked ropes and pull- strings are placed in the spare conduits.
6. Inspect whether the specked tags are placed on both ends of the spare conduits.
7. Inspect whether other installation requirements specified under Paragraph 3.01 herein
are met.
END OF SECTION
CONDUITS AND RACEWAYS 16110
CITY OF NEWPORT BEACP
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16121 - CONDUCTORS
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. Provide conductors as shown on the Drawings and as specified, complete.
1.02 QUALITY ASSURANCE
RJC NO. 0223
04/08/2005
A. Testing: Contractor shall pay for the services of a qualified testing laboratory to perform the
specified tests. Contractor shall furnish all material required for testing. See Section 16010,
ELECTRICAL GENERAL PROVISIONS, for detailed requirements.
1.03 SUBMITTALS
A. Tests and Reports (Test Requirements are detailed in Paragraph 3.01 M below).
1. Testing laboratory shall submit Megger Test Report to Owner's Representative who will
approve or disapprove Contractor's Work.
B. Shop Drawings and Product Data: The following list includes the required shop drawing
information that shall be submitted.
1. Wire and cable.
2. Splice details.
3. Connectors.
PART 2- PRODUCTS
2.01 MATERIALS
A. Insulated wire conductors for circuit voltage, 600 volts or less, shall be tin coated copper,
minimum size #12 AWG. Control wiring may be #14 AWG minimum except where otherwise
shown. Conductors shall have UL approved 600 volt insulation of type specified below or
elsewhere in the Specifications.
1. Branch Circuits - Lighting and Power.
a. #10 AWG and smaller, solid wire type THW or THHN/THWN, THHN.
b. #8 AWG and larger, stranded type THW or THHN1THWN.
2. Feeders: Lighting and power, type THW or THHN/THWN.
3. Connectors for #10 conductor and smaller UL listed for 600 volts, UL approved for use
with copper, cone shaped, expandable coil spring insert, insulated with a nylon shell
and two wings placed opposite each other to serve as a 'built -in" wrench. Shell shall
be molded one -piece as manufactured by 3M ScotchLok, Ideal Industries Wing -Nut,
or equal.
4. Connectors for #8 AWG and larger shall be screw pressure lugs made of high strength
structural aluminum alloy and UL approved for use with copper wire as manufactured by
T &B Sta -Kon, Burndy Quik -Lug, or equal.
CONDUCTORS 16121
CITY OF NEWPORT BEACIO . • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108/2005
CONTRACT #3461, PLAN #P- 5189 -S
5. All conductor insulation shall be color coded to indicate phase leg, voltage and use. If
color coded wire is unavailable, color banding (min. 2" wide) shall be required where
conductors are visible. This color coding is acceptable only in size AWG #8 and larger.
6. Conductor insulation type, size and UL approval shall be printed with permanent white
paint on all conductor insulation continually repeating.
7. Wiring through fluorescent fixtures in continuous rows shall be type THHN.
8. Provide all conductors used for power, lighting, control signal and communications
systems, operating at 600 volts and below, with a minimum insulation rating of 600 volts.
9. Minimum Size Conductors: #12 AWG copper, unless otherwise indicated.
10. All conductors shall be new and shall have been manufactured within 12 months of the
date of delivery to the Project site and continuously stored where protected from the
heat or weather.
11. Vertical cable supports shall be OZ/Gedney, Adelet SVM, or equal.
12. Deliver all conductors to the Project site on their original cable reels or in their original
unbroken packages.
13. Provide all conductor packages and cable reels plainly marked or tagged with UL labels,
AWG size, voltage rating, insulation type, type of standing, manufacturer's name, and
month and year when manufactured.
14. Insulating Tape - Plastic Self- adhering. 3M Scotch #33 electrical tape, Manville Bulldog
#166, or equal.
15. Conductor tags shall be premarked, self - adhesive wrap- around cloth type.
Manufacturer EZ Code, Brady Perma -Code, or equal.
16. Conductor ties shall be plastic with cinching holders. Manufacturers T &B Ty -Rap,
Panduit Pan -Rap, or equal.
17. Conductor sealant shall be silicone type 3M, Dow - Corning, or equal.
PART 3 - EXECUTION
3.01 INSTALLATION
A. The following color code prevails for all branch circuits and feeders:
1. Neutral: White for 240/120
1 Ground: Green.
3. Phase A: Black for 240/120
4. Phase B: Red for 2401120
5. Three -way travelers - orange.
6. Switch legs same color as phase leg.
B. Identify all feeders as to phase or leg in each panelboard with identifying tape a minimum of
two inches wide color coded according to Paragraph 3.01 A above.
CONDUCTORS 16121
CITY OF NEWPORT BEACF RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
C. For conductors installed in areas subjected to temperatures exceeding 140 °F, including
terminating in incandescent lighting fixtures and installed through or into housing containing
ballasts, furnish type THHN.
D. For conductors installed in exposed conduit outside of buildings and conduit within or just under
roofing material, furnish type THHN.
E. Control Circuits for Mechanical Equipment: Use 600 volt UL type THWN conductors except
where subject to abnormally high temperatures such as on or near boilers. Under these
conditions, use UL type THHN.
F. Make all branch circuit and fixture joints for #10 AWG and smaller wire with connectors as
specified in Paragraph 2.01 A.3 above.
G. Make all branch circuit joints of #8 AWG and larger with screw pressure lugs as specified in
Paragraph 2.01 A.4 above, and insulate with electrical tape to 150% of the insulating value of
the conductor insulation.
H. Tape all connections made with non - insulated type connectors with insulating tape to 150
percent of the insulating value of conductor insulation.
Each circuit shall correspond to the branch circuit number indicated on the panel schedule
shown on the Drawings unless otherwise approved by Owner's Representative.
J. For control wiring, conform to the wiring diagrams shown on the mechanical Drawings and the
manufacturer's wiring diagrams to control the equipment in the manner specified in Division 15
of the Specifications. Color code all control wiring.
K. Where conductors in conduit pass through exterior walls, a sealing compound of moisture -
resistant material shall be applied in the ends of the conduits to seal around the conductors.
Sealant shall be 3M or equal.
L. Tag all conductors of power circuits and the various signal and sound systems. Conductors
shall be tagged in each junction box, pull box, Wreways or auxiliary gutter and at each device,
motor outlet, panelboard, switchboard or other conductor termination. Tag shall show feeder
number, size, phase and origin.
M. Megger tests shall be taken on all feeder conductors and on all conductors for motors over 15
HP. Tests shall be made prior to connection of equipment. Conductors testing below
manufacturer's standard, shall be replaced at Contractor's expense.
N. Wiring within all equipment enclosures shall be neatly grouped and tied together.
O. Pigtails shall be extended from branch wiring in outlet boxes for attachment to devices. Loops
in through wiring will not be acceptable.
P. Conductors in outlet boxes shall have a minimum of 8 inches of -extra conductors.
Q. Tag all conductors in junctions boxes, pull boxes, and wireways, indicating panel board and
circuit number.
END OF SECTION
CONDUCTORS 16121
CITY OF NEWPORT BEACF RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 16130 - OUTLET AND JUNCTION BOXES
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. Provide outlet and junction boxes as shown on the Drawings and as specified, complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data: The following list includes the required shop drawings that
shall be submitted.
Outlet and junction box construction, size and finish.
PART2- PRODUCTS
2.01 MATERIALS
A. Outlet boxes and covers shall be galvanized pressed steel and plugged holes, and shall be hot
dipped galvanized or sherardized. All boxes shall be of NEC size for the number of wires or
conduits passing through or terminating therein, but in no case shall any box be less than 4
inches square by 2 -1/8 inches deep, unless specifically noted as smaller on the Drawings. For
boxes concealed in walls or ceiling, provide the solid gang, galvanized or sherardized pressed
steel knockout type. Sectional boxes shall not be used.
B. Light fixture outlet boxes shall be equipped with fixture - supporting device, as required by the
unit to be installed.
C. Exposed boxes in mechanical areas or exposed to weather shall be cast iron weatherproof
boxes with grounding terminal, threaded hubs and gaskets, Type "FS" or "FD" Series. Pot
metal boxes are not acceptable.
D. Telephone and intercom outlets shall be a minimum of 4-11/16 inches square by 2 -1/8 inches
deep.
E. Outlet boxes in toilet buildings and lifeguard buildings shall be cast metal with threaded hubs,
approved for outdoor (weatherproof) areas where installed.
F. Switch Outlets: Use solid gang boxes for three or more switches for mounting behind a
common single plate.
G. Condulets shall be cast iron with threaded hubs. Type "FS" or "FD" series.
H. Acoustic pads shall be pliable, putty-like pads, 1 /4-inch thick.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Furnish all boxes necessary for installation of the electrical Work in compliance with NEC
requirements.
OUTLET AND JUNCTION BOXES 16130
CITY OF NEWPORT BEACO • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/0812005
CONTRACT #3461, PLAN #P- 5189 -5
B. Secure recessed boxes for ceiling outlets with galvanized steel bar hangers, specifically
manufactured for the purpose, to ceiling channels to permit the installation of the box.
C. Single gang wall outlet boxes located at metal studs shall be screwed to the stud with sheet
metal screws.
D. Single or multiple wall outlet boxes located between studs shall be secured in place to bar
hangers between studs.
E. Nails shall not be used to support outlet boxes.
F. Secure recessed, pressed steel boxes in place with steel hangers specifically manufactured for
the purpose. Fully or partially hammer driven screws are not permitted.
G. Use extension rings with blank covers for making exposed conduit connections to flush wall or
ceiling boxes.
H. For boxes not specified or indicated, use boxes and mounting height as required by equipment
and recommended by equipment manufacturer.
I. For outlets identified on plans (W.P) as flush in exterior walls, use weatherproof joints and
connections all around. Outlets shall have cast covers and be fitted with gaskets.
J. Do not locate outlet boxes not containing a circuit device in any public space. Place these
boxes in storage rooms, electrical closets, or above accessible ceilings.
K. Place boxes which must be exposed to public view in a location approved by Owner's
Representative. Provide covers or plates to match adjacent surfaces as approved by Owner's
Representative..
L. Covers for flush outlets shall be stainless steel and finish flush with plaster or other finished
surface.
M. Where both emergency and normal circuits feed a single light fixture, provide an outlet box for
each system.
N. For boxes installed in concrete, provide the type specifically designed for the purpose to
prevent entrance of concrete and to permit placement of box and conduit without displacing
reinforcing steel.
O. Use boxes sized to legally accommodate all devices and conductors contained therein. Use no
box smaller than 4 inches square by 2 -1/8 inches deep, unless otherwise indicated.
P. Securely fasten all outlet boxes to the structural members. In concrete or drywall construction,
set recessed boxes so that the front of the plaster ring or front of the box for those without
plaster rings is not more than 1/4 inch behind the final finished surface. Set all recessed boxes
in other types of construction so that the fronts are flush with the finished surface. Where
these settings are not achieved, provide a 24 -gauge or heavier galvanized steel liner flush with
finished surface. Boxes installed at CMU block shall be masonry type box.
Q. Provide UL approved factory made knockout seals in the boxes where unused knockouts are
not intact. Provide recessed threaded plugs in all unused hubs of cast boxes.
R. Label the cover of each accessible junction box with panel and circuit designation and function.
OUTLET AND JUNCTION BOXES 16130
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 /08/2005
CONTRACT #3461, PLAN #P -51895
S. Boxes shall not be mounted back - to-back in any wall; minimum offset shall be 16 inches
T. Provide acoustic blanket or membrane around all outlet boxes and switches located in party
walls of offices.
U. Provide and maintain sufficient access and working space to permit access and safe
maintenance to all boxes.
END OF SECTION
OUTLET AND JUNCTION BOXES 16130
CITY OF NEWPORT BEACIO
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16140 - WIRING DEVICES
PART 1 -GENERAL
1.01 DESCRIPTION OF WORK
A. Provide wiring devices as shown on the Drawings and as specified, complete.
1.02 SUBMITTALS
RJC NO. 0223
04/08/2005
A. Shop Drawings and Product Data: The following list includes the required shop drawings that
shall be submitted.
Each device indicating FS number, amperage and voltage rating, materials, color and
manufacturer's catalog sheet.
2. Each device plate indicating materials and thickness or gauge of materials, color and
manufacturer's catalog sheet.
PART 2- PRODUCTS
2.01 MATERIALS
A. All devices shall conform to NEMA standards, shall be UL listed and labeled, and shall be
"Specification Grade," meeting the requirements of FS WC -596 -F and switches meeting the
requirements of FS WS- 896 -E.
B. Switches:
1. Wall switches shall be fully enclosed, quiet type tumbler switches rated 20 amperes,
120 or 277 -volt, bakelite or composition.
2. Quiet switches, 20 ampere type, may be used in quiet locations at full rating for inductive
or non - inductive loads and incandescent or fluorescent lighting loads.
3. Single Pole Quiet Switches: Hubbell #2122, General Electric or equal.
4. Double Pole Quiet Switches: Hubbell #2123, GE, or equal.
5. Three -way Quiet Switches: Hubbell #2124, GE, or equal.
6. Wall switch and pilot lights shall be flush mounted combination wall type with switch and
pilot light equipped with a 6 -watt, 125 -volt candelabra base lamp. The pilot light shall
have a green jewel with brass rim flush mounted in the wall plate.
7. Control switches for lighting shall be 3 -way, normally open, momentary contact, tumbler
switches, Hubbell #1556, GE, or equal. The switch shall be wired so that the lights will
be "ON" when the switch is moved to the "UP" position.
C. Manual motor control switches for single -phase motors shall be flush or surface mounted, as
required, full - voltage type with thermal overload protection and with pilot light and jewel where
specked. Manufacturer shall be Allen Bradley, GE, or equal.
WIRING DEVICES 16140
CITY OF NEWPORT BEACIO 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
D. Remote control switches shall be standard duty, momentary contact, push button or selector
switches, equipped with pilot light and jewel, where specified. Manufacturer shall be Allen
Bradley, GE, or equal, and shall be mounted in the NEMA type enclosure most applicable for
the location.
E. Contactors for the control of lighting circuits shall be mechanically held, NEMA Size 2 or larger,
with the number of poles as required by the schedules or diagrams. Contactors shall have coil
clearing contacts.
F. Receptacles:
1. Single and duplex convenience receptacles shall be U- grounded type, 125 volts, side
and back wired with binding screws only. Rating 15 or 20 amperes as indicated,
Hubbell #2152, GE, or equal.
2. The grounding contact shall be internally connected to the frame with ground terminal
for extern9l ground.
3. Special receptacles shall be as indicated on Drawings by NEMA configuration.
4. Ground fault receptacles shall be 20 amperes, 125 volt, duplex, three wire grounding
with pilot light and test and reset buttons. Suitable for feed - through wiring, color to be as
selected by Owner's Representative from manufacturer's standard colors, Hubbell
#GF5352, GE, or equal.
5. Wiring devices in exposed weatherproof boxes shall be the devices specified in this
Section, and shall be installed in "FS" or "FD" series condulets with weatherproof cast
metal covers, and gaskets as required.
G. Plates:
1. Provide plates for all switches, receptacles, junction boxes, telephone and other outlets.
2. Provide engraved or etched plates for all lock switches, pilot switches, switches from
which equipment or circuit controlled cannot be readily seen, three or more switches
under a common plate and for switches as indicated.
3. Stainless steel plates shall be AISI Type 302, with beveled edges, 0.040" thick with satin
finish.
4. Where outlets are indicated to be weatherproof, provide a AISI Type 302 stainless with
double hinged covers.
5. Galvanized steel plates shall be square or rectangular and hot dipped galvanized or
sherardized, beveled edges and 0.040" thick.
6. Provide plates equipped with dose fitting openings for the exact device to be used.
Provide plates for telephone outlets equipped with bushed openings.
7. Dimmer plates shall be custom type.
8. Finish of plates and devices shall be as follows:
WIRING DEVICES 16140
CITY OF NEWPORT BEACH • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT 43461, PLAN #P- 5189 -S
Location Plate Device Color'
General Interior Stainless Steel Brown
Finished Areas
On Exterior Stainless with Brown
Spring Loaded
Cover
In Equipment Rooms Stainless Steel Brown
or Other Generally
Unfinished Areas
Janitor and Stainless Steel Brown
Utility Rooms
Toilet (Public) Stainless Steel Brown
H. All pilot lights shall be transformer type.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Mount switches 45 inches above finished floor and vertically in all locations unless indicated
otherwise.
B. All convenience and telephone outlets mounted 15" above the floor shall be installed
vertically. Install receptacle with the grounding terminal up. All 3 -wire duplex receptacles
mounted more than 15 inches above the floor shall be installed horizontally with the
grounding terminal to the left.
C. NEC sized ( #12 minimum) bonding jumper shall connect grounded outlet box to receptacle
grounding terminal on all flush mounted units.
D. Align and plumb all devices and plates. Plates shall fit flat against wall and tight against device
surface without strain on plate.
E. Each class of device shall be furnished by one manufacturer for total Project. Mixing devices of
different suppliers will not be permitted.
3.02 IDENTIFICATION
A. All new receptacles, j- boxes, pull boxes and coverplates for electrical, telephone, signal and
public announcement system cabling shall be identified for use, location, panel and circuit
number. Label identification for devices and boxes exposed to public view shall be by Dymo
labelmaker tags, or equal, black with white lettering for normal power circuits, red with white
lettering for emergency circuits and blue with white lettering for telephone, signal and other
cable runs. Identification for devices and boxes not exposed to public view can be by
permanent marker, black for normal circuits, red for emergency and blue for telephone,
signal and other cable.
END OF SECTION
WIRING DEVICES 16140
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16141 - NAMEPLATES AND WARNING SIGNS
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. Provide nameplates and warning signs as shown on the Drawings and as specked, complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data: The following list includes the required shop drawings that
shall be submitted.
Complete data.
PART 2- PRODUCTS
2.01 MATERIALS
A. Fabricated nameplates shall clearly state the following:
1. Manufacturer's name and equipment design ratings including current, voltage, KVA, HP,
bus bracing rating or as applicable.
2. System usage and purpose, system nominal voltage, equipment rating KVA, amperes,
HP and RPM as applicable. Designation data per Drawings or supplied with shop
drawings.
3. Panel designation, voltage and phase.
B. Manufacturer's Device Nameplates: Device usage, purpose, or circuit number; manufacturer
and electrical characteristic ratings including the following:
1. Circuit Breakers: Voltage, continuous current, maximum interrupting current and trip
current.
2. Switches: Voltage, continuous current, horsepower or maximum current switching. If
fused, include nameplate stating "Fuses must be replaced with current limiting type of
identical characteristics"
3. Contactors: Voltage, continuous current, horsepower or interrupting current, and
whether "mechanically held" or "electrically held."
4. High Voltage Sectionalizing Switches: Voltage, continuous current and maximum
current switching, located to be visible after installation.
5. Motors: Rated voltage, full load amperes, frequency, phases, speed, horsepower, code
letter rating, time rating, type of winding, class and temperature.
6. Controllers: Voltage, current, horsepower and trip setting of motor running overcurrent
protection.
C. Equipment nameplate material shall be engraved, laminated, plastic or Micarta type with white
letters engraved through the black background, except on emergency systems background
NAMEPLATES AND WARNING SIGNS 16141
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
shall be red and include the word "EMERGENCY." Letters shall be 3/16' high for devices, and
minimum 114" high for equipment and enclosures. Adhesives are not acceptable. All plates for
receptacles on emergency circuits shall be engraved "Emer. 120V' with 318" black filled letters.
D. Warning signs shall be minimum 18 gauge steel, white porcelain enamel finish with red
lettering. Lettering shall read "DANGER - HIGH VOLTAGE," with "DANGER" in 1 -112" letters
and "HIGH VOLTAGE" in 1" letters. Warning signs shall be included on door or immediately
above door of all electrical equipment rooms, vaults or closets containing equipment
energized above 150 volts to ground.
E. Other equipment nameplates or warning signs required by the Contract Documents, or added
at the equipment manufacturer's or Contractor's discretion, shall be fabricated and installed
according to the guidelines specified in this Section.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Nameplates shall be mounted by self - tapping, threaded screws and bolts, or by rivets.
B. Signs shall be permanently mounted with cadmium plated, steel screws or nickel - plated brass
bolts.
END OF SECTION
NAMEPLATES AND WARNING SIGNS 16141
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16170 - SWITCHES, DISCONNECT AND SAFETY
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide switches, disconnect and safety, as shown on the Drawings and as specified,
complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data: Complete equipment shop drawings shall be submitted.
PART2- PRODUCTS
2.01 MATERIALS
A. All disconnect switches shall be the "Heavy Duty' type and shall meet the latest edition of FS
W -S-865 and be constructed for harsh area environment (salt air).
B. Provide all disconnect switches with devices enabling the switch to be locked in the open and
dosed positions.
C. Manual motor starters shall be motor rated tumbler switches rated 3 HP 208 or 480 volts,
three -phase with overload heaters as specified or shown to protect equipment served.
D. Externally operable safety switches shall have quick -make, quick -break mechanism, capable
of switching 10 times the switch rating, and with cover interlocks with defeat mechanism for
maintenance. Provide switches with number of poles, ampere, voltage and HP rating, types of
enclosures and fusible or non - fusible as indicated and as required for the particular application.
Disconnect switches shall be heavy duty type unless otherwise indicated. Provide NEMA I
enclosures for interior locations and NEMA 3R enclosures for exterior wet locations (harsh
area environments) unless otherwise indicated. Switches having a dual rating when used with
dual element fuses shall have rating so indicated on the metal plate. Fuses, where required,
shall be UL listed current limiting type RK5.
E. Manufacturers: Square D, Cutler- HammerNVestinghouse, or equal.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install switches, disconnects and safety, where indicated on the Drawings.
B. Securely fasten to structural members or channel support.
C. Install manual motor starters flush mounted for switching motors 3 HP and smaller in finished
areas.
D. install manual motor starters surface mounted in equipment rooms and non - finished areas.
Where installed above ceilings, access panels shall be provided.
END OF SECTION
SWITCHES, DISCONNECT AND SAFETY 16170
CITY OF NEWPORT BEACS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16190 - VIBRATION CONTROL & SEISMIC RESTRAINT
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide vibration isolators for electrical equipment as specked complete and as shown on the
drawings to prevent transmission of vibration and sound to the building. Refer to equipment
listed under Paragraph 3.01.
B. Provide seismic restraints on electrical equipment as required by California Building Code
(CBC), Title 24, Part 2, Table 2 -23j, Part B. Refer to the equipment listed under Paragraph
3.01.
1.02 QUALITY ASSURANCE
A. Testing: Contractor shall furnish Owner's Representative with a copy of a certified factory test
report complying with ANSI and NEMA standards.
B. Contractor shall pay for the services of a qualified testing laboratory to perform the specified
field tests. Contractor shall provide all material required for testing. See 16010, ELECTRICAL
GENERAL PROVISIONS, for detailed requirements. Testing laboratory shall report results of
the tests to Owner's Representative who will approve or disapprove Contractor's work.
1.03 SUBMITTALS
A. Shop drawings, product data and calculations:
The following includes the minimum required shop drawing data and calculations
a. Manufacturer's model number for each isolator or restraining device and the
equipment to which it will be applied.
b. Neoprene isolator free height, deflected height, isolator loading and
displacement.
C. Seismic and anchorage design, including methods to achieve vertical restraint for
seismic slack cables.
d. Written certification from isolation manufacturer that isolation is installed
correctly.
2. All submittals shall be signed by a structural engineer licensed in the state of California.
PART2- PRODUCTS
2.01 MATERIALS
A. Provide vibration isolators as specified in Paragraph 2.01.6 below. Provide restraining devices
as specified in Paragraph 2.01.0 below, and as shown on the drawings. The isolators and the
seismic restraining devices shall comply with the current seismic requirements of the state of
California.
B. Vibration Isolators:
VIBRATION CONTROL & SEISMIC RESTRAINT 16190
CITY OF NEWPORT BEACO •
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P -5189S
General Properties:
RJC NO. 0223
04/08/2005
a. All vibration isolators shall have either undeflected heights or calibration markings
so that, after adjustment when carrying their load, the deflection under load can
be verged, thus determining that the load is within the range of the device and
that the correct degree of vibration isolation is being provided according to the
design.
b. All isolators shall operate in the linear portion of their load versus deflection
curve. Furnish load versus deflection curves from manufacturer; curves shall be
linear over a deflection range of not less than 50% above the design deflection.
C. The ratio of lateral to vertical stiffness shall be not less than 0.9, nor greater than
1.5.
d. The theoretical vertical natural frequency for each support point based upon the
load per isolator and isolator stiffness, shall not differ form the design objectives
for the equipment as a whole by more than (±) 10 %.
e. Wave motion through the Isolator shall be reduced to the following extent:
Isolation above the primary vertical system resonance frequency shall follow the
theoretically predicted isolation curve for single degree of freedom systems with
10 db to 50 db at all frequencies above 150 Hz.
f. All neoprene mountings shall have a shore hardness of 40-65 after minimum
aging of thirty (30) days, or corresponding open - aging.
g. Vibration isolators shall provide the proper weight distribution to produce uniform
deflection.
2. Isolator Types:
a. Type MS shall be spring type without housings or snubbers, equipped with
leveling bolts and with two layers of ribbed or waffled neoprene pads, separated
by a 1/16" galvanized steel plate under the base plate. Neoprene sleeves and
washer shall be installed at all anchor bolts.
b. Type HS shall be suspension hangers having a steel frame and spring element,
in series with a neoprene pad, cup or washer. The isolator shall be designed so
that hanger rod may me misaligned 15 degrees in any direction relative to the
vertical, without contacting hanger box frame.
C. Type MN shall be neoprene isolator support type unit having a minimum static
deflection of 1/4 ".
d. Type HN shall be a suspension hanger type employing a neoprene isolator unit
having a minimum static deflection of 1/4 ".
e. Manufacturers for type MS, HS, MH, and HN isolators shall be Vibrex, Mason,
or equal.
3. Equipment Frames:
a. Mounting frames and brackets shall be provided to carry the load of the
equipment without causing mechanical distortion or stress to the equipment.
VIBRATION CONTROL & SEISMIC RESTRAINT 16190
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
b. The mounting frames shall consist of welded, wide flange or channel structural
steel, with welder brackets to accept the isolators. The section depth of any
frame member shall be not less than 1110th of the length of the longest frame
member, and not less than 1 /1 0th of the greatest span between support points.
All frame members shall have the same depth.
C. Restraining Devices.
Restraints shall consist of 2" by 1/4" flat iron bars with resilient pads to provide vertical
and lateral restraint during seismic shock.
2. Each restraint shall consist of two pieces of flat iron bars bolted together with two 3/8"
bolts and serrated washers. The holes in the bars shall be slotted vertically to permit
adjustment for required clearance.
3. Steel wire minimum #12 AWG.
PART 3 - EXECUTION
3.01 INSTALLATION
A. All electrical equipment shall be mounted on vibration isolation rails or frames using neoprene
isolators.
Provide restraints for switchboards, distribution boards, motor control centers, sectionalizing
switches, and any other floor standing electrical equipment shown on the drawing.
C. Provide restraints for all suspended transformers and other suspended electrical equipment.
D. Install restraints after equipment has been set on isolators and after the isolators have been
adjusted for required deflection.
E. Suspended electrical equipment shall be supported on an appropriate steel frame from Type
HS hangers, selected for a minimum static deflection of 0.75 ".
Provide cable restraints for lighting fixtures, wireways and bus ducts.
3.02 ACCEPTANCE TEST
A. Inspect the installation of all vibration isolators in accordance with manufacturer's printed
recommendations.
B. Replace, at no extra cost to Owner, isolators which do not produce the required deflection, are
incorrectly loaded above or below their correct operating height, or which do not produce the
required isolation as approved.
C. Inspect whether all electrical equipment has seismic restraints as required under Paragraphs
1.01 and 3.01 above.
D. Inspect whether all restraining devices have used materials and have been installed as
required under Paragraphs 1.01 and 3.01 above.
END OF SECTION
VIBRATION CONTROL & SEISMIC RESTRAINT 16190
CITY OF NEWPORT BEACO • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16191 - RESTRAINING DEVICES
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide restraining devices as shown on the Drawings and as specified, complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data:
The following list includes the required shop drawing information that shall be submitted.
a. Complete data on all electrical equipment specified in Paragraphs 3.01.0 and
3.01.13 below, including calculations.
2. All submittals shall be signed by a Structural Engineer licensed in the State of California.
PART 2- PRODUCTS
2.01 MATERIALS
A. Restraints shall consist of 2" by 114" flat iron bars with resilient pads to provide vertical and
lateral restraint during seismic shock.
B. Each restraint shall consist of two pieces of flat iron bars bolted together with two 318" bolts and
serrated washers. The holes in the bars shall be slotted vertically to permit adjustment for
required clearance.
C. Steel wire minimum #12 AWG.
D. All seismic restraining devices shall comply with the current seismic requirements of the State
of California for this type of device.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Bolt restraints to floor with 1/2" lag type bolts and anchors.
B. Install restraints after equipment has been set on isolators and after the isolators have been
adjusted for required deflection.
C. Provide restraints for switchboards, distribution boards, panelboards, sectionalizing switches.
D. Provide restraints for all suspended transformers and other similar equipment.
E. Provide cable restraints for lighting fixtures, wireways and bus ducts.
END OF SECTION
RESTRAINING DEVICES 16191
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16425 - DISTRIBUTION SWITCHBOARDS
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide distribution switchboards, 600 volt and below as shown on the Drawings and as
specked, complete.
1.02 QUALITY ASSURANCE
A. Testing: Contractor shall pay for the services of a qualified testing laboratory to perform the
specified tests. Refer to Section 16010, ELECTRICAL GENERAL PROVISIONS, for detailed
requirements.
B. Owner's Representative will witness all factory tests. Notify Owner's Representative fourteen
(14) days in advance of the tests, stating where and when they will be performed.
1.03 SUBMITTALS
A. Tests and Reports:
Testing agency will report results of tests to Owner's Representative who will approve or
disapprove Contractor's work.
a. Electrical Tests:
1) Contact resistance shall be measured.
2) Time - current characteristic tests shall be performed by passing 300%
rated current through each pole separately. Trip time shall be determined.
3) Instantaneous pickup current shall be determined by run -up or pulse
method. Clearing times shall be within four (4) cycles or less.
4) Insulation resistance shall be determined pole to pole, across pole and
pole to ground. Test voltage shall be 1000 volts DC.
b. Test Values:
1) Contact resistance shall be compared to adjacent poles and similar
breaker. Deviations of more than 50% shall be investigated.
2) Insulation resistance shall not be less than 50 megohms.
3) Instantaneous pickup current levels should be within 20% of
manufacturer's published values.
B. Shop Drawings and Product Data: The following list includes the required shop drawings
that shall be submitted.
1. Amperage and voltage of all equipment and components.
2. Busing materials and short circuit withstand rating.
1 A list of breakers and the interrupting duty of each Gass of breaker.
DISTRIBUTION SWITCHBOARDS 16425
CITY OF NEWPORT BEACS • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
4. Structural support of switchboards.
5. Gauge of sheet metal enclosure and finish.
6. Physical size and weight.
T One -line diagram of switchboard.
C. Furnish written certification that the metering equipment is performing accurately and that the
meters are registering correctly and have the correct multipliers.
PART 2- PRODUCTS
2.01 MATERIALS
A. The entire switchboard shall be of unit construction with all parts designed, manufactured, and
assembled by a single manufacturer to assure complete and correct coordination between all
items. All busses shall be copper. Manufacturers shall be Square D, GE, ITE Siemens, or
equal.
B. The design of all current carrying devices or parts of switchboards shall conform to the
standard specified in the related sections of UL No. UL-891 and NEMA Standard PB -2, except
as these characteristics may be modified herein.
C. The switchboards shall be weatherproof, painted with marine grade finish for harsh
environments, floor mounted, self- supporting, dead -front, front operated, front connected,
distribution type, manufactured complete with all parts, fittings and equipment, including buses,
circuit breakers, barriers, terminals, wiring and connections. The enclosure shall be 90 inches
high, made of cold rolled steel on a structural shape, or formed, steel frame and shall be
mounted on two W -5 lb. continuous channel iron sills, which shall be closed at the ends
between the two channels.
D. All switchboard sections shall be a minimum of 15 inches deep and shall be constructed of
NEC gauge steel. All holes, supports, studs and openings shall be standardized to enable
interchange of interior and front cover units. All sections shall be fabricated with right angle
corners, plumb edges & surfaces. All switchboard sections shall line up evenly, front & rear.
E. The enclosure shall be chemically cleaned by parkerizing, bonderizing or phosphorizing as a
unit after all welding has been completed. The enclosure shall then be painted with a rust -
resisting primer coat of paint. The interior shall be finished with a coat of light grey, baked
enamel. The exterior finish shall be marine grade paint suitable for a harsh environment.
F. All wiring gutters shall extend the full length and depth of the switchboard.
G. Each switchboard shall be provided with cable pull section at the top or bottom of the
switchboard, depending upon the location of the incoming and outgoing feeders. Provide a
minimum 12 inches of vertical clearance between the cable terminal lugs bolted to the
switchboard buses and the top and bottom of the switchboard enclosure. Horizontal pull
sections and gutters shall be kept free and clear of buses. Where buses cross vertical pull
sections, the buses shall be insulated.
H. Bus bars, connection bars and wiring on the back of the switchboard shall be arranged so that
maximum accessibility is provided for cable connections from the front.
Electrical clearance between parts of opposite polarity, and between live parts and ground,
shall conform to the NEC.
DISTRIBUTION SWITCHBOARDS 16425
CITY OF NEWPORT BEACO • RJC NO, 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
J. Each distribution section shall be bused for the full connected load of that section. Busing in all
sections shall extend to all spare circuit breaker "spaces." Buses shall be drilled for all future
circuit breakers.
K. All bus bars shall be 98% conductivity copper. All bus bars and connections, except as noted
herein, shall be applied on the basis of the minimum cross sections required for the circuit
ampere rating. Bus bar strength shall withstand strains imposed by starting and short - circuit
currents. Connections between horizontal and vertical runs of bus bars shall be made with the
same size bars as the vertical run bars.
L. Ampere ratings for rectangular bus bars shall be in accordance with the NEMA and UL
temperature rise standards.
M. Buses shall be braced for maximum short circuit currents shown on the Drawings. Bracing
shall be per NEMA and UL Standards.
N. All connections between bus bars shall be of a bolted -type. Clamps will not be accepted. All
bus bars shall be accurately formed, and all holes shall be made in a manner which will permit
bus bars and connections to be fitted into place without being forced.
O. Bolts, nuts and washers used to maintain contact on bus and connection bars shall be non-
ferrous material, zinc-electroplated steel, or of other corrosion resistant processed steel.
Copper bus bars and connections shall be provided with silver - plated contact surfaces. The
surfaces silvered shall not be less than 0.0005 inches thick and shall not peel off under normal
operating conditions.
O. The contact surfaces and studs of all devices to which bus connections are made shall also
have silver - plated surfaces. The silver surfacing for these contacts shall be of the same
thickness and applied in the same manner as described in Paragraph 2.01 P above. For stud
connections, the threaded surface shall have silver applied to a thickness of 0.0004 inches.
R. Current carrying nuts shall be made of a copper alloy having adequate conductivity and shall
be of size to carry the circuit current without exceeding the temperature rise normally specked
for copper. Current carrying nuts shall be silver - plated when they are used with connections
that are silver - plated.
S. A ground bus, with a cross - section equal to at least 25% of the capacity of the main bus rating,
shall be located in the back of the switchboard & shall extend throughout the length of the
switchboard assembly. Each housing of the assembly shall be grounded directly to this bus.
T. All connections between bus bars shall be made by drilling and tapping the bus bars and
attaching the breakers or jumper bars with cap screws. Connections shall be arranged so that
individual breakers from 15 to 800 amperes may be removed or added without interference to
the continuous operation of either the entire switchboard or the individual adjacent breaker
units in the same panel.
U. All bus and connection bars and current potential transformers shall be rigidly supported. No
magnetic material shall be located between phase conductors.
V. All nuts and connections shall be Fitted with locking devices to prevent loosening.
W. Load connections shall be provided with solderless lugs, sized in accordance with the riser
diagram, for the cable sizes indicated and shall be so located within the enclosure that no live
parts are accessible from wiring gutters. All devices shown on Drawings as specified herein,
DISTRIBUTION SWITCHBOARDS 16425
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
and necessary fuse blocks, terminal blocks and interconnecting wiring shall be factory installed.
All groups of control wires leaving the switchboard shall be provided with terminal blocks with
numbering strips. Clamp type terminals for all incoming and outgoing cables shall have a UL
stamp showing approval for copper conductions.
X. Connections to current transformers breakers or other devices or equipment in the panel and
connected to the bus shall not be used for bus supports.
Y. Arrangement of 3 -phase bus bars shall be as follows, color coded for phase identification with
a painted band, minimum 2" wide.
1. End of board: front to rear, A -B NEUT.
2. End of board: top to bottom, A -B NEUT.
3. Facing front of board: left to right, A -B NEUT.
4. Facing back of board: right to left, A -B NEUT.
5. Color coded as follows:
a. 120/240V. I�/ 3W: Phase A - Black
Phase B - Red
Neutral - White
Z. Molded case circuit breakers shall be 240 volt rated with interrupting rating exceeding the
available fault current shown on the one -line drawing. The operating mechanism shall be
entirely trip -free, so that the contacts cannot be held closed against an abnormal over - current
or short circuit condition. The operating handle shall open and close all poles of the breaker
simultaneously and the breaker mechanism shall have a common internal trip bar to trip all
poles simultaneously. The breaker shall meet applicable NEMA AB -1 standard and shall have
a UL label showing UL tested interrupting rating equal to or exceeding the fault current
available. Breakers shall include terminal lugs with UL label for copper. Manufacturers shall
be same as panelboard manufacturer.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide cable ties for cables from point of entrance to respective device terminals.
B. Conduits entering bottom of switchboard shall be tenninated with a metal grounding bushing
with neoprene throat insert. Each bushing shall be connected to the switchboard ground bus
with a #4 insulated ground conductor.
C. Contractor shall be responsible for ensuring that termination of conduits entering the top of
switchboards constitutes a tight and continuous metal -to -metal contact by penetrating the finish
paint on the inside of the enclosure.
D. Install a 3 -inch high housekeeping pad for all switchboards. Pad shall be the exact size of the
base of switchboard, plus space for one future section, or larger where more than one future
section is indicated on the Drawings. Bolt switchboard securely to pad.
E. Include nameplates and warning signs as specified in Section 16141, NAMEPLATES AND
WARNING SIGNS.
DISTRIBUTION SWITCHBOARDS 16426
CITY OF NEWPORT BEACIO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
F. Provide permanent identification for each feeder and piece of equipment by means of plastic
laminated nameplates. All nameplates shall conform to requirements of Section 16141,
NAMEPLATES AND WARNING SIGNS.
G. Furnish two sets of spare fuses of each rating, where fuses are called for.
H. Install phase identification tape on all feeders within switchboards.
END OF SECTION
DISTRIBUTION SWITCHBOARDS 16425
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04 /08/2005
CONTRACT #3461, PLAN #P -51895
SECTION 16450 - GROUNDING SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. Provide grounding system as shown on the Drawings and as specified, complete.
1.02 QUALITY ASSURANCE
A. Testing: Contractor shall pay for the services of a qualified testing laboratory to perform the
specified tests. Refer to Section 16010, ELECTRICAL GENERAL PROVISIONS, for detailed
requirements.
1.03 SUBMITTALS
A. Tests and Reports:
Testing laboratory will report results of tests to Owners Representative who will approve
or disapprove Contractor's Work.
a. Conduct resistance - to-ground tests by Journeymen Electricians and the required
number of Apprentices to measure resistance -to -ground at all grounding
electrodes. Make tests before slabs of affected areas are poured in order that
corrective measures, if required, may be taken. If the resistances exceed values
specified, perform all corrective measures as approved by Owner's
Representative.
PART 2- PRODUCTS
2.01 MATERIALS
A. Grounding and bonding conductors shall be soft -drawn stranded copper conductors.
B. Buried or concealed joints shall be made by exothermic welding. All such joints shall be
inspected and approved by Owner's Representative before concealment.
C. System grounding conductors shall be a minimum of #4/0 AWG unless otherwise indicated,
and shall be continuous without joints or splices.
D. Bonding conductors shall be in accordance with the NEC.
E. Ground connection bus shall be 4 -hole, Burndy type YGF29 -4N, OZ/Gedney type VG24 -4, or
equal.
F. Ground rod electrodes shall be 3/4 inch diameter by 10 foot long. Copperweld, Copper-clad, or
equal.
G. Ground rod clamps shall be of cast bronze body providing high pressure contact between rod
and ground wire. Burndy GKP, Copperwel AB, or equal.
PART 3 - EXECUTION
3.01 INSTALLATION
GROUNDING SYSTEM 16450
CITY OF NEWPORT BEACD • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
A. In addition to the requirements of the applicable codes, provide grounding and bonding in
accordance with all requirements of NEC, Drawings and following descriptions.
B. Metallic conduits, wireways, metal enclosures of busways, electrical equipment housing and all
non - current metallic parts shall be grounded. The metallic conduit system shall be used for
equipment and enclosure grounding but not as a system ground conductor.
Low resistance contacts, with high mechanical strength, shall be made between
conduits and boxes and at all panels, panelboards, terminal cabinets, outlet boxes,
junction and pull boxes and wherever the conduit run is broken. Permanently and
effectively ground all conduits, fixtures, motors, and other apparatus and equipment.
C. Transformers, generator and other isolated neutrals shall be grounded from the neutral
bushing or connector to main ground electrode building steel.
D. The interior metallic cold water system shall be bonded to the building steel.
E. All conduit stub -ups shall be grounded and where multiple stub -ups are made within an
equipment enclosure, such as a switchboard, they shall be equipped with grounding bushings
and bonded together and to the enclosure and the enclosure ground bus.
F. All feeder runs and branch circuit wiring in non - metallic conduit shall carry a green TW
insulated NEC sized ground conductor per circuit correctly connected for electrical ground
continuity.
G. A ground conductor shall be installed in raceways with branch circuit wiring where indicated on
the Drawings.
H. All primary feeder conduits shall contain an equipment ground conductor with 600 volt
insulation. '
Flexible conduit shall not be used as a ground path. Include NEC sized green conductor in all
flex conduit.
J. Provide NEC approved bonding devices, fittings or jumpers at expansion fitting, isolation
sections or wherever continuity of ground is broken.
K. Install an Ufer ground in location shown on the Drawings. The War ground grounding
electrode shall consist of a 20 -foot length of bare #1/0 copper wire extended its full length
below ground level and embedded along the bottom of the concrete foundation footing which is
in direct contact with the foundation earth and supported in such a manner that it cannot be
less than 2 inches from the bottom or side of the concrete when the foundation concrete is
poured. The grounding conductor shall be brought out at the top of the foundation and shall
connect the ground electrode to the main ground electrode bus in the equipment room. The
conductor shall be connected to the ground electrode by exothennic welding.
L. Install grounding and bonding conductors with sufficient slack to prevent breaking due to
settlement and movement of conductors at attached points.
M. Resistance to ground for electrical systems shall not exceed 5 ohms measurement and
additional grounding shall be provided to attain this value or less.
N. The resistance to ground for all systems shall be measured by the "direct" method or "fall -of-
potential" method.
GROUNDING SYSTEM 16450
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
1. Perform fall of potential test per IEEE Standard No. 81, Section 9.04 on the main
grounding electrode or system.
2. Perform the two (2) point method test per IEEE No. 81, Section 9.03 to determine the
ground resistance between the main grounding system and all major electrical
equipment frames, system neutral and derived neutral points.
3. The earth electrode under test must be far enough away from the water pipe system to
be outside its sphere of influence. Rule of thumb: Distance from the earth - electrode
system to the water pipe system shall be 10 times the radius of the electrode or grid to
obtain a measurement within an accuracy of ( ±) 10 %.
END OF SECTION
GROUNDING SYSTEM 16450
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16470- PANELBOARDS
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. Provide panelboards as shown on the Drawings and as specified, complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data: The following list includes the required shop drawing
information that shall be submitted.
1. Thickness, gauges, and finish of materials.
2. Types of materials and bus bracing.
3. Circuit breaker ratings, interrupting capacities, and FS compliance.
4. Sheet metal enclosure construction and sizes, and UL approval.
PART 2- PRODUCTS
2.01 MATERIALS
A. Provide panelboard cabinets flush or surface mounted as noted on the Drawings, with hinged
lockable door, typewritten index card holders under plastic cover, copper busing, and main lugs
or main protective device as indicated on the Drawings. Panels shall have concealed hinge,
latch and flush locks, keyed to operate from one key, and permanent type plastic or metal
numbers on adjacent trim removable only from back of trim, to identify the branch circuit
breakers. Busing shall be minimum 225 amperes and, except where feeder breaker protecting
panel is less than 100 ampere, the busing may be 100 ampere. Panelboards with a height
greater than 3 feet shall have three trim bolts each side.
B. Lighting, power and distribution panelboards shall be single- phase, three -wire, S/N 240/120
volt as indicated on the Drawings. Panelboards shall be as manufactured by Square D, GE,
ITE Siemans, or equal. All panelboards shall be equipped with a ground bus and double lugs
or main circuit breaker as indicated on Drawings.
C. All boxes shall be formed of stainless steel (NEMA 3R for harsh environment "salt air"),
chemically cleaned, and all breaks in galvanizing shall be painted with metallic aluminum paint.
Minimum size shall be 20" wide by 5 -314" deep unless noted otherwise on the Drawings. All
trims and doors shall be chemically cleaned. Front door and trim shall be finished with ANSI
#61 light gray marine grade paint for surface or semi - recessed mounting, and shall be finished
with a prime coat for flush mounting.
D. Provide a zinc primer factory finish on the exposed trim of all flush mounted panels in corridors,
offices and other public spaces.
E. Protective devices, main, branch or sub -feed shall be as shown on the Drawings or panel
schedules. Circuit breakers in panelboards shall be series rated to interrupt the fault current
available at panelboards, as shown on the Drawings or otherwise indicated. As a minimum,
208 volt circuit breakers shall be rated 10,000 amperes RMS symmetrical.
F. Equip each circuit feeding electrical discharge lamp with NEC lock -off device, unless lamps are
within sight of panelboard, or have local switch. Non - switched emergency light circuits, fire
alarm and control circuits shall include "lock -on" devices.
PANELBOARDS 16470
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04108 /2005
CONTRACT #3461, PLAN #P- 5189 -S
G. Protective devices feeding exterior receptacle circuits shall be ground fault circuit breakers UL
listed.
H. Panelboards shown on Drawings with a feed - through gutter shall incorporate an additional side
gutter 8 -inch minimum width with separate screw-on cover.
For all lighting and power panelboards, circuit breakers shall be 20A minimum except when
used as a feeder to one motor with full load current of 5 amperes or less, heavy duty, of same
manufacture as panelboard. Circuit breakers for higher voltage rating shall be appropriately
rated for voltage and interrupting rating.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Installation of adjacent panelboards shall be such that top trims are level and at the same
height, unless specifically noted otherwise. Protection device heights shall be a maximum of 6
feet 6 inches to the handle for panelboards over 29 inches in height, and 5 feet 6 inches in
panelboards 29 inches high or less, except where adjacent to taller panelboards.
B. From each flush mounted panelboard, route (4) 3K" and (1) 1 -1/2" empty conduits into
accessible ceiling space.
C. All lighting and power panelboards shall be rigidly supported independently of conduit with
Unistrut, Superstrut, or equal, from concrete floor to concrete floor.
D. Panelboards located in mechanical areas shall have weatherproof gaskets on trims and doors.
E. Obtain Owner's room numbering system and include these room numbers in final typewritten
panelboard directories.
F. Provide nameplates as specified in Section 16141, NAMEPLATES AND WARNING SIGNS.
END OF SECTION
PANELBOARDS 16470
CITY OF NEWPORT BEACO
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16510 - LIGHTING FIXTURES
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
• RJC NO. 0223
04/08/2005
A. Provide lighting fixtures, lamps, and ballasts as shown on the Drawings and as specked,
complete.
1.02 SUBMITTALS
A. Shop Drawings and Product Data: The following list includes the required shop drawing
information that shall be submitted.
1. Manufacturer's catalog sheets of standard fixtures, indicating materials, gauges,
dimensions, standard finishes available, weights, and UL approval of fixtures.
2. Shop drawings of special fixtures shall contain the same information as required for
standard fixtures.
3. Pictures or cuts of all lighting fixtures, with distribution curves and complete photometric
data.
4. Structural calculation for fixture hangers and supports of decorative fixtures in excess of
25 pounds.
5. Manufacturer's catalog sheets indicating input and load electrical characteristics,
ambient temperature rating, noise level rating, mounting methods and UL listing for use
with required lamps. Ballast data for High Intensity Discharge (HID) light fixtures shall
indicate wattage change for a given line voltage change, indicated in percent.
1.03 GUARANTEE
A. Furnish to Owner a written guarantee for lighting fixture ballasts against all defects in materials
and workmanship, including failure to operate as specified for two (2) years from date of
acceptance
PART 2- PRODUCTS
2.01 MATERIALS
A. Lighting fixtures shall have all parts and fittings necessary to completely and correctly install the
fixtures. All fixtures shall be equipped with lamps of the size and type specified. All fixtures
shall be the standard product of fixture manufacturer unless otherwise shown, and shall be UL
approved.
B. Where both catalog number and description, either narrative or pictorial are indicated, the
requirements of the description shall take precedence and prevail.
C. All fixtures of one type shall be of one manufacturer and of identical finish and appearance.
LIGHTING FIXTURES 16510
CITY OF NEWPORT BEACO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
D. Complete units and all electrical components for high intensity discharge, fluorescent,
incandescent, and special fixtures shall bear the UL label. Labels shall not be placed on
fixtures at locations where installation of unit labels is visible.
E. Fixture types shall be as indicated on the Drawings.
F. All plastic panels shall be 100% pure virgin acrylic, shall be completely de- staticized and shall
be free from dust, dirt, grease, paint, debris, etc.
G. Recessed fixtures in suspended ceilings shall be free of light leaks above and below ceiling.
Temperature of fixture shall not exceed UL Standards.
H. Reflectors, cones or baffles shall be free of spinning lines, ripples or any marks or indentations
caused by riveting or other assembly techniques. No rivets, springs or other hardware shall be
visible after installation.
1. Lamp sockets shall be rigidly and securely attached to the fixture enclosure or husk to insure
safe operating temperature in accordance with lamp manufacturer's printed recommendation.
J. All exposed metal parts of exterior lighting fixtures shall be stainless steel, anodized aluminum
or have 4 mil zinc coating applied after fabrication and before finish. Screws and fastening
shall be stainless steel. Painted finishes shall be as specified in schedules.
K. All industrial type fluorescent lighting fixtures shall have a porcelain enamel finish.
L. Lamps:
1. Lamps shall be new and of wattage and type indicated or as required for the particular
fixture installed.
2. Incandescent lamps shall be 130 volt 2500 hour rating, inside frost, with medium base
for lamps 200 watts and smaller and mogul base for 300 watts or larger, except as
noted on Drawings.
3. Fluorescent lamps shall be rapid start type. All lamps shall be cool white, except as
noted, and shall have minimum rating of 3200 lumens. Lamps shall be T8 or as noted.
Length of lamps as shown on the Drawings
4. Provide HID lamps of type and wattage as shown on the Drawings. Lamps shall be
compatible with fixture ballast.
M. Ballasts:
Provide all fluorescent fixtures with electronic ballasts which are ETL approved, CBM
certified, high power factor, Class P thermally protected by dual system, and with "A"
sound rating. Provide fluorescent fixture ballasts designed to accommodate T8, PL, or
other lamps, except where specified otherwise. Ballast shall have radio interference
suppression.
2. Provide high power factor ballasts for metal halide fixtures, UL labeled and designed for
operation with the specific lamp recommended by the fixture manufacturer. Ballasts
shall allow maximum ( ±)6% lamp wattage change.
3. Ballasts for exterior fixtures shall be low temperature type for operating at -20 °F.
LIGHTING FIXTURES 16510
CITY OF NEWPORT BEACIO RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
PART 3 - EXECUTION
3.01 INSTALLATION
A. All fixtures installed in gypsum board ceilings or plaster soffits shall be furnished with metal
frames. Fixtures in concrete shall be steel housing with bitumastic paint finish and approved
for use in concrete. Fixtures shall be compatible with type of ceiling.
B. All adjustable lighting fixtures shall be aimed and set in the presence of Owner's
Representative.
C. Stem hung fixtures shall be provided with ball swivels, located at the canopies, and rockers, at
the fixtures, allowing a minimum 45- degree swing from the vertical. Stems shall be of 3/8 -inch
ID minimum pipe and shall be finished to match the lighting fixture.
D. Exterior fixtures requiring exposed exterior boxes shall be mounted on cast boxes equipped
with gaskets as specified in Section 16130, OUTLET AND JUNCTION BOXES.
E. Backing for surface mounted or stem hung fluorescent fixtures shall be structural channel or
angle iron with 5116 -inch bolts, except where mounted directly to concrete structures, in which
case anchors and suspension shall be used. The exact method of support shall be as
approved by Owner's Representative.
F. Stems: Each 4 -foot and each 8 -foot individually mounted fixture shall be supported by two (2)
stems. For fixtures mounted in continuous rows where individual fixtures are mounted on
common mounting channels, or otherwise rigidly fastened together, provide one stem for each
4 -foot lamp length and two for each 8 -foot lamp length. Stems shall be evenly spaced and not
more than 50 inches apart. Before the ceiling mounted stem supports are installed, the exact
stem spacing shall be determined in conjunction with Owner's Representative. Provide all
metal shims, spacers and mounting bolts or devices, where necessary, in order to permit
surface mounted fixtures to be pulled tight to ceiling supports or backing without causing ceiling
tiles to be raised out of place.
G. Fluorescent lighting fixtures which are to be mounted in continuous rows of two or more
fixtures shall have at least two bolts or other interlocking devices, as approved by Owner's
Representative, at each connection to furnish for positive and true alignment of the fixtures.
H. Louvers, diffusers or lenses shall not be installed in lighting fixtures until such time as all
glazing has been completed and all construction work involving plastering, grinding, sanding,
painting, etc., and final clean -up sweeping and dusting have been completed.
I. Reflector surfaces and lamps in all lighting fixtures shall be cleaned of accumulated dust, dirt,
plaster, paint, etc., before the installation of the louvers, diffusers, or lenses.
J. Recessed fluorescent lighting fixtures shall be independently supported by #12 AWG wires to
specified anchors in the slab above. A 2 -foot x 4 -foot fixture shall require four (4) wires; a 1-
foot x 4-foot fixture shall require four (4) wires. One (1) wire shall be attached to surface
mounted fixtures. All wires shall have 1 -inch slack.
K. Exit lights shall be provided with one lamp connected to an emergency lighting source and one
lamp connected to a general lighting source. The homeruns to both sources shall be run in
separate conduits.
LIGHTING FIXTURES 16510
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P -51895
L. Provide all lighting fixtures recessed in a ceiling which has a fire resistant rating of one hour or
more with box enclosures which have a fire rating equal to that of the ceiling. The space from
the fixture to the enclosure shall be 1 -inch for fluorescent and 3 -inch for incandescent fixtures.
M. Verify weights and recommended mounting methods of all decorative fixtures with
manufacturers, and provide supports. Fixtures weighing more than 20 pounds shall be
supported independently of the outlet box.
N. Luminous ceiling cavities shall be completely enclosed with gypsumboard and shall be painted
with 90% reflecting white paint. Cavities shall be free of all obstructions including piping and
ductwork, except for branch circuit wiring to fixtures in luminous ceiling. Branch circuit wiring in
luminous ceiling shall not extend to fixtures outside luminous ceiling. The installation of
luminous ceiling diffusers shall be in accordance with drawing details and as described in these
Specifications.
O. Provide lamps in all fixtures. Replace all lamps used during construction with new lamps
prior to final acceptance of the project, and clean all lamps after installation.
P. After the installation is completed, remove and replace any ballasts which are judged by
Owner's Representative to be excessively noisy.
Q. Clean up and repair any damage to the finished building caused by installation of the light
fixtures.
END OF SECTION
LIGHTING FIXTURES 16510
CITY OF NEWPORT BEACO • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P-51 89-S
SECTION 16750 - TELEPHONE REQUIREMENTS
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Primary incoming telephone company underground service entrance conduit to main
telephone backboard.
B. Provide backboards, conduits and outlet boxes for telephone systems as shown on the
Drawings and as specified, complete.
PART 2- PRODUCTS
2.01 MATERIALS
A. Backboards shall be 3/4 inch exterior grade plywood, size as indicated on Drawings.
Backboards shall be prime coated on all sides and edges with fire resistant paint, either clear
or light color.
B. Conduits: Refer to Section 16110, CONDUITS AND RACEWAYS.
C. Outlet Boxes: Refer to Section 16130, OUTLET AND JUNCTION BOXES
PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide one 1/2" conduit with 1#6 copper ground conductor for each telephone backboard to
cold water pipe.
B. Pullwires shall be installed in all telephone conduits continuous and without splices, projecting
12 inches out of each end of conduit/outlet box and tied off at each end to prevent accidental
pull back into conduit..
C. Attach backboards to metal studs with self - tapping screws, along entire wall of telephone
closets.
D. Equip all junction boxes with plaster rings.
END OF SECTION
TELEPHONE REQUIREMENTS 16750
CITY OF NEWPORT BEAC10 • RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -S
SECTION 16751 - DATAICOMPUTER SYSTEM REQUIREMENTS
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide backboards, conduits and outlet boxes for data /computer systems as shown on the
Drawings and as specified, complete.
PART 2- PRODUCTS
2.01 MATERIALS
A. Backboards shall be 314 inch exterior grade plywood, size as indicated on Drawings.
Backboards shall be prime coated on all sides and edges with fire resistant paint, either clear
or light color.
B. Conduits: Refer to Section 16110, CONDUITS AND RACEWAYS.
C. Outlet Boxes: Refer to Section 16130, OUTLET AND JUNCTION BOXES.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide one separate 1/2" conduit with 1 #6 copper ground conductor for each data/computer
backboard to cold water pipe. Do not share ground with any other system.
B. Pullwires shall be installed in all data/computer conduits continuous and without splices,
projecting 12 inches out of each end of conduitfoutlet box and tied off at each end to prevent
accidental pull back into conduit.
C. Attach backboards to metal studs with self-tapping screws, along entire wall of room indicated
on Drawings.
D. Equip all junction boxes with plaster rings.
END OF SECTION
DATAICOMPUTER SYSTEM REQUIREMENTS 16751
CITY OF NEWPORT BEACS 0 RJC NO. 0223
CORONA DEL MAR STATE BEACH IMPROVEMENTS 04/08/2005
CONTRACT #3461, PLAN #P- 5189 -5
SECTION 16752 - SECURITY SYSTEM REQUIREMENTS
PART 1- GENERAL
1.01 DESCRIPTION OF WORK
A. Provide backboards, conduits and outlet boxes for security systems as shown on the
Drawings and as specified, complete:
PART2- PRODUCTS
2.01 MATERIALS
A. Conduits: Refer to Section 16110, CONDUITS AND RACEWAYS.
B. Outlet Boxes: Refer to Section 16130, OUTLET AND JUNCTION BOXES.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide one separate 1/2" conduit with 1#6 copper ground conductor from each security
control panel to cold water pipe. Do not share ground with any other system.
B. Pullwires shall be installed in all security system conduits continuous and without splices,
projecting 12 inches out of each end of conduit/outlet box and tied off at each end to prevent
accidental pull back into conduit.
C. Equip all junction boxes with plaster rings.
3.02 COORDINATION
A. Prior to start of work, all electrical shall be coordinated with the City of Newport Beach.
END OF SECTION
SECURITY SYSTEM REQUIREMENTS 16752
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
IaVonne M. Harkless. MMC
July 22, 2008
Weeger Bros., Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648
Subject: Corona del Mar State Beach Improvements (C -3461)
To Whom it May Concern:
On February 27, 2007, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond after the Notice of Completion had been
recorded in accordance with applicable portions of the Civil Code and to release
the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 6, 2007, Reference No. 2007000141641. The Surety for the contract is
Travelers Casualty and Surety Company of America, and the bond number is
103544581. However, since there was a Stop Notice in the file at the time the
Labor & Materials Payment Bond was supposed to be released, my office was
unable to release the bond. Our office has since received the Release of Stop
Notice and have enclosed the Labor & Materials Payment Bond and the Faithful
Performance Bond.
Sincerely,
C; a 4x1r1t a),
LaVonne M. Harkless, MMC
City Clerk
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
CONTRACT NO 3461
Executed in Two Counterparts
BOND NO. 103544581 Premium: Included in
Performance Bond
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Weeger Bros_, Inc., hereinafter designated as the `Principal,' a contract
for construction of CORONA DEL MAR STATE BEACH IMPROVEMENTS, Contract No. 3461
in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other
Contract Documents in the office of the Public Works Department of the City of Newport Beach,
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3461 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
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 the undersigned Principal, and,
Lers casualty and sure Company of America duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as `Surety") are
held firmly bound unto the City of Newport Beach, in the sum of Three Million Nine Hundred
Forty Five Thousand and No/100 Dollars ($3,945,000.00) lawful money of the United States of
America, 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 present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this 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.
16
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file daims 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 this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF. this instrument has been duly executed by the above named
Principal and Surety, on the 22nd day of August , 2005,
Weeger Bros., Inc.
Name of Contractor (Principal)
Travelers Casualty and \\
Surety Company of America V
Name of Surety Authorized gent Signature
21688 Gateway Center Drive
Diamond Bar, CA 91765 Mark E. Shreckengas , Attorney -in -Fact
Address of Surety Print Name and Title
(909) 612 -3647
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
17
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
August 22, 2005
, before me,. Julie M. Shreckengmt . Notary Public. personally appeared Mark E. Shreckengast
JIJUK
r�
,luut M. 61411190MM6 X
CON& O 167016 T
marm PINN0, 0000104A s
tosrutoetucauun
Nb 0aew. bwk- MOU $, 00
Place Notary Seal Above
Personally known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
Though the informalion below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer
Signer's Name:
_Individual
Corporate Officer - Title(s):
—Partner--Limited—General
X Auomey -in -Fact
_Trustee
_Guardian
Other:
Signer is Representing:
Number
TRAVELr -'S CASUALTY AND SURETY COMPANY OF 4 "4ERICA
T. ✓ELERS CASUALTY AND SURETY COMPA
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Candy M. Coons, Mark E. Shreckengast, of Los Angeles, California, their true and lawful
Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United
States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and
other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the
Companies, and all the acts of said Attomey(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's sea] bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(11 -00 Standard)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of January 2001.
STATE OF CONNECTICUT
)SS. Hartford
COUNTY OF HARTFORD
0,}SY ANO@ ISU,4
0n:
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
George W. Thompson
Senior Vice President
On this 12th day of January, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
1, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 22nd day of
August 12005
..
00,401,11 F J,,Ltr AHO oG ? G/.l:U.�tF
� 4 9A Rp ygw�ay'f
� tumtwatl. ri
:
>`bf nH +e is -,y F.CTFF'�L
Q
By
Kori M.Johanson
Assistant Secretary, Bond
X
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR STATE BEACH IMPROVEMENTS
Executed in Two Counterparts
CONTRACT NO. 3461
BOND NO, 103544581
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 35,277.00
being at the rate of $ 8.9 per thousand of the Contract price.
Final Premium is based on Final Contract Amount
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Weager Bros. Inc., hereinafter designated as the `Principal', a contract for
construction of CORONA DEL MAR STATE BEACH IMPROVEMENTS, Contract No_ 3461 in
the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other
Contract Documents maintained in the Public Works Department of the City of Newport Beach, all
of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3461 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Travelers Casualty and Surety Company
of America , duly authorized to transact business under the taws of the State of
California as Surety (hereinafter "Surety*), are held and firmly bound unto the City of Newport
Beach, in the sum of Three Million Nine Hundred Forty Five Thousand and No/1100
Dollars ($3,945,000.00) lawful money of the United States of America, said sum being equal to
100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principars
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
18
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, 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 way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one (1) year following the date of formal acceptance of the Project by the City.
In the event that the Principal 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 22nd day of August .1 2005.
Weeger Bros., Inc. g `" 7s, Name of Contractor (Principal) Authorize SignTravelers Casualty and
Surety Company of America
Name of Surety Authoriz Age21688 Gateway Center Drive
Diamond Bar, CA 91765 Mark E. Shrey -in -Fact
Address of Surety Print Name and Title
(909) 612 -3647
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
FNJSERSVPSVAShatedlContractsTY 04- 051CDM State Beam G3461N00M State Peach Improvemerds (,-Ml. old
foldeACONTRACT C- 3461 -NEW VERSION.doc
19
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On August 22, 2005 , before me. Julie M. Shreckengast . Notary Public, personally appeared Mark E. Shreckengast
I LWTT321a U, .t,'
_"Trr_�_
Place Notary Seal Above
Optional
Personally known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the same
in his authorized capacity, and that by his signature on the instrument the
person, or the entity upon behalf of which the person acted, executed the
instrument.
WITNESS my hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the document and mould prevent fraudulent
removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Corporate Officer - Thle(s):
Partner- Limited General
X Attorney -in -Fact
Trustee
Guardian
!Other:
Signer is Representing:
Washington, Lillian
From:
Oyler, Shauna
Sent:
Monday, July 21, 2008 12:40 PM
To:
Washington, Lillian
Subject:
FW: Weeger Bros.
Lillian,
It looks like the bonds can finally be released.
From:
Harp, Aaron
Sent:
Monday, July 21, 2008 12:20 PM
To:
Oyler, Shauna
Cc:
Pollard, Jamie
Subject:
RE: Weeger Bros.
Binds can be released. We still need to hold the $150,000 in escrow. We will be taking action soon to attempt to recover
this money from Coamerica.
From:
Oyler, Shauna
Sent:
Monday, July 14, 200810:24 AM
To:
Harp, Aaron
Cc:
Pollard, Jamie
Subject:
Weeger Bros.
Is everything settled? The City Clerk would like to release the Faithful Performance
Bond.
Shauna Oyler
Public Works Specialist
City of Newport Beach
949 - 644 -3319
Page 1 of 1
Washington, Lillian
From: Oyler, Shauna
Sent: Wednesday, April 23, 2008 7:31 AM
To: Washington, Lillian
Subject: RE: C -3461
The matter is still being negotiated through the City Attorney's office. We need
to sit tight until Aaron has closed the case.
From: Washington, Lillian
Sent: Tuesday, April 22, 2008 2:25 PM
To: Oyler, Shauna
Cc: Harkless, LaVonne
Subject: C -3461
The bond release for Corona del Mar State Beach has not been processed due to stop notices received. I
noticed that we have gotten a lot of release of stop notices for this project. Can you please check to see if
there are outstanding stop notices?.
Thanks
04/23/2008
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, MMC
April 10, 2007
Weeger Bros., Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648
Subject: Corona del Mar State Beach Improvements (C -3461)
To Whom It May Concern:
On February 27, 2007, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 6, 2007, Reference No. 2007000141641. The Surety for the contract is
Travelers Casualty and Surety Company of America, and the bond number is
103544581. Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, MMC
City Clerk
cc: Public Works Department
Marcus Puglisi, Sr. Public Works Inspector
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
n,,A
March 17, 2008
UNIVERSAL ASPHALT CO, INC
10610 South Painter Ave., Santa Fe Spring "I formaa()670'403Q ,
TELEPN :
(S62) 941 -0201
(888) 941 -0201
FAX:
(562) 941 -4080
To:
CITY OF NEWPORT BEACH��
P.O. BOX 1768 pate
NEWPORT BEACH, CA 92658 -8915 Copies Sent To:
Mayor
[] Council Member
(,tanager
Bond# 6016772
RE: Payment / Contractors Bond�1� 1�-
Project: Corona Del Mar State Beach
3001 Ocean Blvd. p —
Corona Del Mar, Ca 92625
Contractor: Weeger Bros.
RELEASE OF STOP NOTICE
You are hereby notified that the undersigned claimant releases said
Stop Notice dated May 8, 2007 in the amount of $10,000.00 against
Corona Del Mar State Beach as owner or public body and Weeger Bros.
as prime contractor in connection with the work of improvement of the
project listed above.
US
And Glazing, Inc.
RELEASE OF STOP NOTICE
TO: City of Newport Beach
3300 Newport Blvd, Newport Beach, CA 92663
RE: STOP NOTICE AGAINST: Weeger Bros., Inc.
RECEIVED
APR 2 4 2008
CITY ATTORNEY'S OFFICE
CITY OF NEWPOR�„ T gFACH 1
The undersigned hereby withdraws the Stop Notice in the amount of $5,452.10
for labor, services, equipment, and/or material furnished in connection with the
CORONA DEL MAR STATE BEACH IMPROVEMENTS. The undersigned hereby
releases the City of NewMort Beach its divisions and agents from any -further duty under
Civil Code Section 3186 to withhold monies or bonds in response to the Stop Notice and
waives any right of action against them that might accrue there under.
I declare under penalty of perjury that the aforementioned is accurate and correct.
Dated: 4/21/2008
U.S. Glass & Glazing. Inc.
John Etemadi - President
Date
Copies Sent To:
❑ Mayor
Council Member
f 1 Manager
lit" r Y
20501 Crescent Boy Drive • Lake Forest, California 92630 • (949) 588 -0048 FFIx: (949) 588 -1848
oSP Y3���
RECEIVED
STOP NOTICE TRACKING
2t07 SAY f ! PH q. 27
PROJECT
r CONTRACT
i �:a... OR
SUB /SUPPLIER
DATE
RECEIVE
DATE
RELEASED
AMOUNT
Mariners Library( EFZ496
- -1 0,W6lyd S.
Wright
All Seasons Framing
4/20/06
4,489.00
Mariners Library c -3496
Howard S.
Wright
John Jory Corp.
11/20/06
3,925.50
CDM State Beach C3461
Weeger
Bros.
M & B Trucking
10/19/06
$ 064.00
CDM State Beach C3461
Weeger
Bros.
Pipeline Electric
11/22/06
6/4/ol
34,471.22
CDM State Beach C3461
Weeger
Bros.
Robertson's
11/13/2006
11/27/06
1,720.27
CDM State Beach C3461
Weeger
Bros.
U.S. Glass & Glazing, Inc.
02/28/07
9
5,454.10
CDM State Beach C3461
Weeger
Bros.
Universal Asphalt
5/10/2007
10,000.00
CDM State Beach C3461
Weeger
Bros.
Universal Asphalt
5/10/2007
16,000.00
Santa Ana Fire C -3626
Bernards
Robertsons's
2/21/07
03/09/07
1,428.92
05/10/2007
F:1 Use�sl PBWNShared \Contracts\MASTERSISTOP NOTICE TRACKING.doc
II I
BROS.,INC.
GENERAL BUILDING I ENGINEERING CONTRACTOR
AFFIDAVIT FOR RELEASE OF FUNDS
HELD BY STOP NOTICE
(Civil Code 3198)
To: City of Newport Beach
City Clerk
P.O. Box 1768
Newport Beach, CA 92658
Re: Corona del Mar State Beach Improvements; Contract #3461
Weeger Bros., Inc. whose address is 2124 Main Street, Suite 146, Huntington Beach, CA 92648
hereby demands that no funds be withheld on behalf of M &B Trucking, P.O. box 2063,
Paramount, CA 90723 for the Stop Notice dated 12/04/2006 for the value of $8,064.00 plus
added anticipated service charges, interest, court costs and attorney fees.
Civil Code 3210 states that all stop notice claimant(s) must bring their claim to the proper court
no later than 90 days following the expiration of the period in which stop notices must be filed as
provided in Section 3184, which was April 5, 2007. The expiration date to bring a claim to a
proper court was July 4, 2007. Since no claims have been filed then Civil Code 3184 states that
all stop notices cease to be effective and the money withheld shall be paid to the contractor.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct.
Executed on the 18h of April, 2008 at Huntington Beach, California.
Dawn Roda, Office Manager
CC: Aaron Harp, Assistant City Attorney
Alfred Fadel, Gibb, Giden, Locher, Turner & Senet LLP
Date
L—; Ps i"t To:
❑ Maj Jr
Q ; P—rP l ".tamer
❑ --
2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 53614854
STATE LICENSE NO. 417715 A, B, C5, C8, C12
III I KOSE�INC.
GENERAL BUILDING / ENGINEERING CONTRACTOR
AFFIDAVIT FOR RELEASE OF FUNDS
HELD BY STOP NOTICE
(Civil Code 3198)
To: City of Newport Beach
City Clerk
P.O. Box 1768
Newport Beach, CA 92658
Re: Corona del Mar State Beach Improvements; Contract #3461
Weeger Bros., Inc. whose address is 2124 Main Street, Suite 146, Huntington Beach, CA 92648
hereby demands that no funds be withheld on behalf of Architectural Doors, Inc., 11700
Monarch Street, Garden Grove, CA 92841 for the Stop Notice dated 05/30/2007 for the value
of $8,331.31 plus added anticipated service charges, interest, court costs and attorney fees.
Civil Code 3210 states that all stop notice claimant(s) must bring their claim to the proper court
no later than 90 days following the expiration of the period in which stop notices must be filed as
provided in Section 3184, which was April 5, 2007. The expiration date to bring a claim to a
proper court was July 4, 2007. Since no claims have been filed then Civil Code 3184 states that
all stop notices cease to be effective and the money withheld shall be paid to the contractor.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct.
Executed on the 08h of April, 2008 at Huntington Beach, California.
l
Date -�0$
Copies gent To:
c
Dawn Roda, Office Manager
❑ Mayor
❑ Council M tuber
Gl Manager
CC: Aaron Harp, Assistant City Attorney
Alfred Fadel, Gibb, Giden, Locher, Turner & Senet LLP
1�tto r
2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 536 -4854
STATE LICENSE NO. 417715 A, B, C5, C8, C12
WEEGR
BROSE INC.
GENERAL BUILDING I ENGINEERING CONTRACTOR
AFFIDAVIT FOR RELEASE OF FUNDS
HELD BY STOP NOTICE
(Civil Code 3198)
To: City of Newport Beach
City Clerk
P.O. Box 1768
Newport Beach, CA 92658
Re: Corona del Mar State Beach Improvements; Contract #3461
Weeger Bros., Inc. whose address is 2124 Main Street, Suite 146, Huntington Beach, CA 92648
hereby demands that no funds be withheld on behalf of US Glass & Glazing, Inc., 20501
Crescent Bay Drive, Lake Forest, CA 92630 for the Stop Notice dated 2/23/2007 for the value
of $5,452.10 plus added anticipated service charges, interest, court costs and attorney fees.
Civil Code 3210 states that all stop notice claimant(s) must bring their claim to the proper court
no later than 90 days following the expiration of the period in which stop notices must be filed as
provided in Section 3184, which was April 5, 2007. The expiration date to bring a claim to a
proper court was July 4, 2007. Since no claims have been filed then Civil Code 3184 states that
all stop notices cease to be effective and the money withheld shall be paid to the contractor.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct.
Executed on the 08h of April, 2008 at Huntington Beach, California.
Dawn Roda, Office Manager
CC: Aaron Harp, Assistant City Attorney
Alfred Fadel, Gibb, Giden, Locher, Turner & Senet LLP
2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 536 -4854
STATE LICENSE NO. 417715 A, B, C5, C8, C12
115111 BROSE NC.
GENERAL BUILDING / ENGINEERING CONTRACTOR
AFFIDAVIT FOR RELEASE OF FUNDS
HELD BY STOP NOTICE
(Civil Code 3198)
To: City of Newport Beach
City Clerk
P.O. Box 1768
Newport Beach, CA 92658
Re: Corona del Mar State Beach Improvements; Contract #3461
Weeger Bros., Inc. whose address is 2124 Main Street, Suite 146, Huntington Beach, CA 92648
hereby demands that no funds be withheld on behalf of M &B Trucking, P.O. box 2063,
Paramount, CA 90723 for the Stop Notice dated 10113/2006 for the value of $8,064.00 plus
added anticipated service charges, interest, court costs and attorney fees.
Civil Code 3210 states that all stop notice claimant(s) must bring their claim to the proper court
no later than 90 days following the expiration of the period in which stop notices must be filed as
provided in Section 3184, which was Apri l 5, 2007. The expiration date to bring a claim to a
proper court was July 4, 2007. Since no claims have been filed then Civil Code 3184 states that
all stop notices cease to be effective and the money withheld shall be paid to the contractor.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct.
Executed on the 08h of Apri l, 2008 at Huntington Beach, California.
i ems/
Dawn Roda, Office Manager
CC: Aaron Harp, Assistant City Attorney
Alfred Fadel, Gibb, Giden, Locher, Turner & Senet LLP
2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 536 -4854
STATE LICENSE NO. 417715 A, B, C5, C8, C12
APR.30.2001 9:-51AM 4�ER BROS
t II I
1131110S.. �INC.
GENERAL BUILDING i ENOWEERINO CONTRACTOR
h
W INC
NSMITTAL
Date. April 30, 2007
Number of pages including cover sheet 1
To: City of Newport Beach
Attn: Marcus Puglisi
Re: Stop Notice Status
Phone:
Fax:
NO. 313 P. 1
r
1.1 C'Bclk/
V
From: Dawn Roda
For: Mark T. WeegedRyan Wee er
Job: Corona del Mar State Beach
Phone 7141536 -3854
Cc: Fax 71415364854
❑ Urgent ❑ For your review ❑ Reply ASAP ❑ Please comment
The following is a list of Stop Notices on Corona del Mar and their current status.
1. M SCB Trucking— Partially paid on 3/27107 and balance to be paid on 512107.
2. Pipeline Electric —Mot with Chuck Lee week of 4116 to finalize outstanding change
orders. Faxed final payment offer to him on 4127 and hope to make payment to him
on 512107.
3. US Glass & Glazing — Mark Weeger needs to send letter to address US Glass &
Glazing's involvement with liquidated damages assessed by the CNB. Once that is
agreed upon final payment can be made to them.
2124 MAIN STREET. SUITE 146, HUNTINGTON BEACH, CA 92648 - 6443 (714) 536 -3854 FAX (714) 536 -4854
STATE LICENSE NO. 417715 A. B. C5. CS. C12
•
c -5q.44
Fib Na1987 tCAIPUBLtCID RECEIVED cushw. r: WOW am$ Inc
WOW Requested by and Realm To ' PmjecrCorona Dal Mar Bt ft Beach
Poem Ebcbic k= Rec hDAMe0N M
616 Avanift SanClementeT�2072 -a7 9. 09
RELEASE OF STOP N97#Cr ^. 8L1C WORK
Legal Notice to Re1QW- .Cib(uhftuction Fund=
(Calffomie CW9 -C4Wd $ectioa i0k 3186)
TO PUBLIC AGENCY
TO GENERAL CONTRACTOR
City of Newport Beach
I I C 7
OR PRIME CONTRACTOR
PO Box 1768
Date
Weeger Bros Inc
Newport Beach, CA 92658
Copies Sent To:
2124 Main Street #146
0 Mayor
Huntington Beach, CA
FROM STOP NOTICE CLAIMANT
[I Council Member
92648'6443
Pipeline Electric Inc.
C3 eY
516 Avenida Teresa
Atto ne
TO LENDER, SURETY OR
San Clemente, CA 92672
COMPANY
�BONDING
Traveler's Casualty & Surety of
0
Arne
0
(tor info only)
21688 Gateway Drive
Diamond Bar, CA 91765
The undersigned hereby withdraws and releases the Stop Notice filed on 11/18QM with the following
owner(s) or reputed owner(s): City of Newport Beach, PO Box 1766, Newport Beach, CA 92658 for claims
against Weeger Bros Inc, 2124 Main Street #146, Huntington Beach, CA 92648-6443.
The claimant has been PAID IN FULL for labor, services, equipment, materials or for service charges
performed or furnished for the performance or construction of the public work of improvement commonly
known as the Corona Del Mar State Beach project, located at 3001 Ocean Blvd, Corona Del Mar, CA 92625,
in the County of Orange.
Specific contract Information, N any, is attached.
The undersigned also hereby releases from the above said public entity and its subdivisions and agents, any
further duty under Section 3186 of the Civil Code of the State of California to withhold money or bonds in
response to the Stop Notice and waives any right of action against them that might accrue thereunder.
Dated 04130!2007 for Pipeline Electric Inc., 516 Avenida Teresa, San Clemente, CA 92672
Adams, Agent Phone:(800) 6983-3532 Fax:(949) 498 -2012
VERIFICATION
Release of Stop Notice on behalf of the claimant. I have read the
0
foregoing document and know the contents thereof; the same is true of my own knowledge. I declare under
penalty of perjury that the foregoing is true and correct Executed at San Clemente, CaCfi omia on 04rJ /2007
for PIPELINE ELECTRIC INC..
Agent Phone:(800) 698-M Fax:(949) 496 -2012
RELWE OF BOND CLAIM - Pub is &rk
RECEIVED
TO THE OWNER OR REPUTED OWNER TO THE ORIGINAL OR REPUTED CONTRACTOR
CITY OF NEWPORT BEACH WEEGER BROTHERS INC n 8
PO BOX 1768
NEWPORT BEACH, CA 92658
TO THE LENDER, SURETY OR BONDING CO.
TRAVELERS CASULTY SURETY CENTER OF
AMERICA
ATTN : BOND CLAIM DEPARTMENT
21688 GATEWAY CENTER DR
DIAMOND BAR, CA 91765
Bond /Loan #103544581
2124 MAIN ST STE 146 4WI MAY - AM 11: 3
HUNTINGTON BEACH, CA 92648 rC
(714) 536 -3854
FROM BOND CLAIMANT G`-
Source Refrigeration
800 E. Orangethorpe
Anaheim, CA 92801
Date 5 -/q(O7
Copies Sent To:
❑ Mayor
O Council Member
C ts: =r-aiar
ne
The undersigned hereby withdraws and releases the Bond Claim filed on with the followinrnr( repute8
owner(s): CITY OF NEWPORT BEACH, PO BOX 1768, NEWPORT BEACH, CA 92658 fdr elairns-again
WEEGER BROTHERS INC, 2124 MAIN ST STE 146, HUNTINGTON BEACH, CA 92648.
The claimant has been PAID IN FULL for labor, services, equipment, materials or service charges performed or
furnished for the performance or construction of the public work commonly known as CORONA DEL MAR STATE
BEACH IMPROVEMENTS, located at 3001 OCEAN BLVD, CORONA DEL MAR, CA 92625, in the County of
Orange.
The specific contract information is for Our Job/Invoice M0006 -085H.
The undersigned also hereby releases from the above said public entity, and its subdivisions and agents, any further
duty under Section 3186 of the Civil Code of the State of California to withhold money or bonds in response to the
Bond Claim, and waives any right of action against them that might accrue thereunder.
for
By:
Paula Jacobsen,
I am authorizes
I know the cent
oing is flue and
By: At '
Paula Jacobsen,
Anaheim, CA 92801.
VERIFICATION
Release of Bond Claim on behalf of the claimant. I have read the foregoing
ame is true of my own knowledge. I declare under penalty of perjury
ecute Simi Valley, CA on 04/30/07 for Source Refrigeration.
C'E� 10 ZS4-0 0000 s213 2511G
TELEPHONE:
(562) 941 -0201
UNIVERWARMT CO INC `666' FAx: 0'
FAX:
'/ (ssz) 941 -4060
10610 South Painter Ave., Santa Fe Springs, California 90670 -4030
-� 2[Q7 MAY I I AN 11: 44
May 9, 2007
UP,' f r, .
To: TRAVELERS
BOND CLAIMS DEPT. CHARLENE VIOLETTE
1 TOWER SQUARE (2S1)
HARTFORD, CT 06183
RE: BOND# 103544581
PROJECT# 6670
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
ATTN: CLAIMS DEPT.
VIA Fax & Certified Mail
860 - 277 -1303 FX
J
Date Ll
Copies Sent To.
❑ Mayor
❑ Council Member
❑Manager
❑ AttarnEJ �--
NOTICE OF CLAIM AGAINST CONTRACTORS BOND
STOP NOTICE
You are herein notified that Universal Asphalt Co., Inc. is making a monetary claim against
Contractors bond # 103544581 for the amount of $16,000.12
Universal Asphalt Co., Inc. is a sub - contractor to WEEGER BROS. who in -turn is a General
Contractor for: CITY OF NEWPORT BEACH.
Universal Asphalt Co., Inc. provided the labor and equipment to pave the:
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
A balance of $16,000.12 is due and payable immediately by Weeger Bros.
Sincerely,
Daniel M. Houck II
President
Cc: JGVEEGER BROS.
r CITY OF NEWPORT BEACH
May 8, 2007
TELEPHONE:
15621 941 -0201
UNIVERSAL ASPHALT CO. INC <eeal 941-0201
FAX
� (562) 941 -4080
10610 South Painter Ave., Santa Fe Springs, California 90670 -4030
VIA Fax & Certified Mail
To:
SURETY COMPANY OF THE PACIFIC
P.O. BOX 10289
VAN NUYS, CA 91410 -0289
RE: BOND# 6016772
PROJECT# 6670
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
ATTN: CLAIMS DEPT.
NOTICE OF CLAIM AGAINST CONTRACTORS BOND
STOP NOTICE
You are herein notified that Universal Asphalt Co., hie. is making a monetary claim against
Contractors bond # 6016772 for the amount of $10,000.00
Universal Asphalt Co., Inc. is a sub - contractor to WEEGER BROS. who in -tum is a General
Contractor for: CITY OF NEWPORT BEACH.
Universal Asphalt Co., Inc. provided the labor and equipment to pave the:
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
A balance of $16,000.12 is due and payable immediately by Weeger Bros.
Sincerely,
Daniel M. Houck II
President
Cc: WAGER BROS.
OITY OF NEWPORT BEACH
_ STOP NOTICE (�F_I� ED
E AL NOTICE TO WITHHOLD CONSTRUCTION F f `S i.._
ME . J (Public or Private Work) 0 Jv)i) -4 PH 49
c 1S 000 0 [1 (Per California Civil Code Section 3103)
To: City of N rt Beach Project: Coro rwe-
(NAME OF OWNER• t IC BODY OR CONSTRUCTION FUND HOLDER) r.Y •• _ is
3300 Newport Blvd. 3001
)ADDRESS IF DIRECTED TO A DANK OR SAVINGS AND LOAN ASSN., USE ADORES$ Of BRANCH HOLDING FUND) •. OGRESS) .. r
Newport Beach, % 92663 Corona Del Mar, CA 92625
ITY, STATE AND ZIP) 1 ITY SLTF ANO rIFI
TAKE NOTICE THAT Architectural Doors Inc.
)NAME OF THE PER50N OR FIRM CLAIMING THE STOP NOTICE. LICENSED CONTRACTORS MUST USE THE NAME UNDER WHICH CONTRACTOR S LICENSE IS NESUEO)
whose address is 11700 1`'bnarch Stan+ 92841'
(ADORES$ Of fER50N OR fIRM CLAIMYNG STOP NOTICEI
has performed labor and furnished materials for a work of improvement described as follows:
Corona Del Mar State Beach Improvements, 3001 Ocean Blvd., Corona Del Mar. CA 92625
(NAME AND LOCATON OF THE PROJECT WHERE WORK OR MATERIALS WERE FURNISHED) ,.
The labor and materials furnished by claimant are of the following general kind:
Doors frames hardware and labor
(KIND OF LABOR, SERVICES, EQUIPMENT, OR MATERIALS FURNISHED OR AGREED TO BE FURNISHED BY CLAMANT)
The labor and materials were furnished to or for the following party: Weecrer br'other's. Inc.,
2124 Main Street, #146, Huntington Beach, CA 92648
INANE OF T4E PARTY WHO ORDERED THE WORE OR MATERIALS)
Total value of the whole amount of labor and materials agreed to be furnished is: ......................... $ 83,313.08
The value of the labor and materials furnished to date is: ............................................................ $ 83 313.08
Claimant has been paid the sum of: ............................................................................................ $
And there is due, owing and unpaid the sum of: ............................... ...................../ligainst .. S 8,33 .31
You are required to set aside sufficient funds to satisfy this claim with inteosts r aso lei costs of
litigation, as provided by law. You are also notified that claimant claims an equitable any s ctio funds for this
pro ject which are In your hands.
FIRM NAME: _ Archltecttxral Doors Inc. By: r
(NAME OF STOP NOTICE CLAIMANT) (OWNER OR AfINT OF STOP
I, the undersigned, say: I am the
named in the foregoing Stop Notice; I have read said Stop
knowledge.
I declare under penalty of perjury under the laws of
Executed on
THIS DOCUMENT
(PERSONAL
t AX=A9SW DO irS Inc. the claimant
01AG1A OF," YrAn, ," "OW A OF,' "A IT W." ETC.)
and knoc ten thereof; /the same is true of my own
to of Ca that the foregoing is true and correct.
(NAME OF CITY AND STATE WHERE NOTICE SWNEO)
THAT THE CONTENTS OF STOP NOTICE ARE TRUE
ELECTION
(Per C r Qfiil Code Section 3159, 3161, or 3162)
If an election ' de not to id nd pursuant to thls stop notice by reason of a payment bond having been recorded In
accordance with Sect n 256 or 316 , as send notice of such election and a copy of the bond within 30 days of such election in the
enclosed preaddres a ed en . T s Information must be provided by you under Civil Code Sections 3159, 3181, or 3182.
Signed:
(Cleiment Must Enclose SeaJWdrused lumped Envelope)
May. 9. 2007 1:29PM Universal Asphalt No.6728 P. 2/3
'y
10610 South timer Pore., Santa F6 Springs, CoRom 03
�i'1� - tai 4: 22
May 8, 2007
To: SURETY COMPANY OF THE PACIFIC
P.O. BOX 10289
VAN NUYS, CA 91410 -0289
RE: BOND# 6016772
PROTECT# 6670
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD,
CORONA DEL MAR, CA 92625
ATTN: CLAIMS DEPT.
VIA B>rC1lFdikYijl�
Date (O%
Copies Sent To:
❑ Mayor
❑ Council Member
❑ Manager
o
I]
Iq
NOTICE OF CLAIM AGAINST CONTRACTORS BOND
STOP NOTICE
You are herein notified that Universal Asphalt Co., Inc, is making a monetary claim against
Contractbrs bond # 6016772 for the amount of $10,000.00
Universal Asphalt Co., Ina, is a sub - contractor to WEEGER BROS. who in -turn is a General
Contractor for: CITY OF NEWPORT BEACH.
Universal Asphalt Co., Inc. provided the labor and equipment to pave the:
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
A balance of $16,000.12 is due and payable immediately by Weeger Bros.
Sincerely,
Daniel M. Houck II
President
Cc: WfitGER BROS.
TY OF NEWPORT BEACH
TGLBPHONE;t
-
(96$) 941-0201
UNIVERSAL
ASPHALT
C�
!VED:56z,
AX 4080
10610 South timer Pore., Santa F6 Springs, CoRom 03
�i'1� - tai 4: 22
May 8, 2007
To: SURETY COMPANY OF THE PACIFIC
P.O. BOX 10289
VAN NUYS, CA 91410 -0289
RE: BOND# 6016772
PROTECT# 6670
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD,
CORONA DEL MAR, CA 92625
ATTN: CLAIMS DEPT.
VIA B>rC1lFdikYijl�
Date (O%
Copies Sent To:
❑ Mayor
❑ Council Member
❑ Manager
o
I]
Iq
NOTICE OF CLAIM AGAINST CONTRACTORS BOND
STOP NOTICE
You are herein notified that Universal Asphalt Co., Inc, is making a monetary claim against
Contractbrs bond # 6016772 for the amount of $10,000.00
Universal Asphalt Co., Ina, is a sub - contractor to WEEGER BROS. who in -turn is a General
Contractor for: CITY OF NEWPORT BEACH.
Universal Asphalt Co., Inc. provided the labor and equipment to pave the:
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
A balance of $16,000.12 is due and payable immediately by Weeger Bros.
Sincerely,
Daniel M. Houck II
President
Cc: WfitGER BROS.
TY OF NEWPORT BEACH
May. 9. 2007 1:29PM
i
May 9, 2007
Universal Asphalt
No. 6728
UNIVERSAL ASPHALT CO. INC
10610 South Painter pus., Santa Fe Springr , California 90670 -403o
V1A Fax & Certified Mail
860- 277 -1303 FX
To: TRAVELERS
BOND CLAIMS DEPT. CHARLENE VIOLETTE
1 TOWER SQUARE (2SI)
HARTFORD, CT 06183
RE: BOND# 103544581
PROJECT# 6670
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
ATTN. CLAIMS DEPT.
NOTICE OF CLAIM AGAINST CONTRACTORS BOND
STOP NOTICE
You are herein notified that Universal Asphalt Co., Inc. is malting a monetary claim against
Contractors bond # 103544581 for the amount of S 16,000.12
Universal Asphalt Co., Inc. is a sub - contractor to WEEGER BROS. who in -turn is a General
Contractor for: CITY OF NEWPORT BEACH.
Universal Asphalt Co., Inc, provided the labor and equipment to pave the:
CORONA DEL MAR STATE BEACH
3001 OCEAN BLVD.
CORONA DEL MAR, CA 92625
A balance of $16,000.12 is due and payable immediately by Weeger Bros.
Sincerely,
Daniel M_ Houck II
President
Cc: EEGER BROS.
CITY OF NEWPORT 13EACH
P. 3/3
TBLEPNOHa:
(562) 941 -020t
(808) 941 -080t
FAX:
(rez) 941 -4080
May, 9. 2007 1:28PM Universal Asphalt No.6728 P. 1/3
UNIVERSAL ASPHALT CO., INC.
10610 South Painter Avenue Santa Fe Springs, Ca. 90670 -4030
(562) 941 -0201 office (888) 941 -0201 toll free (562) 941 -4080 fax
TELECOPY TRANSMITTAL FORM
DATE: May 9, 2007 TIME: 12:49
COMPANY NAME: CITY OF NEWPORT BEACH
ATTN: PUBLIC WORKS
FROM: CAMILLE/DAN
CUSTOMER FAX NUMBER: 949- 644 -3318
UNIVERSAL ASPHALT CO., INC. FAX NUMBER: 562 - 941 -4080
DOCUMENT TITLE: STOP NOTICE
NUMBER OF PAGES (INCLUDING THIS PAGE) 3
COMMENTS: PLEASE SEE ATTACHED
PLEASE TELEPHONE THE SENDER AT (562) 941 -0201 OR OUR
TOLL FREE NUMBER 1- 888 - 941 -0201 IF YOU DO NOT RECEIVE
OR CANNOT CLEARLY READ THE ABOVE TRANSMITTED
INFORMATION.
THANK YOU
STOP NOTICE TRACKING
q/
PROJECT
CONTRACT
OR
SUB /SUPPLIER
DATE
RECEIVE
DATE
RELEASED
AMOUNT
Mariners Library c -3496
Howard S.
Wright
All Seasons Framing
4/20/06
4,489.00
Mariners Library c -3496
Howard S.
Wright
John ,Dory Corp.
11/20/06
3,925.50
CDM State Beach C3461
Weeger
Bros.
M & B Trucking
10/19/06
8,064.00
CDM State Beach C3461
Weeger
Bros.
Pipeline Electric
11/22/06
34,471.22
CDM State Beach C3461
Weeger
Bros.
Robertson's
11/13/2006
11/27/06
1,720.27
CDM State Beach C3461
Weeger
Bros.
U.S. Glass & Glazing, Inc.
02/28/07
5,454.10
Santa Ana Fire C -3626
Bemards
Robertsons's
2/21/07
03/09/07
1,428.92
C)
04/16/2007
L\Contracts\MASTERSNSTOP NOTICE TRACKING.doc
kit- `S -X
� 4f �, e
Page 1 of 2
Hernandez, Rosemary
From: Hernandez, Rosemary
Sent: Monday, April 16, 2007 9:37 AM
To: Puglisi, Marcus; Locey, Mary
Cc: Harkless, LaVonne; Washington, Lillian; Pollard, Jamie
Subject: RE: Corona del Mar State Beach Improvements (C -3461) - L & M Bond Release
Our records indicate we still have three outstanding stop notices:
M & B Trucking - $8,064.00
Pipeline Electric, Inc. - $34,471.22
US Glass and Glazing, Inc. - $5.452.10
I've put a note on our calendar to re -check the status of these stop notices in 30 days to determine if the bond can
be released then. If not, we'll keep putting it on calendar till we can. Thanks for your help!
Rosemary
From: Puglisi, Marcus
Sent: Wednesday, April 11, 2007 4:29 PM
To: Locey, Mary; Hernandez, Rosemary
Cc: Harkless, LaVonne; Washington, Lillian; Pollard, Jamie
Subject: RE: Corona del Mar State Beach Improvements (C -3461) - L & M Bond Release
That would be my input.
Good job Mary!
From: Locey, Mary
Sent: Wednesday, April 11, 2007 3:11 PM
To: Hernandez, Rosemary
Cc: Harkless, LaVonne; Washington, Lillian; Pollard, Jamie; Puglisi, Marcus
Subject: RE: Corona del Mar State Beach Improvements (C -3461) - L & M Bond Release
If there are still outstanding stop notices, please hold the release until they are cleared.
911ary Locey
From: Hernandez, Rosemary
Sent: Wednesday, April 11, 2007 3:06 PM
To: Locey, Mary
Cc: Harkless, LaVonne; Washington, Lillian
Subject, FW: Corona del Mar State Beach Improvements (C -3461) - L & M Bond Release
Mary,
04/16/2007
r
•
•
Page 2 of 2
I sent this to Jamie, but I got a response that she's out of the office. Can you assist with this? Thanks!
Rosemary
From: Hernandez, Rosemary
Sent: Wednesday, April 11, 2007 3:04 PM
To: Pollard, Jamie
Cc: Harkless, LaVonne; Washington, Lillian
Subject: Corona del Mar State Beach Improvements (C -3461) - L & M Bond Release
Jamie,
I called and left a message for you yesterday regarding the above referenced contract. The Labor & Material
bond was scheduled to be released yesterday. Can this bond in fact be released or should it be held for
unresolved stop notices? Please advise as soon as possible.
I will be out of the office Thursday and Friday, so please let Lillian Washington (X3005) know. Thank you!
Rosemary
Protected by Spam Blocker Utility 0
Click here to protect your Inbox from Spam.
04/16/2007
US( ) aoo
And Glazing, Inc.
April 6, 2009
Travelers Casualty & Surety Co of America
21688 Gateway Center Drive
Diamond Bar, CA 91765
•
RECEIVED
M9 APR 15 PM T 19
HCE OF
Th= CITY CL RI(
Clio Ct >d'' a'e
fY
la_ l X
8595 1239 9450
Attn:
Claims Department
Project:
Corona Del Mar State Beach Improvements
General Contractor:
Weeger Bros., Inc.
Owner:
City of Newport Beach
Bond it
103544581
C 3 V6 /C(,) I
We are subcontractors hired by Weeger Bros., Inc. to provide labor and material on the
above referenced project with a contract price of $54,521.00. As of this date, we have
received payments for work performed in the amount of $49,068.90 leaving an
outstanding balance of $ 5,452.10.
Please consider this letter as an official claim against the above referenced bond in the
amount of $5,452.10.
Upon receipt of the balance owing of $5,452.10 we will waive all claims against the
bond. In the event of non - payment we will seek all legal fees caused by Weeger Bros.,
Inc. Inc.
Sincerely
John Etemadi
President
cc: Weeger Bros., Inc.
City of Newport Beach
Date
Copies Sent To:
[I Mayor
Ceuntit Member
C] Manager
❑ At ?, n
mud/
o-
20501 Crescent Boy Drive • lake forest, California 92630 • (949) 588 -0048 FRX (949) 588 -1848
RELEASE AND SETTLEMENT AGREEMENT
This Release and Settlement Agreement (hereinafter "Agreement ") is matte and
entered into by and between Weeger Bros., Inc., a California Corporation ( "Contractor ")
and the City of Newport Beach. a Municipal Corporation and Charter City (the "City") as of
June 23, 2009. Contractor and City are collectively referred to herein as the ( "Parties ")
RECITALS
A. On August 9. 2005. the City awarded a public works contract (the"(' ontract ")
for the construction of Corona del Mar State Beach improvements, Contract No. 3401 (the
"Project ") based upon the City's determination that Contractor was the lowest responsible
and responsive bidder. The original contract price was THREE MILLION NINE HUNDRED
FOURTY -FIVE THOUSAND DOLLARS AND 00/100 CENTS ($3,945,000.001 Pursuant to
Public: Contract Code section 22300 the parties entered into an Escrow Agreement with
Comenca Bank (the "Escrow Agent ")
B On January 10 "' and 19' ", 2007. Contractor submitted the claims attached
hereto as Exhibit 1 ('Claim No. 1 ") and incorporated herein by this reference. In Claim No.
1. Contractor sought additional monies under the Contract clue to alleged delays caused by
City, cumulative impacts, extra cost in performing work, and additional work outside the
scope of the Contract
C. On October 2 "" and 13"', 2008 Contractor submitted the claims attached
hereto as Exhibit 2 ( "Claim No. 2 ") and incorporated herein by this reference. In Claim No
2. Contractor alleges the $150,000.00 retention funds held in escrow as "disputed funds'
were improperly withheld from Contractor and in breach of the Prompt Payment Act of
California and that further, disbursement of said escrow retention. at the City s request, to
the City was improper.
D. On May 12. 2009, Contractor initiated litigation against the City by filing the
action entitled, Weeger Bros. Inc, v City of Newport Beach; seeking damages for Breach of
Release and Setilemenf Agreement Weever Bros, Inc
1
Contract, Breach of Escrow Agreement and Wrongful withdrawal of Money ('Civil Action" )
A copy of the lawsuit is attached hereto as Exhibit 3 and incorporated herein by this
reference.
E. Contractor has also submitted other claims for compensation which are not
reflected in Claim No. 1 and Claim No. 2. The City disputes the merits of said claims and
the amount of compensation sought by Contractor. In addition, the City alleges that it is
entitled to liquidated damages under the Contract in the amount of ONE HUNDRED FIFTY
THOUSAND DOLLARS AND 001100 ($150.000.00) ( "City Claim "). The disputes set forth
in Recitals B through E hereof, including. but not limited to, Claim No. 1. Claim No. 2. the
Escrow Agreement, the Civil Action and City Claim are collectively referred to herein as the
( "Dispute ").
F The Parties desire to resolve all of the issues raised in the Dispute and enter
into this Agreement, to FINALLY, FULLY and COMPREHENSIVELY settle the Dispute and
all Contractor's claims for damages or compensation of any nature whatsoever that is in
anyway related to the Dispute, the Project and/or the Contract so as to allow the Parties to
continue their pursuits having fully, finally, comprehensively and conclusively resolved said
matters, as well as all underlying contentions and allegations without any admission of
liability or concession by any of the Parties, including the Escrow Agent.
AGREEMENT
NOW, THEREFORE, in consideration of the covenants herein contained, and for
good and valuable consideration, the receipt and adequacy of which is hereby
acknowledged. the Parties hereby agree in full and complete settlement the Dispute and
all Contractor's claims for damages or compensation of any nature whatsoever that is in
anyway related to the Dispute, Project and/or Contract as follows:
A. By June 30. 2009, the City shall forward to Contractor via expedited mail to
Mark Weeger at 2124 Main Street, Suite 146, Huntington Beach, California 92648 -6443
Kefease and Settfernent Agreement Weeger Bros . Inc
a fully negotiable check made payable to "Weeger Bros , Inc." in the amount of
SEVENTY -FIVE THOUSAND DOLLARS AND 001100 CENTS ($75.000.001.
B. The City shall retain SEVENTY -FIVE 1HOUSAND DOLLARS AND 001100
CENTS ($75,000.00) in damages from amounts due to Contractor under the Contract
which funds are on deposit with the City.
C- The parties agree that after making the payment set forth in Section A of
this Agreement. that Contractor has been paid all amounts due and owing under the
Contract and that Contractor has no additional claim for compensation under the
Contract, or otherwise.
D. Each party hereto acknowledges and agrees that this is a compromise
settlement of the hereinabove mentioned Dispute and all Contractor's claims for
damages and compensation of any nature whatsoever that is in anyway related to the
Dispute, the Project, Escrow Agreement andlor' the Contract, which is not in any respect
to he deemed. construed or treated as an admission or a concession of any liability
whatsoever by any party hereto, including any public entity. person, firm, partnership, or
c:orporalion for any purpose whatsoever.
E. Contractor, for itself and all of its predecessors. successors. assigns,
representatives, officers, employees, attorneys, or agents, does hereby fully and forever
release and discharge the City, the Escrow Agent and all of their predecessors,
successors, assigns, representatives, officers, employees, attorneys, and agents of and
from any and all actions, claims. demands, rights, damages, refunds, debts, Uabilities.
reckonings, accounts, obligations, costs, expenses. liens, attorneys fees, expert fees.
consultant fees, other fees, interest, and compensation of any nature whatsoever. which
Contractor has or may hereafter accrue, including without limitation, any and all known
and unknown, foreseen and unforeseen claims, damage and injury, relating to, or in any
way, directly or indirectly, involving or arising out of any facts or circumstances related to
Release and Settlement Agreement Weeger Bros . lrrc
3
the Dispute, Claim No. 1, Claim No. 2, the Escrow Agreement. the Civil Action, the
Project and /or the Contract.
F. By entering into this Agreement, the City hereby waives any and all rights to
assess liquidated damages or actual damages for alleged late completion of the Project,
as well as any claims against Contractor arising from the Dispute. The waiver and
release of the City's claim for liquidated damages or actual damages for alleged late
completion of the Project shall in no way impact the City's right to retain the SEVENTY -
FIVE THOUSAND DOLLARS AND 00/100 CENTS ($75,000.00) in damages set forth in
Section B of this Agreement.
G The Parties expressly agree that the waivers and /or releases contained in
this Agreement shall not be deemed as a waiver and /or release of any warranty andior
indemnity rights the City may have pursuant to the Contract. this Agreement andluf
California law. and /or right the City may have related in any way to defects in the work
performed by Contractor under the Contract. The waivers and releases contained in the
Agreement shall not prevent, limit, or be deemed as a waiver and/or release of any and
all actions, claims, demands, or rights the City may have or hereafter accrue for
damages, costs, expenses, attorneys fees, expert fees, consultant fees, other fees.
interest and compensation of any nature whatsoever against Contractor for any of the
following:
(1.) Latent andior patent defects in the work performed by Contractor
under the Contract.
(2.) Any breach of the warranty provisions contained in the Contract
and /or implied warranties.
(3.) Any third party claims that may be related in any way to the Project
and /or Contract.
(4) Any breach of the express indemnity provisions provided for in the
Contract and /or in this Agreement.
Release and Seftlement Agreement Weever &as . Me
.r
:8:09
�rcr -GG.T9 .4
T -099 P 07/11
F -527
H.
It is the intention
and understanding of Contractor, in executing
this
instrument, that it shall be effective as a full and final accord and satisfaction and
compromise and release, of each and every settled or released matter. In furtherance of
this intention, the Contractor acknowledges that R is familiar with Section 1542 of the Civil
Code of the State of California which provides as follows:
`General release does not extend to claims which the
creditor does not know or suspect to exist in his or her
favor at the time of executing the release, which 'f
known by him or her must have materially atfscted his
or her settlement with the debtor '
The Contractor hereby expressly waives and relinquishes any right or benefit which
it has, or might have, under Section 1542 of the Civil Code of the State of California and all
other similar provisions of law of other juhsdictions to the fullest extent allowed by law. In
connection with such compromise, waiver and relinquishment, the Contractor acknowledge
That it is aware that it may hereafter discover facts in addition to or different from those
which ii now knows or believes to be true with respect to the subject matter of this
instrument, but that, except as is otherwise provided herein, it is Contractor's intention
hereby to fully, finally and forever settle and release all matters, disputes and differences,
known or unknown, suspected or unsuspected, which do now exist, may exist, or
heretofore have existed, and that in furtherance of such intention, the release actually
given herein shall be and remain in effect as a full and complete general release,
notwithstanding the discovery or existence of any such additional or different facts.
/t1.
1. Governing Law. This Agreement shall be governed and interpreted in
accordance with the laws of the State of Califomia. Each party hereto agrees that the
laws of the State of California shall appty and that any action brought hereunder shall be
subject to the laws and statutes of the State of California. The Parties expressly agree
Release and Settlement Agreement Weeger Bras.. Inc.
�� C
that any disputes, disagreements or actions shall be venued with the Superior Court of
Orange County, State of California. The Parties stipulate that they are subject to the
jurisdiction of the Orange County Superior Court and hereby expressly waive any
defense to assertion of jurisdiction by that court in such an action.
2. Integrated Agreement. This Agreement contains the entire understanding
and agreement between the Parties, and the terms and conditions contained herein shall
Inure to the benefit of, and be binding upon, the heirs, representatives. successors arid
assigns of each of the Parties hereto- No other representations, covenants,
undertakings, or other prior or contemporaneous agreements, oral or written, respecting
such matters, which are not specifically incorporated herein, shall be deemed in any way
to exist or bind any of the Parties hereto. The Parties hereto acknowledge that this
Agreement has been executed without reliance upon any such promise, representation,
or warranty not contained herein.
3. Modification. No supplement, modification or amendment of this
Agreement shall be binding unless executed in writing by all of the Parties. No waiver of
any of the provisions of this Agreement shall be deerned to constitute a waiver of any
other provision whether or not similar, nor shall waiver constitute a continuing waiver No
waiver shall be binding unless executed in writing by the Parties making the waiver.
4. Binding on Successors. This Agreement and the covenants and
conditions contained herein shall obligate, bind, extend to and inure to the benefit of the
Parties in each of their respective successors in interest, including, but riot limited to,
their administrators, executors, owners, partners, officers, directors, shareholders. legal
representatives, assignees. attorneys, successors, and agents or employees of the
Parties hereto.
5. Representation of Contractor. Contractor affirmatively represents that it
has been represented by Gibbs, Giden, Locher. Turner & Senet. LLP of Los Angeles.
California, who are attorneys at law of its own choosing. Contractor has read this
Release aril Settlement Agreement Weeger Bros . Inc
6
Agreement and has had the terms used herein and the consequences thereof explained
by its above - named attorneys of choice.
6. Representation of City. City affirmatively represents that they have been
represented by the Office of the City Attorney who are attorneys at law of its own
choosing. City has read this Agreement and have had the terms used herein and the
consequences thereof explained by their above -named attorneys of choice.
7. Construction. This Agreement shall riot be construed against the party
preparing it, but shall be construed as if all Parties jointly prepared this Agreement Any
uncertainty and ambiguity shall not be interpreted against any one party. This Agreement
is to be performed in California and it is to be interpreted, enforced, and governed by and
under the laws of the State of California. Language in all parts of the Agreement shall be
in all cases construed as a whole according to its very meaning.
S. Attorney's Fees and Costs. Except as provided herem, all attorneys' fees,
:and costs incurred through the date of this Agreement shall be borne by the respective
Parties and each party agrees to waive any claim, or claims, against any of the other
Parties for the reimbursement of all, or any portion of said fees or costs. Should suit be
brought to enforce or interpret any part of this Agreement, the prevailing party shall not
be entitled to recover attorneys' fees.
9. Gender Neutral. Whenever in this Agreement the context may so require.
the rnasculine, feminine and neutral genders shall be each deemed to include the other
and the singular and the plural shall refer to one another.
10. Counterparts. This Agreement may be executed in duplicate c:uunterparts .
each of which shall be deemed an original and all of which shall constitute an agreement
to be effective as of the date of signing. Further, signatures transmitted and
memorialized by facsimile shall be deemed to have the same weight and effect as an
original signature. The Parties may agree that an original signature will be substituted at
some later time for any facsimile signature.
Release and Settlement Agreement Weeger Liras , Inc
7
11. Captions and Interpretations. The paragraph titles and captions are
inserted in this Agreement as a matter of convenience. As such, the paragraph titles or
captions are not intended to define or describe the scope of any provision.
12. Invalid Clause May Be Severed If any provision, clause, or part of the
Agreement is adjudged illegal, invalid or unenforceable, the balance of this Agreement
shall remain in full force and effect
(SIGNATURES ON FOLLOWING PAGES)
Release and Sotttement Agreenrenf Weever Bros.. Inc,
8
Jun -30 -08 08:10 From-GUTS LA T -099 P 11/11 F -52'
1 have carefully read and fully understand, and hereby execute, this Agreement.
CONTRACTOR:
Weeger Bros., Inc.
DATED: vhe 2QO9
Mark eeger
President
Weeger Bros., Inc.
DATED:_ 2009 C
By' pj7c a A. Gteeger Vj
Secretary/ Treasurer
APPROVED AS TO FORM:
Gibbs, Giden, Locher, Turner & Senet, LLP
0
Alfred Fadel, ESQ.
Attomeys for Weeger Bros., Inc.
Reloase and SaMmen2 Agreement Weeper Bros.. Inc.
I have carefully read and fully understand, and hereby execute. this Agreement.
CONTRACTOR:
Weeger Bros.. Inc.
DATED: 2009
By Mark Weeger
President
DATED: 2009
Weeger Bros., Inc.
By. — —
Secretary/ Treasurer
APPROVED AS TO FORM:
Gibbs, Giden, Locher, Turner & Senet, LLP
t �
Alfred FSdel, ESQ.
Attojfieys for Weeger Bros.. Inc.
Release and Settlement Agreement Weeger fares.. Inc
9
I have carefully read and fully understand, and hereby execute, this Agreement.
APPROVED AS TO FORM:
JFFI 'E OF THE- Gl f ATTORNEY
Aaron C. Ha���_
Assistant City Attorney
for the City of Newport Beach
ATTEST: V
O(T'
Leilani I. Brown,
nruily Clerk
Niayor
for the City of Newport Beach
�erroar���
�eEW�
a
ft�lr'ase vrx7 tiettlement Ayreenren( Wn!�yer t3ra.s Inc
10
Weeger vs. City of Newport Beach
Settlement Agreement
Exhibit 1
Claim No. 1
11111111 BRWEEG
OSEINC.
GENENAL"WLOING /ENGINEFN"1GC MAGT(A
January 10, 2007
Marcus Puglisi
City of Newport Beach
P.O. Box 1768
Newport Beach, CA. 92658
Re: Delays to Lifeguard /Concession Building
Corona del Mar State Beach Improvements; Contract #3461
Dear Marcus,
Via Fax
US Mail
C�
O�
Please consider and respond to each delay issue addressed below. All delays detailed below
affected the critical path of the Lifeguard /Concession Building.
A. On 06/08/06 when requesting inspection for general framing on the Lifeguard/Concession
Building Permit #B2005 -2963 we were told by Steve Michael of Building Inspection that
they would not provide the requested inspection until all changes to Mechanical, Plumbing,
and Electrical including changes to structural framing penetrations in R.F.1.'s 077 and 078
were added to the drawings and approved by City Plan Check and Building Department. On
June 21 ", 2006 we received the required Drawings approved by the Building Department
and General Framing was inspected and approved on the 22nd of June. This amounts to a
15- calendar day delay to the critical path of the Lifeguard /Concession Building.
B. Submittal #016- 03200 -0 for Reinforcing Steel at Wall Elevations was submitted to the
Architect on 10/28/2005. On 01/06/06 the Architect informed us that the submittal was lost
during the review process and to resubmit. On 1/11/06 they were resubmitted. On 01/19/06
they were approved (No exceptions taken.). Footings were poured on 12/12/05 and
Headquarter Masonry was scheduled to begin on December 19, 2005. If you figure at least
three (3) days for fabrication and delivdry this amounts to 34- calendar day delay to the
critical path of the Lifeguard/Concession Building. Had the submittals been processed in
the 20 working day period allowed by Section 2 -5.3.1 of the Greenbook wall steel could
have been delivered in time for planned start of masonry.
C. Change Order #7 includes the addition of a waterproof membrane to the shower area
requested by Building Dept. Inspection. Pricing requested a 20- calendar day delay. A 23-
calendar day delay was incurred to critical activity 6310 Ceramic Tile. A 23- calendar day
extension should be added to Change Order #7 for delays to the Lifeguard/Concession
Building. Actual delay began 07/24/06 making this a 23- calendar day delay.
D. Change Order #2 should be corrected to include the actual delay impact caused by late
concessionaire, move out as requested in my letter dated November 20, 2006. This would
add 7 calendar days time to project completion.
2124 MAIN STREET, SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536.3854 FAX (714) 5364854
STATE LICENSE NO. 417715 A. B, C5. C8, C 1
Current project completion date through Change Order 97 is July 12, 2006. If the delays
requested herein are granted the project completion date would be September 29, 2006. "total
delay days to Weeger Bros., Inc. from the May 11, 2006 original completion date would then be
141 calendar days. I have attached a calculation of damages to Weeger Bros., Inc. caused by the
City and it's Agents for the 141 - calendar day delay. I am prepared to prove the validity of
delays claimed as well as negotiate a reasonable settlement so as to avoid a messy drawn out
legal battle. Please contact me to schedule a meeting at your convenience.
Sincerely,
Mark T. Weeger
President
Encl. -Backup documents for claim paragraphs A, B, C.
- Weeger Delay Damage Calculations.
DELAY COSTS TO GENERAL CONTRACTOR USING EICHLEAY METHOD
Costs associated with these delays are as follows.
A. TEMPORARY FACILITIES
Weeger Bros.. Inc has incurred costs to maintain temporary facilities at the jobsite for various durations
during the 141 day (20 week) period identified herein. Costs are as follows:
1
Office Trailer
2
Power
3
Water
4
Site Telephone
5
Temp Power Poles
6
Temp. Fence
7
Temp. Toilets
8
Temporary Refuse
9
Storage Trailers
10
COC Insurance
x
TOTAL
B. SITE SUPERVISION
1 Project Superintendent
2 Project Manager
TOTAL
Weekly Amt
O.H. Allocable to Contract: $27,149.50 =
# of Weeks
Total
$133 54
x
20
$2,670.80
$17.77
x
20
$355.40
Site Supervision
$2.00
'x
20
$40.00
$57.66
x
20
$1,153.20
$29,133.10
$70.58
x
20
$1,411.60
Total Costs for This Claim
$179.46
x
20
$3,589.20
$207.06
x
20
$4,141.20
$91.29
x
20
$1,825.80
$92.50
x
20
$1,850.00
$179.04
x
20
$3,580.80
$20,618.00
$2,300.00 x 20 $46,000.00
$0.00 x $0.00
$46,000.00
C. HOME OFFICE OVERHEAD
The delays noted in their claim caused Weeger Bros., Inc. to incur 141 days of extended home office
overhead as follows:
Weeger Bros., Inc. has utilized the EICHLEAY method, a widely accepted method of calculating daily
extended office overhead. The procedure and application is set forth below.
Project contract billings for the delay months (May through September) divided by total actual contract
billings for the delay months period equals a percentage which is multiplied by total overhead for the
delay months to achieve overhead allocable to this contract.
Annual Overhead $325,794.00
$1,525,937.40 Applicable O.H.
100% x $27,149.50 $27,149.50
$1,525,937.40
O.H. Allocable to Contract: $27,149.50 =
$904.98 per calendar day
This claim is 141 days 141 x
$904.98 5127 602.65
D.
SUMMARY OF DAMAGES
A.
Temporary Facilities
$20,618.00
B.
Site Supervision
$46,000.00
C.
Home Office Overhead
$127,602.65
Subtotal
$194,220.65
15% Overhead & Profit
$29,133.10
1% Bond Costs
$2,233.54
Total Costs for This Claim
$225.587.28
Item "A"
January 10, 2007 Letter
Delays to Lifeguard /Concession Building
Corona del Mar State Beach Improvements; Contract #3461
lffiljorgee�en
Letter of Transmittal
PROJECT: Corona del Mar State Beach
lot-
JUN 21.2006
WEEGER BROS..11:�.
JOB M 0223
DATE:
06 -21 -06
PURPOSE
NAME:
Mark Weeger
❑
FOR REVIEW and COMMENT
COMPANY:
Weeger Bros.
❑
FOR APPROVAL
ADDRESS:
2124 Main Street, Suite 146
®
FOR YOUR USE
Huntington Beach, CA 92648
❑
PER YOUR REQUEST
FROM:
Jason Briscoe, AIA
ACTION
COPY TO:
❑
AS NOTED BELOW
VIA:
El, Mail ❑ Overnight ❑ Hand /Courier
❑
RETURN IN rive (5) DAYS
®, Other - Picked up by Mark Weeger
❑
NO ACTION
The items listed
below are: ® enclosed ❑ following
COPIES
DATE DESCRIPTION
1
Approved Revised Sheets M2.1, M2.2, M3.2,
E2.3
.
6 -20 -6
Remarks:
Enclosed are revised sheets reflecting changes made during construction„ approved by the building
department. , ..
2600 LAFAYETTE
CANNERY VILLAGE
NEWPORTBEACH
CA 92643
949 566 0080 TEL
949 566 0082, FAX I
WWW.IaARCH.coni
RFC'.. Fwra:7_1r
fJ►AnA.l.,m wr..r� >.e�+.r�.lwe nr�. c7y...w,k<Irwyfe 6•
This oom murka9on she) be reoorded as aocwale udees
corfewons we reeW ■d M'A (tree) workkV days.
11111111 RWEEGR
OSE INC.
GENERAL 6U4.DIH11 I ENGINEE RING cO inAC /ON
Julie 9, 2006
Marcus Puglisi
Public Works
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92658
Re: Inspection Delays
Dear Marcus,
Via Fak
U.S. Mail
I realize you are doing everything possible to eliminate this delay however I need to document
that the Building Departments refusal to provide framing inspection will delay several project
activities. I have sent reports to Jason at Jorgensen Architects to aid in approval of changes by
the Building Department. Please contact me as soon as they have approved the change so that I
can reschedule inspection
Sincerely
Mark T. Weeger
President
CC: Jason Briscoe /forgensen Architects
2124 MAIN STREET, SUITE 146, HUNTINGTON REACH, CA 92648 -6443 (714) 536 -3854 fAX (714) 536 -4854
STATE LICENSE NO. 417715 A, R, C5. C8, C12
ROSC INC.
GEWRALBUILDI G /EUGNURNG LO +ARAGIOR
To Office File
From: Mark Weeger
Fax #: 5364854
Fax #.
Company: Weeger Bros., Inc.
Tel #:
Subject: Framing Inspection Delays
ISent: 6/8/2006 at 8:27:58 AM
Pages: 1 (including cover)
MESSAGE:
Dear Marcus,
Please read Ryan Weegers statement below. This is a delay as of today as we are not able to proceed
with Insulation and drywall and interior finishes. Please let us know how we can help.
Statement Regarding LG /Concession Inspection Request for 090 General Framing Corrections Made:
Weeger Bros. Inc. requested re- inspection for corrections in General Framing for the LG /Concession
Building. Steve Michael contacted Weeger Bros. Inc. the morning of 06/08/06 regarding the details of
their inspection Request. Weeger Bros. Inc. stated they wished to have their corrections seen and
approved for their rough framing sign off. Michael stated that the Building Department would not sign
off on any Rough Framing until City Plan Check had approved changes to mechanical drawings (ref.
RFI 077,078). Michael also stated that Building Department would not approve any rough framing until
all changes to Plumbing, Mechanical, and Electrical were submitted and approved by City Plan Check
and Building Department. Michael refused inspection request for General Framing 090 for
LG /Concession building on 06108 /06.
Statement by: Ryan Weeger
Project Superintendent
Weeger Bros. Inc.
wlnFax PKU cover Page
send t:ontirmation (tvent succt Weu
Date:
6/8/2006
Pages:
1
Recipient:
Puglisi. Marcus
Fax Number:
19496443318
Type:
Fax
Send Confirmation (Event Succeeded)
Date:
618/2006
Pages:
1
Recipient:
Briscoe, Jason
Fax Number:
19495660082
Type:
Fax
Send Confirmation (Event Succeeded)
Time: 6 AM
Duration: 0 min 37 sec
Company: City of NB Public Works
Subject: Framing inspection Delays
Date:
6/8/2006
Time:
8:29 AM
Duration:
0 min 40 sec
Company:
Jorgensen Architects
Subject:
Framing Inspection Delays
Date:
6/8/2006
Time:
8:30 AM '
Pages:
1
Duration:
0 min 50 sec
Recipient:
Weeger, Ryan
Company:
Weeger Bros., Inc. Jobsite
Fax Number:
19495669348
Subject:
Framing Inspection Delays
Type:
Fax
Send Confirmation (Event Succeeded)
Date:
6/8/2006
Time:
8:31 AM
Pages:
1
Duration:
0 min 51 sec
Recipient:
File, Office
Company:
Weeger Bros., Inc.
Fax Number:
5364854
Subject:
Framing Inspection Delays
Type:
Fax
1111111, RWEEGR
OSI, INC.
r,,rr w.,i D11 m1 , or. w.. Cr Mf. 1, lTrur:i 10 t
TRANSMITTAL
Date: k7 ,�
Number of pages including cover sheet
VA
ARA
r
r
/r
Phone:
Fax:
cc:
From: Mark T. Weeger
Phone 714/536 -3854
Fax Phone 714/536 -4854
❑ Urgent ❑ For your review ❑ Reply ASAP ❑ Please comment
2124 MAIN ST111:1 , SWIT. 146. 1ILINTINGfON 111 -ACI1. Ca\ 92MR -6441 (714) 116.7854 FAX (714) 536 -0854
S- TG LICENSE. NO. 417715 A. I4, C.S. C4,02
Request for Information
Summary Log, Grouped by Discipline
Corona Del Mar State Beach Improvements Project # 03461.. - Weeger Bros., Inc
3001 Ocean Boulevard, Corona del Mar, CA 92625 - Tel: 7141536-3854 - Fax 714/5364854
RFI # Subject Author Answer Date Date Date Cost Amt Sched Days Dwg
Company Company Created Req'd Resp Impact Impact Impact
Architectural
026 Stainless Steel Frames Architectural Doors, Inc. Jorgensen Architects 10202005 10272005 2192006 Not Sure No; Sure No: Sure
037 Concrete Masonry Block • JA Lynch Masonry, Inc. Jorgensen Architects 11/12005 11162005 1222005 Not Sure Not Sure No: Sure
039
Doors 1030k and 1038
Weeger Bros., Inc.
Jorgensen Architects
1122005
11192005
11142005 Not Sure
Not Sure
Nct Sine
041
Horizontal Masonry
JA. Lynch Masonry, Inc.
Jorgensen Architects
11/182005
11252005
11222005 Not Sure
Not Sure
No: Sure
R001
Reinforcing Steel
062
Copper Metal Roof
TN Sheet Metal, Inc.
Jorgensen Architects
1242006
1/312006
2192006
047
S -green Lumber
Weeger Bros., Inc.
Jorgensen Architects
12/82005
12173/2005
12/62005 Not Sure
Not Sure
No: Sure
047
S-Ory Lumber
Weeger Bros., Inc.
Jorgensen Archhects
11612006
111312006
Not Sure
Not Sure
Not Sure
058
Ceramic Tile Selection
Continental Marble d Tile
Company
Jorgensen Architects
1/112006
11182006
1/112006
Not Sure
Not Sure
Not Sure
061
E>aerior Composite Wood
Weeger Bros., Inc.
Jorgensen Architects
123/2006
1/302006
2192006
Not Sure
Not Sure
No: Sure
062
Copper Metal Roof
TN Sheet Metal, Inc.
Jorgensen Architects
1242006
1/312006
2192006
Not Sure
Not Sure
Not Sine
065
Artistic Concrete Artwork
Bravo Sign d Design, Inc.
Jorgensen Architects
1252006
2/12006
3212006
Not Sure
Not Sure
No: Sure
065
R001
Artistic Concrete Artwork
Bravo Sign b Design, Inc.
Jorgensen Architects
3/132006
3202006
Not Sure
Not Sure
Not Sure
068
Radius Wells
Weeger Bros., Inc.
Jorgensen Architects
2/62006
21132005
2192006
Not Sure
Not Sure
No: Sure
070
Ducts from below into 202
Weeger Bros., Inc.
Jorgensen Architects
2 72006
2/142006
2232006
Not Sure
Not Sure
Not Sure
060
Sheet Metal Submittal
Brownco Construction Co.,
Inc.
Jorgensen Architects
2/132006
2202006
3116 /2006
Not Sure
Not Sure
Not Sure
096
Lifeguard • Notch Rafter for Weeger Bros., Inc.
Conduit
Jorgensen Architects
322/2006
3292006
Not Sure
Not Sure
No: Sure
103
Wood Nailers S Ledgers for Weeger Bros., Inc.
Roof Rafters
Jorgensen Architects
41612D0S
41132006
411312006
Not Sure
Not Sure
No: Sc•e
113
Wood Members
Weeger Bros., Inc.
Jorgensen Architects
4242006
5/12005
4252006
Not Sure
Not Sure
Not Sure
127
Deck Coating
Courtney Waterproofing, Inc. Jorgensen Architects
5252006
&12006
5 /252006
Not Sure
Not Sure
No: Sure
Prolog Manager Printed on: 6/82006 Weeger Bros Inc
Page 1
Request for Information
Summary Log, Grouped by Discipline
RFI0 Subject Author Answer Date Date Date Cost Amt Schad Days Dwg
Company Company Created Req'd Resp Impact Impact Impact
-' -033 - 0-2.07 detail 10 - 3'
Zeen Plumbing d Piping Co.
Jorgensen Architects _ .10/2812005 11/3/2005 1L152005 No -
Not Sure No: Sre
— aggregate
11/72005
11/g2005
Not Sure
050 Shower Pads
Weeger Bros., Inc.
Jorgensen Architects 12/122005 12/192005 121122005 Not Sure
Not Sure No! S.•e
050 Shover Pads
Weeger Bros., Inc.
Jorgensen Architects 121132005 121202005 12/1912005 Not Sure
Not Sure No'. Su,e
Electrical
035
Public Telephone Location
Pipeline Electric, Inc.
Jorgensen Architects
10/312005
11/72005
11/g2005
Not Sure
Not Sure
No! Sure
036
Concrete Pull Box at
Pipeline Electric, Inc.
Jorgensen Architects
101312005
11/72005
11192005
Yes
No! Sure
No: Sere
085
Lifeguard Building
Pipeline Electric, Inc.
Jorgensen Architects
3 182006
3/152006
3 /82006
Not Sure
Not Sure
Not Sure
042
Electric for Optical Flush
Weeger Bros., Inc.
Jorgensen Architects
11/102005
111172005
1222005
No: Sure
Not Sure
No! Sure
O87
Valves
Pipeline Electric, Inc.
Jorgensen Architects
3!102006
31172006
3762006
Not Sure
Not Sure
Not Sure
D44
Location of Switchgear at
Weeger Bros., Inc.
Jorgensen Architects
11212005
11262005
3232006
Not Sure
Not Sure
No: S 'e
West Restroom Bldg.
051
In -Floor Electrical Locations Pipeline Electric, Inc.
Jorgensen Architects
121142005
12/212005
12/152005
Not Sure
Not Sure
No: Sure
d Panel Locations
063
Panel A wall thickness It
Pipeline Electric, Inc.
Jorgensen Architects
1242006
1/312006
2/92006
Not Sure
No! Sure
No: Sure
066
Stairway Light B1 Height
Pipeline Electric, Inc.
Jorgensen Architects
22!2006
219120D6
272006
Not Sure
Not Sure
NO! Sure
D67
E-2.1 - 3 way switch
Pipeline Electric, Inc.
Jorgensen Architects
222006
2192006
272006
Not Sure
Not Sure
Not Sure
085
Light Fixture E1
Pipeline Electric, Inc.
Jorgensen Architects
3 182006
3/152006
3 /82006
Not Sure
Not Sure
Not Sure
086
Floor Mounted Pedestal
Pipeline Electric, Inc.
Jorgensen Architects
31812006
3752006
4/12/2006
Not Sure
Not Sure
No: Sure
O87
Light Fixture E -1
Pipeline Electric, Inc.
Jorgensen Architects
3!102006
31172006
3762006
Not Sure
Not Sure
Not Sure
095
Ceiling Mounted Strip Light
Pipeline Electric, Inc.
Jorgensen Architects
3202006
3272006
3232006
Not Sure
Not Sure
Not Sure
106
Panel PB Work Space
Pipeline Electric, Inc.
Jorgensen Architects
a/1812006
4252006
4262006
Not Sure
Not Sure
Not Sure
107
Concrete over SCE ConduesPipehne, Electric, Inc.
Jorgensen Architects
4/182006
4252DD6
5192006
No, Sure
Not Sure
14:1 Su' e
116
Pull Boxes at Ticket Booth
Pipeline Electric, Inc.
Jorgensen Architects
51312006
511012006
5132006
Not Sure
Not Sure
Na Su•e
116 r001Pu11 Boxes at Ticket Booth
Pipettne Etectrc, Inc.
Jorgensen Architects
SIW2006
51154006
5192006
Not Sure
Not Sure
Not Su•e
117
Future Vauh
Pipeline Electric, Inc.
Jorgensen Architects
5142006
51112006
5192006
Not Sure
Not Sure
Not Sure
Prolog Manager Printed on: 6/812006 Weeger Bros Inc Page 2
Request for Information
Summary Log. Grouped by Discipline
RFI # Subject Author Answer Date Date Date Cost Amt Sched Days Dwg
Company Company. Created Req'd Resp Impact Impact Impact
Landscape
009 Palm Trees- Siapin Horticutture, Inc. City of Newpon Beach 91192005 9262005 9/302005 Not Sure Not Sure !.o•. 5- =
040 Mainline from A16 to A17 Weeger Bros., Inc. Jorgensen Architects 1122005 11/92005 Not Sure No: Sure No: Sine
124 Planters for Mediterranean Siapin Horticulture, Inc. Jorgensen Architects 5222006 5292006 Not Sure Not Sure No: Sure
Mechanical
069 Relief Louvers in Stair Weeger Bros., Inc. Jorgensen Architects 2!72006 2/142006 2/232005 Not Sure Not Sure No: Sure
073 Duct Heights And Sizes SF Source Refrigeration 6 Jorgensen Architects 2 192006 2/162006 2232006 Not Sure Not Sure NO: Sure
075
Duct Height and Sizes SF
Source Refrigeration 3
Jorgensen Architects
2192006
211512006
2/2312006
Not Sure
Not Sure ao•. Sxe
082
rat SF 83 EF e2
HVAC, Inc.
Jorgensen Architects
2242006
3132006 3192006
Not Sure
Not Sine
_
076
Duct Heights and Sizes at
Source Refrigeration 6
Jorgensen Architects
2192006
211612006
21232006
Not Sure
No. Sure
Concession
HVAC, Inc.
_
077
Exhaust Fan #3• Parking
Source Refrigeration 5
Jorgensen Architects
2192005
2/162006
223/2006
Not Sure
Not Sure i.
Booth
HVAC Inc.
078
Duct Supports at Roof
Source Refrigeration d
Jorgensen Archtecs
2192006
2/162006
2192006
Not Sure
NO: Sure No. Su-e
081
Sob Plate
Weeger Bros., Inc.
Jorgensen Architects
2242006
3/312006 3/162006
Not Sure
Not Sure
Not Sure
082
HVAC Duct work
Weeger Bros., Inc.
Jorgensen Architects
2242006
3132006 3192006
Not Sure
Not Sine
N7 Sure
104
Hood Submittals
Source Refrigeration 8
Jorgensen ArrhheCts
41112006
41182006
Not Sure
No: Sure
No: Sire
105 Relocated Transfer Grille(s) Source Refrigeration S Jorgensen Architects 4/172006 4242005 5112006 Not Sure Not Sure No: Sure
115 Side Wall Register at Source Refrigeration d Jorgensen Architects 5/22006 5192006 5/32006 Not Sure Not Sure No: Sure
Observation Room HVAC Inc.
No Discipline Assigned
001 Door Schedule
Weeger Bros., Inc.
Jorgensen Architects 82272005 &292005 9192005 Not Sure Not Su•e N,'
002 Roof and Overflow Drains
Weeper Bros., Inc.
Jorgensen Architects 8/292005 9/512005 9/162005 Not Sure No: Sure Na
003 Section 03300
Weeger Bros., Inc.
Jorgensen Architects 9162005 _ 9/132005 9162005 Not Sure Not Sure No: Sure
Prolog Manager Printed on: 8182006 Weeger Bros Inc Page 3
Request for Information
Summary Log, Grouped by Discipline
RFI0
Subject
Author
Answer
Date
Date
Date
Cost Amt
Sched
Days Dwg
011
Roof Warranty
Company
Company
Created
Req'd
Resp
Impact
Impact
Impact
004
Trex Composite Lumber
Weeger Bros., Inc.
Jorgensen Architects
91612005
9/132005
9116!2005
Not Sure
Not Sure
No! Sure
005
Existing. Concrete Trash
Weeper Bros., Inc.
City of Newport Beach
9/62005
91132005
9/92005
Not Sure
No! Sure
Not Sure
014
Receptacles
Weeger Bros., Inc.
City of Newport Beach
10/62005
101132005
101102005
Not Sure
Not Sure
No: Sure
D06
Use of Holding Wires on
Upland Contracting, Inc.
Jorgensen Architects `
9-/122005
9/192005
-. 10/42005
Not Sure
No! Sure
Not Sure
Fabricate Reinforcing.Steel
-
-
007
SCE Transformer 8 Future
Pipeline Electric, Inc. -
City of Newport Beach
9/122005
9/192005
122/2005
Not Sure
No! Sure
No! Sale
Vault
008
Pre -Cast Monument Sign
Weeger Bros., Inc.
Jorgensen Architects
91142005
9212005
9/142005
Not Sure
Not Sure
Not Sire
010
Louvers
TN Sheet Metal, Inc.
Jorgensen Architects
9212005
92812005
2202006
Not Sure
Not Sure
No: Sure
011
Roof Warranty
Weeger Bros., Inc.
Jorgensen Architects
9262005
10/32005
10/162005
Yes
Not Sure
No: Su•e
012
Asphalt Paving
Avis Construction, Inc.
Jorgensen Architects
9232005
91302005
10/62005
Yes
Yes
No! Site
013
Unknown Vault Found
Weeger Bros., Inc.
City of Newport Beach
10/32005
11102005
10/102005
Yes
Yes
No: Sure
014
Seatwa8
Weeger Bros., Inc.
City of Newport Beach
10/62005
101132005
101102005
Not Sure
Not Sure
No: Sure
015
Removal of AC at Ramp to
Weeger Bros., Inc.
City of Newport Beach
10162005
101132005
10202005
No! Sure
No! Sure
so: Sure
016 Rebar Height Needed Upland Contracting, Inc. Jorgensen Architects 10/62005 10/132005 122!2005 Not Sure No! Sure No: Sure
017 Finish Floor Elevation for Weeger Bros.. Inc. Jorgensen Architects 10/102005 10/172005 101122005 Not Sure Not Sure No! Sure
018 Aluminum Framed US Glass 3 Glazing, Inc. Jorgensen Architects 101132005 10202005 10/132005 No! Sure No: Sure Not Sure
019
Deck Drain
Zeen Plumbing E Piping Co.
Jorgensen Architects
101142005
10212005
2202006
Not Sure
No! Sure
Not Sure
020
Voids in Reslroom Buildings Weeger Bros., Inc.
Jorgensen Architects
10/142005
10212005
11/12005
Not Sure
Not Sure
No: Sire
021
Restroom Encroachment
Weeger Bros.. Inc.
City of Newport Beach
10/182005
10252005
10/182005
Not Sure
Not Sure
Not Sure
022
Panel FC and Panel A
Pipeline Electric, Inc.
Jorgensen Architects
101182005
10252005
10262005
No! Sure
No! Sure
Nc: Su-e
023
Underground Conduit
Pipeline Electric, Inc.
City of Newport Beach
10/1812005
10252005
10202005
Not Sure
Not Sure
No! Sure
024
Color for Stainless Steel
Weeger Bros., Inc.
Jorgensen Architects
101182005
10252005
10/312005
No! Sure
No! Sure
Not Su•e
025
Control Joint
Weeger Bros.. Inc.
City of Newport Beach
10202005
10272005 10202005
Not Sure
Not Sure
No! Sure
027
Keying Information
Architectural Doors, Inc.
Jorgensen Architects
10252005
11112005
Not Sure
No! Sure
No, Sure
028
Starter Wafts
Weeger Bros.. Inc.
City of Newport Beach
10262005
1122005 10262005
Not Sure
Not Sure
No. Sure
029
Two Section 04200
Weeger Bros., Inc.
Jorgensen Architects
10262005
1122005
Not Sure
Not Sure
Not Sure
'Concrete Black Masonry
030
Plumbing Chase/Restrooms Zeen Plumbing S Prying Co.
Jorgensen Architects
10262005
10282005 10272005
No
Not Sure
Not Sure
Prolog Manager Printed on: 6482006 Weeger Bros Inc Page 4
Request for information
Summary Log, Grouped by Discipline
RFIR
Subject
Author
Answer
Date
Date
Date
Cost Amt
Sched
Days Dwg
046
R001
Construction Joints
Company
Company
Created
Req'd
Resp
Impact
Impact
Impact
034
2- Pressure Line
_ Weeger Bros., Inc.
Jorgensen Architects
10282005
1114/2005
12/82005
Not Sure
No: Sure
No: Su-e
041
Horizontal Masonry
Weeger Bros., Inc. _
Jorgensen Architects
11/102005
11/172005
1111512005
Not Sure
Not Sure
Not Sure
_
Reinforcing Steel
Weeger Bros., Inc.
--
1142006
11112006
1/42006
Not Sure
Not Sure
NO: Sure
043
Plumbing Waste Vent
Weeger Bros., Inc.
Jorgensen Architects
11/102005
111172005
122/2005
Not Sure -
No: Sure
NO: Sure
045 _
Elevation for Toilets S
Zeen Plumbing d Piping Co.
Jorgensen Architects"
11/302005
1272005
12/12005
'Not Sure -
Not Sure
No: Su•e
057
Urinals
Acralight International
Jorgensen Architects
111012006
11132006
2192006
Not Sure
Not Sure
tic: S:.-e
046
-
Showerwall, thickness of
molar tile, construction
joints.
Weeger Bros., Inc.
Jorgensen Architects
-
12/12005
12/82005
12/52005
Not Sure
No: Sure
Nct Sure
046
R001
Construction Joints
Weeger Bros., Inc.
Jorgensen Architects
12/62005
12/132005
12/62005
Not Sure
Not Sure
Not Site
049
Move Cleanoul
Weeger Bros., Inc.
Jorgensen Architects
1202005
1211512005
12/82005
No; Sure
Not Sure
No: Sure
052
Electric Door Lock Strike
Release
Weeger Bros., Inc.
Jorgensen Architects
12/162005
12232005
12222005
Not Sure
Not Sure
Not Sure
053
Masonry Wall Joint
Weeger Bros., Inc.
Jorgensen Architects
1142006
11112006
1/42006
Not Sure
Not Sure
NO: Sure
054
Louver Specs
Weeger Bros., Inc.
Jorgensen Architects
1142006
11112006
1142006
No: Sure
Not Sure
Nc: Su•e
055
Epoxy Reber / Set 22
Simpson
Weeger Bros., Inc.
Jorgensen Architects
1142006
11112006
1142006
Not Sure
Not Swe
Noc Su-e
057
Skylight finish
Acralight International
Jorgensen Architects
111012006
11132006
2192006
Not Sure
Not Sure
tic: S:.-e
059
HO Stairs
Brownoo Construction Co.,
Inc.
Jorgensen Architects
1202006
1272006
1232006
Not Sure
Not Sure
No: Su•e
060
Stair Ledger
Weeger Bros., Inc.
Jorgensen Architects
1202006
1272006
2192006
No', Sure
Not Sure
No: Sure
071
Door 202A
Architectural Doors, Inc.
Jorgensen Architects
272006
2/142006
2/9 /2006
Not Sure
Not Sure
No! Su•e
072
Duct from SF -3
Weeger Bros., Inc.
Jorgensen Architects
272006
2/142006
2232005
Not Sure
Not Sure
Not Sure
074
Duct Height and Sizes SFa3 Source Refrigeration 5
HVAC, Inc.
Jorgensen Architects
2792006
2/1612006
2232006
Not Sure
Not Sure
Not Sure
080
R001
Roof Trellis Framing
Brownco Construction Co.,
Inc.
Jorgensen Architects
3292006
4152006
3/292006
Not Sure
Not Sure
No: Sure
083
Masonry Opening at Privacy Weeper Bros., Inc.
Louvers
Jorgensen Architects
316/2006
3/13/2006
372006
Not Sure
Not Sure
No: Sure
084
Women's Restroom Privacy Weeger Bros., Inc.
Lowers
Jorgensen Architects
3162006
3/132006
372006
Not Sure
Not Sure
Not Sure
088
Vapor Retarder
Weeger Bros., Inc.
Jorgensen Architects
3 /132006
3202006
31132006
Not Sure
Yes
Not Sure
089
Reber at Steel Columns
JA Lynch Masonry, Inc.
Jorgensen Architects
31142006
3212006
3/142006
Not Sure
Not Sure
Not Sure
090
Flagpole d Spike Strips
Weeger Bros., Inc.
Jorgensen Architects
3/142006
3/212006
3/162006
Not Sure
Not Sure
NO: Sure
Prolog Manager Printed on: 6182006 Weeger Bros Inc Page 5
Request for Information
Summary Log, Grouped by Discipline
RFI C Subject Author
Company
Answer
Company
Date
Created
Date
Req'd
Date
Reap
Cost Amt
Impact
Schad
Impact
Days Dwg
Impact
091 _ Control Joints Weeger Bros., Inc.
Jorgensen Architects
3n42006
3212006
31152006
Not Sure -
Not Sure
No, Sc:e
092 Moisture Resistant Gypsum Weeger Bros., Inc.
Jorgensen Architects
3/142006
3/212OD6
3/142006
Not Sure
Not Sure
Not Sure
- -- 093 - .Edison Vault Weerger Bros., Inc. _.._ - Jorgensen Architects 3n62006 3232006 3202006 Not Sure ` - Not Sure Not Sure
093 Edison d SBC Vault Weeger Bros., Inc. - Jorgensen Architects 4113/2006 4202006 Not Sure Not Sure Not Sure
094
Roofing Relationships at
Weeger Bros., Inc..
Jorgensen Architects
3202006
3272006
3232006
Not Sure
Not Sure
Not Sure
101
Restrooms
Weeger Bros., Inc.
-
3272006
432006
32820D6
Not Sure
Not Sure
Not S.'e
097
Moving Exhaust for EF -1
Source Refrigeration S
Jorgensen Architects
3222006
31`292006
32 2/2006
Not Sure
Not Sure
No: Sure
108
Slotting in Masonry
HVAC, Inc.
Jorgensen Architects
41182006
4252006
511612006
Not Sure
Not Sure
No' S_•e
098
Relief Louvers
Source Refrigeration b
Jorgensen Architects
3222006
3/292006
31222006
Not Sure
Not Sure
Not Sure
Composite Wood
Weeger Bros., Inc.
HVAC. Inc.
51122006
5292006
Not Sure
Not Sure
Not Sure
126
099
Ceiling Register
Source Refrigeration it
Jorgensen Architects
3222006
329/2006
3/222006
Not Sure
Not Sure
Not Sure
100
Rafter Clarification
Weeger Bros., Inc.
Jorgensen Architects
323/2006
31302006
3232OD6
Not Sure
Not Sure
No' Sue
101
Skylight Framing
Weeger Bros., Inc.
Jorgensen Architects
3272006
432006
32820D6
Not Sure
Not Sure
Not S.'e
102
Roof Insulation Variance
Coast Roof Co., Inc.
Jorgensen Architects
4512006
41122006
4242006
Yes
Not Sure
No' S•.•e
108
Slotting in Masonry
Weeger Bros., Inc.
Jorgensen Architects
41182006
4252006
511612006
Not Sure
Not Sure
No' S_•e
109
Aluminum Gates at
Weeger Bros., Inc.
Jorgensen Architects
4202006
4272006
5142006
Not Sure
Not Sure
No: Sue
110 Roof Overhang at Restroom Weeger Bros., Inc,
Jorgensen Architects 4202006 4272006 4252006 Not Sure Not Sure Not Sine
111 Grille Location at Storage
Source Refrigeration E
Jorgensen Architects 4212006 41262006 4252006 Not Sure Not Sure Not Sure
Room 2nd Floor
HVAC, Inc.
Not Sure
_
112 Exhaust Duct at Bathroom
Source Refrigeration d
Jorgensen Architects 4212006 4282006 5112006 Not Sure Not Sure Not Sure
112 Exhaust Duct at Bathroom Source Refrigeration b Jorgensen Architects 52!2006 5/92006 5132006 Not Sure Not Sure Not Sure
114
Monument Sign Location
Bravo Sign & Design, Inc.
Jorgensen Architects
4272006
5142006
Not Sure
Not Sure
Not Sure
118 .
Security Gate Attachment
Pace Metal Works
Jorgensen Architects
5/6/2006
5/152006
5/92006
Not Sure
No: Sure
Not Sure
119
Hardware Set 5 for Door 101 Weeger Bros., Inc.
Jorgensen Architects
5192006
5/162006
5192006
Not Sure
Not Sure
No: Sure
120
Roofing on Parking Booth
Coast Roof Co.. Inc.
Jorgensen Architects
51i520%
5222006
51162006
Not Sure
Not Sure
Not Sure
121
Shaped Nailers
Weeger Bros., Inc.
Jorgensen Architects
51172006
5242006
51192006
Not Sure
Not Sure
Not Sure
125
Composite Wood
Weeger Bros., Inc.
Jorgensen Architects
51122006
5292006
Not Sure
Not Sure
Not Sure
126
Wall Types in Lifeguard
Superior Wall Systems Inc.
Jorgensen Architects
5232006
513020DS
5242006
Not Sure
Not Sure
Not Sure
Profog Manager Printed on: 6/&2006 Weeger Bros Inc Page 6
Request for Information
Summary Log, Grouped by Discipline
RFl ft Subject Author Answer Date Date Date Cost Amt Sched Days Dwg
Company Company Created Req'd Resp Impact Impact Impact
128 Utilities at Planter at East Weeger Bros., Inc. Jorgensen Architects 5/25/2006 6112006 Not Sure No; Sure Not Sure
129 Building Addresses - Weeger Bros.. Inc.
130- - Inspection Report - 526M- Weeger Bros., Inc..
- Overflow Drains
131 Inspection Report - 525106 - Weeger Bros.. Inc.
Plumbing
Jorgensen Architects
Jorgensen Architects
Jorgensen Architects
52612006 6212006 Not Sure
51302006 6162006 Not Sure
5/302006 6/62006 ' Not Sure
Not Sure
Nc: Sure
No: Sure
Not Sure
Not Sure
No: Sure
031
Plumbing Chase P3.1
Zeen Plumbing & Piping Co.
Jorgensen Architects
702&2005
1114r2005
11192005
No
Not Sure
Nct Sure
032
Water Main Stubbing P2.1
Zeen Plumbing 6 Piping Co.
Jorgensen Architects
1028/2005
11/42005
11/92005
No
Not Sure
Not Sure
038
Fbdure SH -1
Zeen Plumbing & Piping Co.
Jorgensen Architects
11/12005
1182005
11/12005
Not Sure
Not Sure
Not Sure
122
Interceptor at North
Zeen Plumbing.& Piping Co.
Jorgensen Architects
5/18/2006
525/2006
5222006
Not Sure
No: Sure
Not Sure
Structural
047 Lumber Weeger Bros., Inc. Jorgensen Architects 12/92005 12/162005 12/122005 No; Sure Not Sure No: Sure
048 Expansion Anchors
Weeger Bros., Inc.
Jorgensen Architects 12/8/2005 12/152005 12/8/2005 Not Sure Not Sure No: Su-e
058 Radius of Curved Walls in
Brownco Construction Co.,
Jorgensen Architects 1/42006 1/12/2006 2192006 Not Sure Not Sure No: Sure
Lifeguard Building
Inc.
064 Trellis Post
Brownco Construction Co.,
Jorgensen Architects 1242006 1/312006 2/92006 Not Sure Not Sure Not Sure
079 Moving Base Plates at Brownco Construction Co., Jorgensen Architects 2192006 211612006 2/102006 Not Sure Not Sure No: Sure
123 Simpson and USP Weeger Bros., Inc. Jorgensen Architects 5/192006 5262006 52212006 Not Sure Not Sure Not Sine
Total Number of RFIs for this project: 141 Final Totals for this project:
Prolog Manager Printed on: 6182006 Weeger Bros Inc Page 7
P. 1
E E E COMMUNICATION RESULT REPORT ( JUN. 8.1006 1:16PM 1 ! ! 2
FAX HEADER: WEEGER BROS INC
TRANSMITTED /STORED : JUN. B: ?006 1:13PM
FILE MODE OPTION ADDRESS RESULT PAGE
---------------------------------------------------------------------------"----_------------------
591 MEMORY TX R0881N JORGENSEN CHR OK 8/8
------------------------- -------------------------------- ---- ---------------- ---- - - - - -- ----- - - - ----
M!/•tlON FOM EMNON
ppF -5i NONnNSwEA!
,IN! FAIL E -JI
E -4 NO NO F /.C91MIlF CONNECTION
VV IF EG ER
(� Iti 1FtQS_, t
alsnL l.m.ww • FNewtlew,ee a
TRANSMITTAL
Date:
Number of papas Including cover sheet
KQJ
KOM k -_ ► L>•
Phone:
Fax:
cc:
From: Murk T. Weeper
_0
Phone 7141536 -3854
Fax Phone 714/636 -4854
D Urgent D For your•revlew D Reply ASAP O Please comment
2124 MAIN STREET. SUrrg 146. HUNTTNGTON brJ Cli. G 92648.6445 (714) 55A -5854 FAX (714) SS6-4954
RATE LICENSE NO, 417715 A. D. C.5. CA. C12
Item "B"
January 10, 2007 Letter
Delays to Lifeguard /Concession Building
Corona del Mar State Beach Improvements; Contract #3461
ISubmittal Transmittal
Detailed, Grouped by Each Number ,
Corona Del Mar State Beach Improvements Project # #3461 Weeger Bros., Inc.
3001 Ocean Boulevard, Corona del Mar, CA 92625 Tel: 714/536 -3854 Fax: 714/536.4854
Date: 10/28/2005 Reference Number: 023
Transmitted To: Harold Baker
Transmitted By: Mark T. Weeger
Robbins Jorgensen Christopher
Weeger Bros., Inc.
2800 Lafayette
2124 Main Street
Newport Beach, CA 92663
Suite 146
Tel: 949 -566 -0080
Huntington Beads, CA 92648
'Fax: 949.566 -0082
Tel: 714/536 -3854
E` Q' tv °srs�4i$Ikf`T,P.acka'k`ria`�on h�ln a dslt 9e- Ac'i4M
6 16-03200-0 Reinforcing Steel - Wall Elevations 11/11/2005
ref an`�s `mMe o ; W -NMI vone , la I�p
Approval US Mail
WOO
001 6 Drawing No. 1 - Wall Elevation
002 6 Drawing No. 3 - Wall Elevation -
Restroorn
City of Newport Beach Marcus Puglisi 1
M
Signature
Signed Date
Prolog Manager Printed on: 10128/2005 Weeger Bros Page I
Subl:
Fwd: CDM - Wall Reber Submittal
Date:
1/6/2006 1:30.40 PM Pacific Standard Tune
From:
THEWEEG
To:
RAMDMR
n
Page I of 1
--------------- --
Forwarded Message:
ISubj: CDM - Wall Rebar Submittal
'Date: 1/6/2006 1:27:17 PM Pacific Standard Time
;From: jbriscoe @jaarch.com
ITo: THEWEEG @aol.com
ACC: hbaker jaarch.com
I Sen( from (he In(eme( (De(aIIs1 —_-
Mark. We have verified that our structural engineer does not have the wall rebar submittal. Please re -send the
submittal and we will expedite the process. Thanks. -jason
Jason Briscoe, AIA
Principal
jo rg e n se narchilects
2800 Lafayette
Newport Beach
CaOfomia 92663
let: 949.566.0080 x36
cel: 562.895.0671
tax: 949.566.0062
w JaARCN.tom
i
Friday. January 06.2006 America Online: RAMDMR
Submittal Transmittal
Delalled, Grouped by I. art) Number
Corona Del Mar State Beach Improvements Project p 03461 1 Weeger Bros., Inc.
3001 Ocean Boulevard, Corona del Mar, CA 92625 Tel: 7141536 -3854 Fax: 714/536 -4854
Date: 1/11112006 Reference Number: 057
Transmitted To: Harold Baker
Transmitted By: Mark T. Weeger
Robbins Jorgensen Christopher
Weeger Bros., Inc.
2800 Lafayette
2124 Main Street
Newport Beach, CA 92663
Suite 146 -
Tel: 949 -566 -0080
Hunlinglon*Beach, CA 92648
Fax: 949 -566 -0082
Tel: 714/536 -3854
-
Fax: 714/536-4854
it {il :�'`I{° ;� 1:6 ?►2xi�i %1? �Iir iiI.7 ?ti i iP�liilh lift „jt
001 7 a Elevation
002 7 Drawing No. 3 - Wall Elevation
i?�3; : lak7i,1• 'likl•i r (�711::1�1i : i l] � � lGlB 'ih f }a
City of Newport Beach Marcus Puglisl 1
Attached are additional copies of Submittal No. 16 which was originally submitted on 10128/05 and become lost during the
Architect's review process. - , ' . .
Signature
Signed Date
Prolog Manager Printed on: 111112006 Weeger Bros Inc I Page 1
U
o r e nSe n .DNI � soUe 2i3°J33N1
J g
hi �cls
soot
iT.T Ndfi
Letter of Transmittal
03nf333Q
PROJECT: CITY OF NEWPORT BEACH
JOB #: 0223
CORONA DEL MAR STATE BEACH
Contract # 3461
IMPROVEMENTS
Plan # P- 5189 -S
PURPOSE
NAME: MAF14-
N FOR REVIEW and COMMENT
COMPANY: WC-i ��
❑ FOR APPROVAL
ADDRESS: :2-104_ N1Pa�NTt)w�
HU•N71NG -Ta-1 �� � 9 y�gg'LJ'
PER YOUR REQUEST
FROM: Harold R. Baker
ACTION'
COPY TO: MAGUS �J S)
0 AS NOTED BELOW
VIA: El mail El Overnight Hand /Courier
RETURN IN DAYS
❑ Other
❑ NO ACTION
The items listed below are: ❑ enclosed ❑ following
COPIES' DATE DESCRIPTION
5 F-R o IIHII90 tz5de4 lrt`f^ t. Fihc��
No ► 6- 03'1�-O
1
Remarks:
2800 LAFAYETTE
CANNERY VILLAGE
NEWPORT BEACH
CA 92663
949 $66 0000 TEL
940 566 0082 FAX
www.18ANCH.com
1
1
This eommOnIcadon shad be recorded as acarale unIM
corrections are received within 3 (knee) wo*kV days.
I
1
1
This eommOnIcadon shad be recorded as acarale unIM
corrections are received within 3 (knee) wo*kV days.
ISubmittal Transmittal
Detalled, Grouped by Fech Number
Corona Del Mar State Beach Improvements Project # #3461 Weeger Bros., Inc.
3001 Ocean Boulevard, Corona del Mar, CA 92625 Tel: 714/536 -3854 Fax: 714/536 -4854
Date: 1/24/2006 Reference Number: 061,
Transmitted To: Jun Navarro
Transmitted By: Mark T. Weeger
Upland Contracting, Inc.
Weeger Bros., Inc. i
P.O. Box 3877
2124 Main Street
Ontario, CA 91761
Suite 146
Tel: 909/983 -3656
Huntington Beach, CA 92648
Fax: 909/984 -7813
Tel: 714/536 -3854
_
Fax 714/536 -4854
2 16-03200-0 Reinforcing Steel - Wall Elevations Approved
Files US Mail
lli° irf -9 �.� tz�,y� i� , . • • Il � Iii' L(� ll � 11 t• °�At, � i,'fle.
001 2 Drawing No. I - Wall Elevation Approved
002 2 Drawing No. 3 - Wall Elevation Approved
Restr6om _
r
C _ C mpap
Weeger Bros., Inc: Ryan Weeger 1
Signature
i
� r '
Signed Dale
Prolog Manager Printed on: 12412006 Weeger Bros Inc Page 1
Item "C"
January 10, 2007 Letter
Delays to Lifeguard /Concession Building
Corona del Mar State Beach Improvements; Contract #3461
w 1G¢C.r fi
BROS., INC.
eeNU.nAL Hunnmr, rLIK.,Nej nu«; conni +c+a+
December 27, 2006
Marcus Puglisi ; Via Fax
City of Newport Beach US Mail
P.O. Box 1768
Newport Beach, CA 92658
Re: Change Oi-der 117
Corona del Mar State Beach Improvements; Contract 113461
Dear Marcus,
Change Order 117 includes two Change Order Requests that caused delay to project completion
COR 11030 delayed CPM schedule activity 96310 completion 14 days from the date the City
Building Inspector instigated a change to the contract by requesting a membrane system behind
the on 07/27/06 and the date the contract change price was approved on 08/10/06. The added
work then required an additional 6 days to complete and approved by City Building Inspector on
08/16/06.
A total delay of 20 calendar days to the critical path is therefore requested to be'included in
Change Order 117 ' ,
Sincerely,
w4E; Z'
Mark T. Wee e
gr
President
2124 MAIN STRUT, SU1IT•. 146.-1 IUNTINCI' N IWACI 1. CA 92648 -6443 (714) 536-3854 FAX (714) 596 -4854
Sl'AI'f LICENSE NO. 417715 A. 11, C5. C8, C12
ZIJ'NJ'SJ'II'V SILLIY'ON JSN':IJI'I'A.I.VAN
YS8Y-'JfS
(1, It) XV:I YSB£-9fS (Y 10 £Y1,911WR6 VJ'FIJVAH NO.LJNI.LNnI I'')YI i1J.1(1S :19721) -S NIVW YZIZ
+a�:itc��
09
Iuawwoo aseald ❑ dVSV Aldaa ❑
175817 9£S /176L auNd xed
1758E-9£SIb6L auogd
MENWOMCM 1P ..,
)060aM .1 Jjeyq :MOIJ
malnai jnoA jod ❑ Iua6in ❑
:o3
s e .•
9 PAN
�7
f
)nags 3an03 6u npul sa6ed )o jagwnN
:aleQ
1d111WSNV1:11
IK) /:)Vljlwll Mnul "tolls • wnn IVU3M39
7N1 "SC)NU
217727M
qpp
j412.7 - 412.11
c Exception r: [Not adopted by IfCD.i Showers
which are designed, to.comply will, the
accessibility standards listed in Table 14 -1.
i : Exception 2: [For HCD •1, 11CD 2 A HCD 1A/C]
i A Showers required to be occessible to persons sith
i A disobilities shall comply with HCD "Exceptions 1
i ,c, and 2" listed in Section 112.64 this code.
412.8 When the construction of on -site built -up
shower receptors is permitted by the Administrative.
Authority, one of the following means shall be
employed:
t (1) Shower receptors built directly on the
ground: t
Shower receptors built directly on The ground
�D shall be watertight and shall be constructed from
P+ l✓' approved type *dense, non - absorbent' and non-
corrosive materials. Each such receptor shall be
Q�L adequately rein(orced, shall be provided with an
approved flanged floor drain'designed to make
a watertight joint itt the floor, and shall have
smooth, impervious, and durable surfaces.
(2) Shower receptors, built above ground:
When shower receptors are built above ground the
sub -floor and rough side of walls to a height of not
less than three (3) inches (76 mm) above the top of
the finished dam or threshold shall he first lined
with sheet plastic*, lead* or copper' or shall be
lined with other durable and watertight materials.
All lining materials shall be pitched one- quarter
(1/4) inch per foot (20.9 mm /m) to weep holes in the
subdrain of a smooth and solidly formed sub - base.'
All such lining materials shall extend upward on
the rough iambs of the shower opening to a point
no less than three (3) inches (76 mm) above the lop
of the finished dart♦ or threshold and shall extend
outward over the top of the rough threshold and be
turned over and fastened on the outside face of
both the rough threshold and the iambs. .
Non - metallic shower sub -pans or linings may
be built -up on the job site, of not less than three
(3) layers of standard'giade fifteen (15) pound
(6.8 kg) asphalt impregngted roofing felt. The "
bottom layer shall be fitted to the formed sub-,
'Lead and copper sub -pans or linings Shan be insulated from
all conducting substances other than their connecting drain by
fifteen (15) pound (6.8 kg) asphalt felt or Its equivalent and no
lead pan or liner shall be Constructed of material weighing less
than four (4) pounds per.square fool (19.5 kg/m2). Copper
pans or liners shall be at least No. 24 B d S Gauge (0.02
Inches) (0.5 mm). Joints in lead pans or liners shall be burned.
Joints in copper pans or liners shall bo soldered or brazed.
Plastic pans Shan not be coated with asphalt based malarials.
44 1
2001 CALIFORNIA PLUMBING CODE
base and each succeeding layer thoroughly hot
mopped to iliac below. All corners shall be
carefully filled and shall be made strong and
watertight by folding or lapping, and each corner
shall be reinforced with suitable webbing hot -
mopped in place. All folds, laps, and reinforcing
webbing shall extend at least four (4) inches (102
mm) in all directions from the corner and all
webbing shall be of approved type and mesh,
producing a tensile strength of not less than fifty
(50) psi (344.5 kPa) in either direction. Non-
metallic shower sub -pans or linings may also
consist of multi- layers of other approved
equivalent materials suitably reinforced and
carefully fitted in place on the job site as
elsewhere required in this section.
Linings shall be property recessed and
fastened to approved backing so as not to occupy
the space required for the wall covering and shall
not be nailed or perforated at any point which
may be less than one (1) inch (25.4 mm) above the
finished dam or threshold. An approved type
sub -drain shall be installed with every shower
sub -pan or lining. Each such stab -drain shall be of
the type that sets flush with the sub -base and
shall be equipped with a clamping ring or other
device to make a tight connection between the
lining and the drain. The sub -drain shall have
weep holes into the waste line. The weep holes
located in the subdrain clamping ring shall be
protected from clogging.
All shower lining materials shall conform to
approved standards acceptable to the Administrative
Authority.
412.8.1 Tests for Shower Receptors. Shower
receptors shall be tested for watertightness by
filling with water to the level of the rough
threshold. The test plug shall be so placed that
both tapper and under sides of the sub-pan shall
be subjected to the lest at the point where it is
clamped to the drain.
412.9 Floors of public shower rooms shall have a
,non -skid surface and shall be drained in such a
manner that waste water from one bather will not
pass over areas occupied by other bathers. Gutters in
public or gang shower rooms shall have rounded
comers for easy cleaning and shall be sloped not less
than two (2) percent toward drains. Drains in gutters
shall be spaced not more than eight (8) feet (2438
mm) from side walls nor more than sixteen (16) feet
(4879 mm) apart.
412.10 DELETED
412.11 Location of Valves and Heads. Control
valves and shower heads shall be located on the
sidewall of shower compartments or be otherwise
, INC.
I rrr:wc[nM CommAr, ion
TRANSMITTAL
Date:
moo®
i
Number of page�g cover sheet
I fib
To: A —` a
Attn.: D0~j.�
Re—
Phone:
Fax:
cc:
❑, Urgent ❑ For your review
From: Mark T. Weeger
Phone 7141536 -3854
Fax Phone 71415364854
❑ Reply ASAP ❑ Please comment
-�
quo o�
�: ��L," F' V F/�^ --1. lam` —U/l W • �V ` �--r/
2124 MAIN SI- Rfl•:7. SUITE. 146. HUNTING -f-ON i5rACI i. CA 92648 -6443 (714) 536 -3854 FAX (714) 536 -4854
SI -RIT: LICENSE NO. 417715 A. R. C5. C8. C12
Page I of 1
Subj: RE: Tile floor membrane
Date: 8/1/2006 1:36:04 PM Pacific Daylight Time
From: lbriscoe@jaarch.com
To: THEWEEG @aol.com
CC: mpuglisl6clly.newpon- beach.ca us
Mark,
I have reviewed the' Schlueter kerdi waterproofing membrane substitution. It is acceplable. Please install per manufacturer
recommendations
Sincerely,
-jason
Jason Briscoe, AIA '
Associate
ROSSETTI I JORGEFISEN'
From: THEWEEG @aol.com [mallto:THEWEEG @aoLcom]
Sent: Wednesday, July 26, 2006 10:30 AM
To: Jason Briscoe .
Subject: Tile floor membrane
See the attached pdf
Tuesday, August 01, 2006 America Online: TFIEW -EG
W r- 5z
11111111 DROS. , INC.
r,FNFnU W&DIPC I EN,1M f I1M; l'(M7F1ACVM1
TRANSMITTAL.
Date:
Number of pages rover sheet
Phone:
Fax:
cc:c 5�
Urgent ❑ For your review
From: Mark T. Weeger
1
- l-I WIN ! OR
Phone 714/536 -3854
Fax Phone 714/5363854
❑ Reply ASAP ❑ Please.comment
I
are �v�rn� �•
I ;,6e re , �-
2124 MAIN STRE15F. SUITE 146, HUNTINCI.ON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 5364854
S WIT LICENSE NO. 417715 A. B. C5, C8, C I Z '
_ll
WEEGR
ROSC INC_
GE14FRAL BUILDING / ENGINEE(-0•NG CONTRACrOq
To: Office File From: Mark Weeger
Fax #: 5364854 Fax #:
Company: Weeger Bros., Inc: Tel #:
Subject: Tile Installation I —d
Sent: 8/16/2006 at 2:34:50 PM Pages: 1 (including cover) . .
MESSAGE:
Patti,
The water test has been completed and approved. This is to confirm that you will begin installation of
ceramic tile on Thursday the 17th and continue until completion.
Thank You,
Mark T. Weeger
VInFax PRO cover Page
i1111111 BROSE INC.
GENEPU BWLDI GI FHGIWFR .CONTMCTO
January 19, 2007
Marcus Puglisi
City of Newport Beach .
P.O. Box 1768
Newport Beach, CA 92658
Re: Delay Claim Revised
Corona del Mar State Beach Improvements; Contract #3461
Dear Marcus,
Via Fax
US Mail
As requested on January 17, 2006 Weeger Bros., Inc. has reviewed all costs associated with the
delay claim and has provided backup and explanation for each of the items. Some rates and or
weeks have changed based on the removal of Temporary Facilities. The Revised Delay Claim is
$224,601.30.
A.I Office Trailer
(a) Office Trailer provided by Mobile Mini was onsite through July 27'h, 2006 at a rate of
$369.47 per month (or $92.37 per week). Billable for 11 weeks of the delay period.
(b) Parking Attendant trailer provided by Southwest Mobile Storage was onsite through
September 08, 2006 at a rate of $192.07 per month (or $48.02 per week). Billable
for 17 weeks of the delay period.
A.2 Power
Temporary power was provided from October 18, 2005 through July 19, 2006 with bills totaling
$798.35 for this period (9 months or $22.18 per week). Billable for 10 weeks of the delay
period.
A.3 Water
Water meter was billed at flat rate of $8.00 per month or $2.00 per week. Meter was onsite until
October 5, 2006. Billable for entire 20 week delay period.
A.4 Site Telephone
a. Temporary phones were provided from October 4, 2005 through July 24, 2006. Total
phone bills for this period were $2,185.61 divided by the total weeks (42 weeks),
which equals $52.04 per week. Billable for 6 weeks of the delay period.
b. Cellular phone service was used after July 24ih. Superintendents cellular service from
Jply 24, 2006 through September 29, 2006 is being billed at the flat monthly rate of
$57.66 for the remaining 14 weeks of the delay claim.
2124 MAIN STREET SUITE 146, HUNTINGTON BEACH, CA 92648 -6443 (714) 536 -3854 FAX (714) 5364854
. ',STATE LICENSE NO. 417715A. B. C5, C8, C12
A.5 Temporary Power Poles — Monthly rate for power poles was $282.31 (or $70.58 per
week). Power poles were removed on August 3, 2006. Billable for 12 weeks of the delay claim.
A.6 Temporary Fence — Fence was onsite from September 9, 2005 through September 8,
2006. Total costs incurred during this 52 week period was $8,748.26 or $168.24 per week.
Billable for 20 weeks of the delay claim.
A.7 Temporary Toilets — Temporary toilets were provided onsite until August 3, 2006. Due
to the increase of toilets in the delay period we used the total bills for temporary toilets from May
4, 2006 through August 23, 2006 that totaled $8,289.18 for a total of 16 weeks. ($518.07 per
week). Billable for 12 weeks of the delay claim.
A.8 Refuse Service — Refuse service was provided on site from August 26, 2005 through
August 8, 2006 with total bills of $4,526.40 for a total of 50 weeks (or $90.53 per week).
Billable for 14 weeks of the delay claim.
A.9 Storage Trailers — Storage trailers are owned by Weeger Bros., Inc. and were on site until
August 4, 2006 and are billed at a rate of $46.25 each per week. Billable for 12 weeks of the
delay claim.
A.10 C.O.C. Insurance —Total annual costs for this project is $9,310.00 or $179.04 per week.
Billable for 20 weeks of the delay claim.
B. Supervision — Actual weekly rate of $2,308.43 is broken down on attached sheet.
C. Annual Overhead was figure using our June 30, 2006 Financial Statements for "Total
General and Administrative Expenses" that was then doubled to reflect annual overhead. See
attached. Billings are as approved by the City for the time period of the delay as stated.
If you have additional question please contact me.
Sincerel,
7M4/kT.'Wceg
nt
Encl.
DELAY COSTS TO GENERAL CONTRACTOR USING EICHLEAY METHOD
Costs associated wilt) these delays are as follows.
A. TEMPORARY FACILITIES
Weeger Bros.. Inc. has incurred costs to maintain temporary facilities at the jobsite for various durations
during the 141 day (20 week) period identified herein. Costs are as follows:
1a
Office Trailer
1b
Parking Booth
2
Power
3
Water
4a
Temporary Site Phone
4b
Cellular Phone
5
Temp Power Poles
6
Temp. Fence
7
Temp. Toilets
8
Temporary Refuse
9
Storage Trailers
10
COC Insurance
17
TOTAL
B. SITE SUPERVISION
1 Project Superintendent
2 Project Manager
TOTAL
Weekly Amt
# of Weeks
Total
$9237
x
11
$1,016.07
$4802
x
17
$816.34
$22.18
x
10
$221.80
$2.00
x
20
$40.00
$52.04
x
6
$312.24
$57.66
x
14
$807.24
$70.58
x
12
$846.96
$168.24
x
20
$3,364.80
$518.07
x
12
$6,216.84
$90.53
x
14
$1,267.42
$92.50
x
12
$1,110.00
$179.04
x
20
$3,580.80
$19,600.51
$2,308.43 x 20 $46,168.60
$0.00 x $0.00
$46,168.60
C. HOME OFFICE OVERHEAD
The delays noted in their claim caused Weeger Bros., Inc. to incur 141 days of extended home office
overhead as follows:
Weeger Bros., Inc. has utilized the EICHLEAY method, a widely accepted method of calculating daily
extended office overhead. The procedure and application is set forth below.
Project contract billings for the delay months (May through September) divided by total actual contract
billings for the delay months period equals a percentage which is multiplied by total overhead for the
delay months to achieve overhead allocable to this contract.
Annual Overhead $325,794.00
$1,525,937.40 Applicable O.H.
— - -- 100% . x $27,149.50 $27,149.50
$1,525,937.40
O.H. Allocable to Contract:
This claim is 141days
D. SUMMARY OF DAMAGES
A. Temporary Facilities
B. Site Supervision 'I
C. Home Office Overhead
Subtotal
15% Overhead & Profit
1% Bond Costs
Total Costs for This Claim
$27,149.50 = $904.98 per calendar day
141 x $904.981 $127,602.6-51
$19,600.51
$46,168.60
$127,602.65
$193,371.76
$29,005.76
$2,223.78
$224,601.30
A.1 (a) Office Trailer
Mobile Mini (Quotation Attached)
Office @ $307.50
LLW @ $35.40
Tax @ $26.57
Total = $369.47 per month
Chad Cuuguer lOmronmhl To Dawn Weeger Mahe's Inc Q+[Ww uc>ew-a+ Pr
��r�e�� s�wg,
/O® S ®� Mobile Mint
I / +���� 2660 N Locust Ave
_I Rialto. CA 92377
Quotation
Volcc(909)356-1690 Faxt(909)356 -0232
Web Slte:vhvw.moblleminLcOm
Printed On August 29, 2005
Quoted For: Shipping To:
Weeger Brothers Inc. Weeger Brothers file.
2124 Main St Sle 146 2124 Main St Sla 146
ffunlinglon Beach. CA 92648 USA. Nunfington Reach, CA 92648 USA
Attn: Dawn Alin: Dawn
Quoted By
Quote Date
F Quote For
Page p
Quote n
CHADG
8/2972005
12'x44' Office Trailer no R.R.
1
6861
Quantity
Description
Unit Price
Extended Price
100
17 X 44' Mobile Office per enclosed floor plan.
5307.50
�/ $307.50 ✓
partitioned with 3 office spaces. 114' prefir„ shed wood paneling
throughout T -gnd suspended ceiling wif oversized hearing 6 air
conditioning ducted Ihru ceiling Inferior security bars on windows and
entry lock security plate. Mobile Mini high security entry doors
ewalable.
Role Based on 1 year rental.
1.00
LLW Limited Liability Waiver
$35.00
ti $35.00
Orly 12% of rental rate. No deduclables on Containers arxt Steel
Offices, $1000 Deduc(able on Mobile Offices
2.00
Stairs (2 per office)
$0.00
s0.o0 ✓
10.00
Tiedowns Installed
55000
$500.00
10.00
Tiedcwns Removal
$20.00
$200.00
1.00
Delivery/Setup Consl Sel. Includes Delivery Io Sile and Block
$450. D0
$450.00
and Level. I
1.00
RetwM(nockdown Transportalion from Site and Knockdown
$45000
$450.00 ✓
1.00
Security Deposit Refundable Security Deposit
$200.00
$200.00
✓= Taxable Item
Ouofetion has 8 line items
NonTaxabfe SubTolel.
Taxable SubTotal_
$1,385.00
$757.50
7.75% Sales Tex $58.71
$2,201.21
Ouoles are valid for 30 days and are subject to the terms and concifiliens of the contract egreemerx.
IF IT IS SECURE.. IT )S A MOBILE MINI
CALL NOW TO RESERVE YOUR UNIT. tt
Sincerely,
Chad Gangues
800727- 8648031
A.1 (b) Parking Booth Trailer
Southwest Mobile Storage, Inc. (Quotation Attached)
Trailer @ $175.00
Sales Tax @ $13.57
Property Tax @ $3.50
Total = $192.07 per month
TO RYAN WEEGER BROS.... From Ro. 3oulhwest Mobile - LA 909 948 7748 3/29/2006 429:21 PM Page'
J, r �j� s Iota. Soa d lea //Goer& e. / KG. (800 )686.911
9551 Lucas Ranch Rd. Rancho Cucamonga, Calif. 91730 Fax:(909)948 -846
§9910011 _A RENTAL AGIMEMEINT Order Nun: 56069
SECTION O
LESSEE .(Rerew)_Conp ali n— ParinersHp— indviduai_,Olhu Enn4pment Identification:'Ectuipment' (one cortalner Per contract)
NAME. WEEGER BROS INC SIZE. 10 Eq.Type: OFFICE
Person placing order: Chassis a: 12M
Home phone: (714) 536 - 3854'— ---......._ ^_ -..M Container s --
Fax (714) 536 -4854 - . - — , .._'.--- -----
Movtng Blankets.
Billing Address' Padlock
2124 MAIN ST #146
HUNTINGTON BEACH, CA 92648
ALTERNATE CONTACT
Alt. Contact:
Conlred Dale:
Rental Term:
SECTION E
03/30106
2 MO
Home Phone: Dale of Delivery
Office Phone:
BASIC RENTAL RATE 5175.00
Address: - Late Payment or Dishonored check charges:
City. - Delivery Charge:
SECTION 81 - Return Cherge- MlNmum:
Equipment Location:
Plus S per ono-way miles over
On•sae Time allowance
3001 OCEAN BL
-- ~ E
CORONA DEL MAR, CA Extra Time w Stand-by d>srge:
Contact: RYAN 714.493.3643 Loss Value of Conteinei/Equiprnet:
Job-Site Phone a: (941 �^ IN(TIAL PAYMENT /CHAP
Lessee P.O. #: BASIC RENTAL RATE
Minimum crest information required before delivery
Business Name: WEEGER BROS INC
Person placing order: 1 - -�_� - -- --..
Title Phone a: (714) 536 -3854
Address: 'I '
2124 MAIN 9T. 9146
HUNTINGTON BEACH, CA 92648
SSAN: OR T.I.N. 0 - - --
Bartdng References: BaAk'.
Branch Address: ,I • i . --
Cordad: Phone:
Lessor requtres five (5) woddng days notice fora Pickup date
i. •
Vi
per 28 days
s -
$165.00
------.$M.00
mks
30 mines
$ 90.00 per low
$ 3 000.00
Padlock
Damage Waiver
Minimum delivery charge:
Return charge:
Addhonal charges:
Saks tax @ 7.75% Tex amount:
—Z` —Duty: Orange
$175.00
$0.00
$165.00
$165.0c
$39.1f
Property Tex: 0 2% 515(
TOTAL F $547.6:
MAXIMUM ALLOWABLE CONTENTS WEIGHT 8 VALUE
I Oft = 4,0001bs42.500 max. 4011 - 19,0006$/55,000 max.
20ff = 6,000t)s43,000 max. 459 a 15,00Ms46,000 max.
248 - 6.O SIS4 000 max.
A.2 Power
Southern California Edison
12/01/05 - $79.68
12/18/05 - $58.19
01/17/06 - $42.57
02/15/06 - $82.39
03/17/06 - $125.45
04/15/06 - $102.61
05/16/06 - $86.90
06/15/06 - $70.79
07/15/06 - $116.38
07/22/06 - $34.41
Total - $798.35
J CUIbV/�r .O M1.O�Aweew. UMrr�.a0r
Cost~ wal Swvlee Address Data out erepwea
VOICES BROTHERS Inc my 22. no
,7001 OCEAN BLVD Tee
NPORTSCH CA 92SSt
Barnes Acmwrt attesting Ouse" Rate snrEMe
3.026- 7597.99 Grcol Od•I
Billing summary
aw Cuasamr Accw�l Numwr
2.27- {SS -cK1
2•YV Cm�o.n.r 5 «v.ca
I (tool 990-1761
Amount Of p *Vit%f Statement 07/1806
E 116 36
IMr site Service Adew Dale Bill 1rep.r•d
CWb r
Previous Charges Due Immediately
Cumnt Charges
6
• 34 41
116.38
Current Charges Out W10n76
1
34.41
Your Total Balance Due
6
150.79
Your current energy usage
Male, Number Foam To usage
ACTUAL READ
501-9 42265 1@44.' a 1sajiN N 156 kWh
usage Compo il This Year UM Year — 2 Y.&,. Ago
KYOpJaskol used
3N.11 b ka
Numbw pd days a CM ✓Yl. C—H&I.
Avrage usage W day $1.2e
Did you know...
THIS IS YOUR CLOSING STATEMENT
Late PaYlnant Charge Rllmmdec
A late payment cnarge of 09% will be applied to the total unpaid balance on your account
if full payment n nde received by the due date w Inn bill.
IMPORTANT NOTICE
Thn monm. SCE begins processing your check electronically. Funds maybe withdrawn from
yoor account as soon as the Hove day we receive your check You will not receive your
C hack back hem your financial insnttio ki but the transaction will appear mI your
acwemeM It you do not well b parnclpata in this program. please "it IM SOD number
on the front d your bill .5
'JUL' 2 4
ll <cGER BnOS., u;;,,
Plerp 01I✓n ru0 Mbw and r.Mn wlq ysw ......
urrent Lharges . - -- 8 36.61
wm C.ww few c.^
nEDISDN
u. u
w.mn
IMr site Service Adew Dale Bill 1rep.r•d
CWb r
ps menl nnivW 0ViOM - Thank
w6EGER BROTHERS IND .kk/ 1g. 7021
0.00
2001 OCEAN BLVD T9e No" Wtr 0.e1d on r •Bout
•
NepR16CH CA 91951 A" la.
L272
se'tce Account Rn.un, Outage Rata SNWM.
0 -7787 i
3- 026-7592-99 Croup A01S .:8-•
6 0.64
Billing summary
Amount of Previous Statemant DN1S06
E 70. 79
ps menl nnivW 0ViOM - Thank
• (10.791
0.00
13. Bogard Current Charges
•
a its 74
Current Charges
6 0.64
tale mt Ch
•
116.36
Current Amount D"09/03M
Your Total Balance Due
sit
'JUL 17 M6
Your current Energy usage
we
Number,
Meter Numb
To
PCTUPL READ.-
64At.104
soa-9 {22as ea•••
ern•n•
awl
499 kWh
Usage Companwn
1 N.Y.— Law Yew —
2 Y•r• Apo
N�bwallIgKIkW111 Peed
aN'16
cw«wl.
Numpr w date
avr.p. us+e INN say
ia.•a Yeeeeie
saw.
Did you know...
Late Payment Charge Reminder..
A late payment charge of 0.9 . will be applied so Ire Ideal unpaid DSlanco g your acooanl
it full payment Is M receWed by the due data on this Dill.
IMPORTANT NOTICE...
Neat month. SCE will begin processing your checks eleclm lcalh Funds may be withdrawn
from your account a. soon as ITS same day we raceiva your cMCk You will not receive your
check Back Iron your financial Inslnut on, but the transaction will appear on Your
sist.menl. If you do not want w participate in Inis program, pleas* call the ago number
pn the front of your bill
rrr'rr P1.1u 011w Hub "I. -"tf nlwn dm y.o, O.Vnio"
-. . -.. . _________•__ -__
_
Iciw' IaN,a,
IEDISOIY
86.90
.o a.
ferment retfi 05131101 - Thank you $
C.Q. And•8rv,ca Address,
Dale &U hawed
Balance Before Currem charges
WEECER BROTHERS INC
Jur 13. 2001
0'ou. Cualaw Accaml Numpw
70.79
3001 OCEAN BLun TII
Nall Maw Read on w abwl
I 2 -27- 445.4461
70.79
NIORT9CN CA 92051
Jul, 16, 2006
70.79
74hr. CYYV„er SwvKe
Service A,iaxai Rotating Outage
Rate SM,aade
74N. CustoAw Srnu
I
3- 02-7593.99 Gall NO $
Samcs ALtOunt 0.aaonp War Rele srhasil,
1 (100) 990 -7789
3.02 6-7393 -99 Gaup Ap13
GS•1 RELEI-A s-:,
Billing summary
IJpN 16 %'t
Amount of PrIll Statement OSYt8708 tY_EGER BRCS_ W^C
86.90
�w:ms
ferment retfi 05131101 - Thank you $
(06.90)416.907
+Lail +�
Balance Before Currem charges
a
0.00
Currant C"19.1 6
70.79
May it 7000
Carrent Charges 0" 07NSY00
1
70.79
Your Total Balance out
0
70.79
Your current energy usage
MMar Numaer From To Usage
ACTUAL DEAD
508-962245 14119.1 1411.1.1
17.1 15x9 359 kW
Usa9a Como »son Tnn vaar __ Law Yew — 2 Yews Ago
Nilprwl+qur Ikirah aced SIAM as He
Slumber of aye 33 cearereela ce.aareala
Average usage per day 11.75 Yea. veeaa
Did you know
Late payment Charge Remmdw
A late payment charge of 0 9% will be applied 10 ins 10181 unpaid balance on your account
If full paYment n not rec4ved by tat dill data on this bill.
REMINDER
This Year the price you pay for electricity has increased That means you will pay more
this yaar for the Same amount as lung The beet ." W minimize the Impact On your
GNOMIC bill Is No reduce your usage To find Out how SCE can help you save energy
and save money, vlat www sta. cOmhateupdals
Detail of current charges: 570.79
we provide two we" to look at your current cnarges
�, By usage:
Bnlmp ranod - 051+1"01 Io WIlM 111 days I - W AN'Sumnwr Season _
- phase detach slue berow and rerwn riIA your NY^wnr -
JEDISON
a 102.61
�w:ms
(102.61)
.arm`iaoR'"...
+Lail +�
Current Charges
Custaew and SeMU Address
Due 001 rrepar W
a 06.90
WEEDER BROTHERS INC
May it 7000
W Custanr, Aceant somber,
3001 OCEAN BLVD Tr
Neal Mader Read on be about
2.27.635 -4461
NPORTSCHG 0705E
June la. 2006
74hr. CYYV„er SwvKe
Service A,iaxai Rotating Outage
Rate SM,aade
1 (000) 990-7798
3- 02-7593.99 Gall NO $
05.1
Billing Summary
Amount of Rravlous Statement WISH
a 102.61
Payment noconned 05104M - Thank
(102.61)
Balance Before Current Charon
a 0.00
Current Charges
a 06.91
Curnnt Charges Due OSIOSAO
a 06.90
Your Total Balance, Due
a 96.90
Your current energy usage
sells, Number Iron To Usage
ACTUAL READ
308 - 962295 .114,04 Waves
n6SS 613110 ka�y.jy' ��90}}��5�r39S�ykkew
Usage Canpwison %eYew— La3191 NG1wClJ wAOo
Number its" 11,10104 Need M.96 Ce.wu.wee CwwYl6
Avwage u6age W ay ..1, MAY 1 7 ^:Eu....
Did you know...
Late Payment Charge Reminder_ WEEGER BROS.. 04C.
A late payment charge of 0 9% will be applied to the Mal unpaid balance m your account
it Nil payment is not received by the due date on this Will
REMINDER -
This Year me price you pay for electricity has increased. That means. you will pay more
this Year for the same amount of energy The best way to minlmiZe the Impact or1 your
e19MIC all If 10 reduce your usage To Ono out bow SCE can help You saw energy
and Save money, vlan www.ace rpm /ntwpdaN
PA.— afaN slue Mlow surd Alum, rat yol. peymaN -
J EDISON
Cu,taw and l.MO. Addres.
Du. Yip heberad
WEEDER YROT1Eft61NC
AP" 15 7001
3001 OCFAN aLVD Tye
"A Meter Be" M o about
NFORTSCN CO 92606
hey 15. 2006
larr'e. AKOwI Ra,up Oulag. ReM1 3chedNe
J•0260l4J -44 Group Woo 05.1
Billing summary
^mount of p symVe SlaFemint 03,17106
your Cuslaner Aa w Number
Custanr and d.rwos Address
Date apt Prepared
Mel. Nwnber iron T.
2 -27- 675.4461
WEEGER BROTNERd INC
Y:w�EOSON
H
w Du.loresl AG[ant Numbr
..o.
your Cuslaner Aa w Number
Custanr and d.rwos Address
Date apt Prepared
Mel. Nwnber iron T.
2 -27- 675.4461
WEEGER BROTNERd INC
Yaron 17. 2006
H
w Du.loresl AG[ant Numbr
I 2auv Cu,l Iyrw. Srwc.
6
3001 OCEAN BLVD m
M.q Water Rwd PrI a ,Owt
2 -27 -6=
1 (500) 990.77Ed
(I�tt�wer' TIk.Yw�
uNd
N1,ORT9CN CA 92656
Aril 14, 20061"40
E yI
24- Gamma S.rvk.
125.43
p
Servo. Ar4wn Raadro Outside
..N�(`
Rate S�S1ILC
1 (000) 990 -7761
!a
3.026- 7593 -99 cr,w
Gs-I ?NE
Your Current energy usage
LAI. PAYment Charge Reminder
MAR 2 ()
Met. Number Fan
A 125.45
-_ ____._._......�..,�..y.a A 0.00
Current Charon , 102.61
Cotherf Chart's vote CSub00 a 102.61
Your Total Balance Due
6 102.6
Your current energy usage
6 62.39
Mel. Nwnber iron T.
Payment fecewed 03,07106 - Thank you
ACTWL OEAO
llsap.
306.962245 gyLres prlvw
6
0.02
nf31 gal6
6GG kVN
(I�tt�wer' TIk.Yw�
uNd
N.I�w
3 y, Ago
NNmLwr pllrr.WTI
4N.46
125.43
p
4rw ..age qr day
!1
re�w:resesle
c...r.e1.
!a
.era.
Did you know...
Your Current energy usage
LAI. PAYment Charge Reminder
Met. Number Fan
_
A late payment charge or 0.9 . will GO apPbed to me total unpaid balance on
-1 NO payment 1, not
Your account
recewed by the due Oate on Imo bill.
ACTUAL READ
GLvG. our ��
APR 17 2^,
WEEGER BROS., g;C
. . . .... d.4NW0 0eloNll0 ^tan .M you PAY/esa •
1111. _1_11__1.... e_..... _1111.....__. _1111 .............
Billing summary YlEEGER SROB •g`�'
Amount Of Preymus Statement 0211SAS
6 62.39
Payment fecewed 03,07106 - Thank you
0 (82.57)
PreYlous Charges Due Immediately
6
0.02
Currant Charges
6 125.93
Curfent Charges Due 04105106
a
125.43
Your Total Balance Due
6
12.5.451
Your Current energy usage
Met. Number Fan
To
Us"
ACTUAL READ
306. 962245 VI31.6
111.1
4N11
602 kWh
( Usage D9f11pariKm
This ow
lJN Yea �—
l Y.Y4 Ago
Klawanapa (kwhl u.ed
.12.a.
es
Na
i Number weir"
f1
C.wesl.
c.w.wl.
( Average usage per, day
ss.af
u4.ew
u..,.
i Did you know.. .
Late Payment Charge Reminder-
A late Pennant charge of 0 9% will be applied m the total unpaid baance on your Account
It full payment I4 not rec.Iyed by the due dab On Nis WIL
GET UP TO 130:..
I Time to get nd Of that old working rohtgerstor or free2eY1 SCE will pick R up IDr free
A
nd pay you $50 k1. a hearer and 575 for a refrigerator Fast money now and up m $250
I in annual energy sauln0s! Call 1100)13F9722 or wan us at www.ace.mm /pickup.
Terms and conditions apply.
i
I -
t
m«er.I 1111_...
PA, I"Wll fled O.lO. srW r.Nfn.411 puymenl-
__..... ... ................... ............................... ....
JEDISOn .a f y waaa�u ^Maw°D'
Cata+W and S«Yin AddrW Dow Bill Prepared
WEECER BROTHERS INC Fob 15. 200.
=1 OCEAN BLVD Tee NYt W W 0.Ae0 on a .ban
KmarreCH G 9765E sear - 14, 2004
5w.[a Ac , RaanW Qna9a Rate SCNed+dA
3. 026. 7393.99 Gouge u00s GS-4
Billing SmmRary
Amount of ProV.Vis 5tatemen1 01 /17116
i
oW CYNOrr+r ACCOVnt NW^W
2 -17- 03.4461
tax. CYalonr SrVice
1 (100) 990.7781
42
Current let a 6x.39
CumIn Charges Due 0LD6/06
Your Total Balance Due
Yoe current energy usage
°a'oo
TO
Mats, N`Vmnar
payment received 12/29/05 • Thank V
106-9`2345 l lives eSgU06
S34 kWh
61176 0146.
TINA Yaw
2 YaNF Ago
Vup. Ca^°anNMIV4W aa4.ee
Caaaanaela Cs ✓Yl•
NkmOer of As" 1..5
Yaw YYN
AVrage Neaga tar day
04l 1N1
Did you know...
FAO 14, 2006
Lela payment Charge Remindr...
a,g of 00 to the e n Y " °wd palanc• on your accdum
INS
I MI by ewpu.i.
to irheaae
°assyme,:
3- 020-7593 -99 Wage 61009
IMPORTANT RATE INFORMATION
that yo. pay for 1I1Clnc
s•rvlce. Fa
This pill r ftoas an Increase In the rate
aAC ogee that Gn help yoY
Wig
savRE
information W SCE energy programs
ti.�
on 10 were act comlrawupdale
FEB 16 210106
WEEGER BROS., INC.
. pgaw dArlfA aNal alelpr and rrwn won Yde• pgnwnt
_._.. -11111 37+6'011111 ......... ....... ......
urrent ges - - ! 92.39
�EDISCIN
0 56.19
rpsO1O�"a."aao,n.�r.assun
payment received 12/29/05 • Thank V
a (S8,19)
CwHarri r And 16151[6 Adber
Dole ale Apared
a
WEEGER BROTHERS INC
Jan 17. 2000
O+W YnWI
CYN2m-
2001 Oct" BLVD Te9
Hen MAW Bead
04l 1N1
NIORTaCH G NE56
FAO 14, 2006
2aJV. Cu.tanr 5ww
ServoA 4 RaaWlg Outage
to irheaae
1 (100) 990 -7711
3- 020-7593 -99 Wage 61009
GS•1
Boling summary
Amount 01 Previous Stale-e111 12/16105
0 56.19
payment received 12/29/05 • Thank V
a (S8,19)
Balance Before Cumin Charge
a
0.00
CUrrim Charges
42.57
Cumin Charges Out 02/00/06
a
42.57
Your Total Balance Due
1
42.57
Your eurremt energy Usage
motor Number From To Ueps
ACTUAL READ
SOB -9 `2245 11115.1 .111.11
Iµ. .1011 229 kWh
usage companw+ TN. Year Lasr Year — 1 Yon Apo
IlOOwsnaw INNh) Yee. 221.61 w w
Number 01 care la cry +l. <w.rYt.
AWrpa Wage W 4" 7.11 Ytep. Yaw
Did you know...
Late Payment Charge Remind¢..
A Isla payment charge or 0.2% will be applied 10 the $0401 unpaid patence W your account
11 full payment H Nice rec *wed by the due date on this pill
VOLUNTARY RENEWABLE ENERGY CONTRIBUTIONS_.
California air Quality can use your help. 504 the encbeed InsM for Information about
the Voluntary Renewable Contribution Program.
IMPORTANT RATE INFORMATION_.
This bill reflect, an Increase In the rate Nat you pay $or •1610111[ RaMce. For
Information on SCE energy programs and lips that an help you caw ene and money. fog
on to eww.sce c ?M*uPdale. RECEIVED
JAN 18 20oe
WEEGER BRIX, INC.
n. -ara� rr ..PlawdraM anal Below a-it rrvN.aA low MrmwN-
TruataTranatorAmaunl
urrem es 9 62.37
I
�EDISON "aro. taoot
.w em.
.ot�ta. a"e'"eiw.0
a. F.mc`
we
Cwtonw, end Agrees AMR*"
oat. Beal hepered
WEEDER BROTHERS INC
WEEDER BROTHERS INC
Dec is. 7005
You Cualome, AsTAINr, Number
3001 OCEAN BLw TM
Nut uew Reed on r about
2- 27- ias•4461
NPORRCH CA alma
J. 16, x006
Current Charon a
SB. w
24... C.N. ServHe
741v Cuatmw Service
Service ACb9unt JURSON Ouatia
Rata SdeOWe
1 (900) 990 -7784
3.026. 7593 -99 Group u009
GS•t
Billing summary
JEDIS0IY 'mc'R'ta°emc°"Oaooi
"wm
wmm a,neN
ClRtonw and A,rvioe Addrw,
Date Bill "sowed
WEEDER BROTHERS INC
0. 111, 7003
ou Cwlom. Axomt Nunes
3001 OCEAN SLVU TIP
"at Met. Read m a about
x- x7.635-4-3
NPORTBCH CA Mile
Dec IS, 7005
Your Total
Current Charon a
SB. w
24... C.N. ServHe
servica Aaant ANSI, Outage
R.I. SclwdMe
� 1 ( 8001 999 -7794
7. 026 - 7592 -99 Group MOW
GS-1
Billing summary
Amount Of PrevidU$ Statement IV01105 a
79.68
wmm a,neN
Payment mcs,ved IV15105 • Thank You 1
(79.68)
Curte
Balance BOA)m Current Charges ]e
a
0.00
Your Total
Current Charon a
SB. w
Cumnt Charges Due OV0a104 .1 Q J; �,•
a
54.19
Your Total Balance Due' ` a sa.191
Due
79.
Your Current energy usage I
Motor NumOr Fran TO Uspe
ACTUAL READ
308.9 xx S 161was IIyM ^•
Your Current energy usage Basta 841444
Mel. Numbw Frrn To van.
ACTUAL READ Nugge t TI used This i
308•962245 unsns arses Avampedusq W day l6R
1,44 tetra 310 kYh
Uspe COmplrr m This Yew � LAtt Yer Yews Ago
Nilow.ntnarr ltWhl uW Sra.1a Y 2 Its
N.mDa a de, Sa Cere t. cawoor 1.
Avip ps u,ye W ny 12.6, uses. usage
Did you know...
WELCOME TO SOUTHERN CALIFORNIA EDISON
In the loos at IM lop right hand comer of this pilling statement you will
And your CUSTOMER ACCOUNT NUMBER. When paying Your bill. plea" write
this number on your Check Of money order Please role that you also have a separate
SERVICE ACCOUNT NUMBER This number identifies the tpeObt location being Served. In
addition. 010060 Mks a minute to read the back Of this bill low more Important
Information about your billing and service.
We value You 91 a Customer and appreciate IM opportunity to serve yes.
Late Payment Charge Reminder .
A late Payment charge of 0.9% will be applied to the total unpaid balance on Your account
if Nit payment Is nzt 9cetved by trip 46U dais on not bill
IMPORTANT RATE INFORMATION
Due to the rising one" of natural gas you may see rates increase on your next bill.
Then are Steps your Company Can Is" now to help conserve energy and save m_ vey, For
more Information on SCE energy programs and money-saving lips, log onto
www VCe cOm/re1eu900le.
.." deraM Wb below ate mute. rim your p,ymenf
Did you know.
444 kkh
Wt Year — 7Yeanr
NO
cerr.,le Ceaer.
use. uw.
WELCOME TO SOUTHERN CALIFORNIA EDISON
In the bon at the top right nand corer of this billing statement you will
And your CUSTOMER ACCOUNT NUMBER. Wren paying your bill, please write
MM number on your check or moray order Please nee that you also have a separate
SERVICE ACCOUNT NUMBER. This number Identifies the sbeclf c location being served. In
sddilk n, please take a minute to read Ins back of this bill for more important
Informaton about your billing and service.
We value you as a customer and appreciate the opportunity to serve you.
Lab Payment Charge Reminder... -
A late payment Charge Of 09% will W applied to the total unpaid balance 0m your account
II full payment It not received by Ing due data on this bill.
WE HAVE BILLED YOUR ACCOUNT
We apologize far the delay in billing your account. This statement nnecta
both delayed and current billing periods If you nave questions resettling
this statement. r would LM 10 mare payment arrangements on 1ng total, please Contact
us at the number kYated at the top of this bill.
Pleas d.'W ,ND aloe ate reran rah your wvrMnt - '
uRent arQeS
111 79.64
A.3 Water Meter
Billed at flat rate of $8.00 per month
�IWI•(J.rl
O�i
l
MUNICIPAL SE"IfICES STATEMENT
City u Newport Beach WFFC3f 13 Hf70S INC I ACCOUNT NC.: 9000875 -00� _ I
Revenue Dmsan _ _
P o. Box 1935 NB ID: 2'1-7813 NOTICE DATE: 07/18/2006 DUE DATE: 08/10/2006
NmWl Beach. CA 92( t�35 __J_.___. __ —_ __ _. -_ -- _.. -_�_ __ ,
Telephone and internet systems provide 24 hour /7 day access. Visit the
City web site at www.city.newport- beacti.ca.us and click on On -line
Services. Call 949 -718 -1999 to make a phone payment. See reverse side.
Location / Meter
Service
Description ! Reading
Service Period
Quantity
, Rate
EXTENDED
3001 OCEAN B
VD
$- 733.00
WATERSVC
Water, Service Hydrant Mtr
06/16 -07/18
1
$ 8.00
$ 8.00
i
I
�I \j
RE
r04�
1: ?
r J
�
i
nl
GER�RDS..�1•
i
PREVIOUS BALANCE PAYMENTS/ CREDITS
CURRENT CHARGES
PENALTIES /,INTEREST-
TOTAL AMOUNT DUE
$- 741.00
$8.00
$- 733.00
RETURN Ties PORTION WRN YOUR PATIENT
f-LPp PLEASE REVIEW THE BACK
na provide / update the e-mall address nd THIS FOR
phone n � r l NY may wr la d you abwA IMPORTANT NW OR LUTI6N
problems.
J
f�l /fOfT.�
Phone: 714.536 -3854
E -malt:
#BWNKJHD 13241
#/AC9000875003#
1111111, 111111111111111111111111111111111111111111111111111111
WEEGER BROS INC
2124 MAIN ST STE 146
HUNTINGTON BEACH CA 92648 -6433
AC
900087500
ABFar I
ACCOUNT NO.
9000875 -00
NB ID
227813
NOTICE DATE
07/18/2006
DUE DATE.
08/10/2006
AMOUNT DUE
$- 733.00
PLEASE MAKE CHECKS PAYABLE TO:
CITY OF NEWPORT BEACH
PO BOX 1935 1 1
NEWPORT BEjkCH CA 92658 -0935
1111111111111111111111111111111 ` 111'111111111111111111111111111
-73300
A.4 Telephone
Temporary Phones provided by AT &T (Formerly SBC)
10/28/05 - $1,072.05
11/28/05 - $167.07
12/28/05 - $106.13
01/28/06 - $98.61
02/28/06 - $100.53
03/28/06 - $116.09
04/28/06 - $119.48
05/28/06 - $128.28
06/28/06 - $170.37
08/01/06 - $89.38
08/31/06 - $17.62
Total - $2,185.61
Cellular Service
Monthly Charge - $51.99
Federal 1.44% - $0.75
State 0.11% - $0.06
911 Tax 0.65% - $0.34
Univ Lifeline 1.29% - $0.67
Tele Fund 0.13% - $0.07
CA Relay Service 0.27% - $0.14
CA High Part B 2% - $1.04
City Utility 5 %- $2.60
Total - S57.66 per month
aW
Monthly Statement
rye...... u . ro..r
p +.bt..e f.n Tlw
Toul Amoum Due $89.38
C tv. .l (>r dr. t R. m
ff A Bu
�w 4+
plw W B.r.ltw
Wora2as
AT&T lay Dl..rs
I WOra2255
TWW Clm,Kn Ch""
"Mall"'HI p.l. IAI
>INrx14111t IN AK.rmrO.r M•Itmlfat
XY4HXI1XKxUWKD nDy Dw ly lAi
Iva IX. +tt.<om
pNH
1 11.01
• CLLLI114 U.BD mONQ
111
• 01R[IOR, ASPf1Al6 - • AlA1 IA u40 x001xD
• BU4MSS UrUNifO
Sw 11.w. Yy Ca 4.' I..Ww /.+mu.ri
09.30
REGEI✓FD
AVG 10 2X5
"eCER BROS.. It:-
ewatlr�IxYDt.
Ym. Al'.
UrpnrMlKm1
n.psu
OrM w I>IDID
IImC+r
I
Q. �
54ft 9�N
A
_
I.w Any lr.rN cMnA,
ISI..DF WIA. r. n /rN.N.
.r n Im. w B.rm tam. AI a PEN
9Q_
IW.W SOW,
I. If .lust 11 Nui
t pAl. Aril.
I c1
1x.
frrAl4.rrSr.p.fN
12 u
Onr Olrp.
Oyrww.Wa
Total Amount Du+
$17.62
tlE Dlt=W
Dnlm un__
Rini
taMa. D.r.rw1
.._
YIN•sH
IA4Mi, OY1.. w. tar a AIrrXA N
%
r. nraY x.. al AM JW a:mu
41t Wm
411 :%gl
2 W..r.1II.,.BN.r Sr.s.
I •.tu
1.xN
1 rl.r 1MN.aw W tTrM
I . H
tl
f {Nwr Uwrr Ew+n fr
I 11
iKl
1 ,r L.mymfr lnllM
a
:XS
tmY NSK®1
I txt
urlarrstm
tmt Mw
or+r w ta»
4anp.r
1OAA
N2
+m....�
Dui �!
E+�f.
1,Ar..Nr dra.r. f.t k
41b M u1.114.111.
JunA )xf e,v "I I .q Jr. M aS61
aw..wnO CO pp.
Mrr u.ww S.r.r. Va
a... pamlp
IN HY
my DAC—
AmO
DvmaA ar
p/y
EeM
Sr..cn Drr.waN -
-
tN
W.N.drN..wrBrunAA M
re Pw.u1 xan N S %,IC ¢ Y Is if flOW
it it .Hai
I W.v.E W'. Bunnaw.¢r
I I u
L
1.l.rr Sul.ui.rt W arA.
I J it
.2 Al
w
S INnr Uwaw fw.a. V..
I 11
.W
rmr r+uEWD
Ilia
A.... r....w.r.f cr.��.1.1 .. -w...y
VA... ayrwry..
NFin IR'• ✓f .y. Iri
t'I + .I...Xnwb. WSlm. Sa f
•,. vvec•uIt{m ul; bn•n pr. +yI'm
Gw.. I.. it tam
aW
Monthly Statement
SEP f 1 2`6
?CEC BROS.. I2
VwMw.�.�rn.r a..�u•..w... �.�. v...a b.. w..0 br..�.
Uim�L�KeTM_ 1�1BYN TO.rI
n.psu
hOWfIt�I1K ulml
fr
A
_
I.w Any lr.rN cMnA,
b1Ylf1._ _
9Q_
IW.W SOW,
I. If .lust 11 Nui
_
6101diD111I0r
12 u
Onr Olrp.
Total Amount Du+
$17.62
___..
.._
YIN•sH
%
41t Wm
411 :%gl
Cu..W ('m.rDN fh. Upon ANaq
INr.IN r CAM Nr
BEV*ED$INASBU
i...r.rl Nr r Im,
N
tmt Mw
411 Omr . n: Ilu :. An
41b M u1.114.111.
aw..wnO CO pp.
IN HY
N.N W Brwaw 1
OD
tN
Inc lS >IISS
it it .Hai
AT&T 1pnl d.uI
" OS
I 11.1 .ml. Z,I
".
f100>SO.:aS
Data a wul-w-
] I.It N11. ptu O MU1.up•
T.t.1 Cumam Ch.,g.
f>.aI
I ,.0 - -w SO WAo2A aI "'On
T
I:
,.I, 2tr M WAQA W m-fw
x
x
X.
I i•1, Nn tl.l YA w 122.71,
x
):
1. t.4 IaN 1DStII 71. liar,
x
T
l:
1 1.4 Im .Wlfua n.m- W
'1
q
1 bW 'IN. .gi114 4 n. Mull
1 r.W 'Nn no "AA"a' r1. I2 w
p r.N Im M..BA n. In- W
11. 1.W 12a. Mu .N4 '14 W-W
Y
' W
12 14 tau MY NAPA 1% =-w
Y
- x
1:
a. NO 10 l WA[YA w W -w
W
' x
11. t.a my 41p1A 4 w M -IW
x
. N
j.
IS 1.21 lop MAD..YI In N' 22p
Y
M I_N al. D11tl 4 M W13Sl
4
1 N
_ It r.N up VIN: . 4 "M lw
x
W
-
%IN411hmll, 411. N IWAIM. W
'} 11
tAAI Intl. bill W .I W 04
1: If
'
l.ul 4111 w W-W.fw
': A
41t. W 10.10-120
VwMw.�.�rn.r a..�u•..w... �.�. v...a b.. w..0 br..�.
aW
Monthly Statement
/ZIIrW xWb�4T TxriY 1 eKx
�1CL11S>•MM .AI
Total Am unt Due S 110.48
Anwor CW.FVOf NM It. }qi
Ou..tlen.i CAP 7.M
Plw.ni f.nla.
100 xe}xs
ATAT lr..1IN.Irs }
1 loo>fo}xs
Tn.1 C1pwa Cfv0.1
Se 11
110. {e
• MYEM OISDM.I[[I GIMF11r01p4T1DN
• UMYEASLL MRF OUI xAr xAi [xANGfO
• FANOI iN{xlfW
SN TNY. T.. i'r1114(Y .tart Y1r4aa1
I �. \w�.1Y✓1.rrA.V W.�ie..
MKlMs"Im"
hN Ir5
nNlrrin ntlN
IUMM1N1x NVUMl1 pW
YewY xwMr MWM Sal
1. A4M4prp..
1IR10Yl AO 1l lA
AT &T 1«1 ar.r4.
1tl far 1tt,00m
1M YY.YIrlr rrr.ld rNrt«WY.w r.xnd
RECEIVED
ea rsrlaPrT.
MAY 8 2XS
UYr.IrNti�l
WEEGER BRos., mc.
� .1wr. Ax ae.. Alwa
ierYr<. Fw a. aw r w.x..ai
__ IN.t1
1. A4M4prp..
121. 26F
AT &T 1«1 ar.r4.
aA
1M YY.YIrlr rrr.ld rNrt«WY.w r.xnd
ea rsrlaPrT.
170.37
UYr.IrNti�l
_
ow. F. arffiE
JVI }I, }Or
11�
rw4
DiNxt I♦♦[.
bam
UK
{
IAlrali Crin r.41.W .w
m
11r 11, 11Lxp. BAVx O.abalOEl
1 fwIPiCW E
t
Irrr 1A«.r S.r.x. r..
N
C4rtn W Nf11®
tYY arts 1Y MYbod
Orin IN.1�
..
1�
No 2faDeala 14nvr
..b..
DIIan Intl_
APIIi
IIIWi. DNIn Y. RrnN Iw
W 11.101Fw Biry Dn4 AYa MI
I 1r. atria , m
-m
IrYtl 1.i..•r f.... 1..
[Yrp. W fa W b
or.r b IIJ7>m
fF.rI..WMiaa
II..I
D U2
eron Bm
. _
AwM
Mtl
IMni++Ornvn Y. R1.W ..n
. 1.x Cs.x. I o)
m
rNnl Unwrr S.rw«rM
TN arts b Mi1
ira ANlx�Wd..p..YMMS. _
-.a
LAAAlyr
1«Y 4MI)w..IWa
u 14 411dY4 x. •...r..x. Ywd M fr rr.re.q 1. w..
Wr�n.t.Wpl..pa4 N ,Y1 r.mP.pmrpor.r «.an ..YV .rA
Ilw
w.M fY hwM}N.4. vwpr.W
I4. U11vall 4111
D, MUmt 1.?riCm
SiYlaWM1Y6M
CA_
w
CWF..MMr ml
f D.T f+M 111 - I
4 11
I E..r.q CO, 1 0 0
a
i•.1 V•4w Y.•NNM ANifi.y..NI
Vl M M1L{Y�.M4.N
DAGg �: '2, CG
wICH P:r.iq
:u. y..ynlNw
n.,1 pl<I Mll
aw
Monthly Statement
Ow.Ferai Cllr. tpip
f4moW Bs
__ IN.t1
1.Tmr11 F.m.1 }I Tbn1vW1
121. 26F
AT &T 1«1 ar.r4.
1100 ito}Iis
C.
170.37
Total Amount Due
_
ArrlWm 0'. m TO
JVI }I, }Or
Ow.Ferai Cllr. tpip
xl.w w 1{rp1s. I
11. N
110071i4ms
AT &T 1«1 ar.r4.
1100 ito}Iis
TNA CIIITNt O.T"
170.37
• MFVExJ D1iCMmFCI GMExIr0a.4T10N
• 4A1tG CODE OY[aAT [NaY M(nEW
Sw Tl.w Ts G Ur' 11.isp11 Ndd.ln
C•'ECK 11 25651
pM 'tl)
I «rN Mwr M
I.. a
yOw J. a 3d 5'I S
b3
pM 1V IFteom
REGcI dcv
'JUL: 12
iie�ll} Ynr« -.w a M M }I
I 4mNr 3 V M li q
i11rlY..
ww ctl11}w« I W a
_
II q 44(r.p. M1 i gtYnr Nr[. Ky0 Y:r 10•rt{Y � «Y.
IaP wy. nvin.ppr,.n.I V i4.y nri. w«.pn wr..v
M. P.4 F1�dMi 14.4. n 4w.W
IVn (liy�r«Y
Ib]M.
!ta, Dm4BlT2
t alAl
D.Mla
I n 4e. to
m
1 fwIPiCW E
t
4 0101 Cr. .:
N
41
tYY arts 1Y MYbod
..
OArpw What®
S De, u.
1 E41xy Cr.
,.
i Npn Cr4
Tar Q11..IY M'AICa
fF.rI..WMiaa
1 Dn tM4 M
a xyn[w I
TN arts b Mi1
let trr Cal. Z. I
b�ItrY
Ilw
SiYlaWM1Y6M
11.130 12. 10 as."
1
N
I}.4a IM µy(111 U IN W Ir1
Auklft n.
1
a.La I" iy[111 a 111 W -rya
1..4m 1441 i.Kip d 1I4 ip. Nil
/
If.411 10:2, µV4 1A n4 W -rya
0 n
a IAt 11W µV4 u 014 W.;w
0
11M rm 711181 d 1u M.ial
Y.4m W µµi4 d r1. W.IM
}
N M m'r µy14 a G4 W -IW
I 1
'f
14.1-0} lIF WI(11 a 114 Nr.aa
1
a.M 14n yxU. U m 102 am
I
}}. W In" 4144 4 n. a1 1M
1
a./•m W wl4 a 11. WRO
I
1411-0 UY µV4 a N W -IW
1
lT
a.M M1er uVl. a 114 M-W
I I
A
W. ia. "is 4 114 711.3001
I 1
a
rrlrY�rwY.I4.i11 fYVdrn� rpi AMw Y«A
rwwdr. rA�x4...
.r r.FIP"M�4llll. C'IECIC U 25261 11 1S.r.
:un 3� SII' -y
rv•II:IL:I. K.4 fM Wl
at &t
Monthly Statement
BBI -At-A -Dime
CI{m:n a .1,11/ TnW pyl N ,ICII
1°,,,1111111X1 . W
100 W
Total Amount Due $100.53
1wIwm 014mf1eW Mari}001
a✓1m11yl tln h.l
Mlw"llo 1 b.»
1,00» ms
S9C Loy Oiy111i 1 ».•r
1.0 »S1sss
TOW CNqed 100.31
MIA4ln asmnNfa Ul0Ee1M0ew110n
• 210 NEW Al \1
SM llwf Yw1 fK1 Uw• w.NOiVlwlswM
1�.fr1w14 W.�rwY...yMl.�..l..
111. WI _
Aal.y •IWr .9SOa1 S»
Ii1NY rwam
e..>r www..0�mm
RECEIVrp
MAR 13 2006
WEEOER EROS.. ,Nc
a.e11 s.11Nf •Iwnr.wn
I WMI aY1Y n.]]
l,iV
14m 1M S4w.1 .
M»
tar [.0.114.11 V!
--
Set l4y a.aro x
ll.+o
II pv wipcnb Y. R[.YY
Mw[. ✓Wa M CY hw ✓hp N W t
T0111 Currlet Cnngn
IK.I v.ry. <NT. Ydl.l`wl r.bM.y nYb.
w.KpF ✓`l's ucA
tn. M Ci Itlwbq Nw. n Kb ✓.0
Itw
C.11.1nfi
IMan.:
a
NL Gtl1c10C
�KM
\Fun
:1.
Cty.law Ntlml
X
] Ow w.
nl
Ip
In
1 Ci.
I
•
a
6a .0
l ry"
.
1
n
T" NSOn.
T" a.le W
1e
114111 wwl
>:
iai Ocala b M N 90n
] OM 401
»
1
n
/ [wq 411
0
I
m
1 My1 GN
I
I
a
tall nrlMb NSap
loll, ltl NY6W
e
IaY Isi (al 11w.a l V
D
f U
b1.1411.
ly
ly
Ted'i
!M v RfI C w
W Sie it nKCIM n1M
CN1 N1
Oe11wN
IMlll. a 1•r f
1
I.Ia IOW dd
a 1U aIW1
1 1
a
III
1.1•» INV 411111
u 1e
I ]
M
me IAUnI
m%
a ra a
0 1
A
11 1.31
Iw ..11E1
11 210,
-=
a To M -M
I 1
.n
.m
141.1.31 IW 41.9111
a rN l
1 1
.a
it 1.31 nD 1111n,
01 to 41 "U
1 I
11AA1 nu
=
a bl 416tH
I I
o
'a
MIIII
11.2411 "N
a 11I 26114
1 I
h
m
».NO tall
a nl nFM
1 1
h
171-111 »I1 "I,
a
1 1
h
"II
'.1412 I»1
WIV
fuI m
a ra
1 I
M
"IN
30 nX IA1l11
W-M
a 111131.1»0
0 1
Ot
».1412 Ile uKU
2V
a MI M•M.
1 1
u
31.1411 s.>• w.lu
a ru Nrin
1 1
m
a.T411
a ru a41N
1
m
ee
or "M
a 1141 M41e1
0
1 I
e
.Arllf
34 A ")I
a re l
1 1
01
3, 2A w aXa
» HI
-a fa »Fall
xtF
1 1
01
».2411 M t!/+u
a 111
I
01
2411 D", AI1111A
a la -M
1 1
1
K
u
».2.% IMa .a/lf
I"M?W
a 11114147
I
a
».Im eW .el.0
a nl 2'41111
I
1 I
K
var.. aNrrtlYf+
0
a t & t
11:41. f.e1ml
RECEIVED
AFR 8 2f;
ha Iif
AlnwA e�Mr 1n Y{041'1 f
I.efy Oi. v✓ Y Zf
waw www fbc cem
Monthly Statement W-HGER BROS. c:C
aKeayer •b -]]� fl.ib wwa.MY»b.1MD
�ilA101..y i}f t \.N .eul :tN. - WT11 aMP1 -- f: l:
Total Amount Due 5118.09
1wlwm Oww / ✓nM
API ». 100,
(IvMbn.) GII .41/41
14m 1M S4w.1 .
M»
ero +u.Ins
--
Set l4y a.aro x
ll.+o
1 84 )urns
Y u.ff. [n✓I.I.an .wYniX•wy> w. ui.: �. •..
✓�
T0111 Currlet Cnngn
116.09
fAA1Y1N1 a5C01MEC1 C1004aAtgN
• 41f Mona INf NEW wWAT AI \I
i..'IywlrW Cb Ua'IV .G6b. /.d >wIM
IKY.ere
--
II ry aM'IN b..aClnY MRI.Vf M
:i :>..: S .
Y u.ff. [n✓I.I.an .wYniX•wy> w. ui.: �. •..
✓�
o-'2 N Ci h.✓Mp NM.. u ip.'>J
yL GLPffi L]Otl
Sfa:L
a
1 0. clad t.M n•
:1.
I
X
1 1Ar1C1 n
•0
'1
IaY pvla w w N•I,OW
�.
twl.lI,
f :+lr 1
Ontad.
1
w
1 E.tlay:M
r nye W. f
>:
iai Ocala b M N 90n
c1Yp.wNeFfN
1 E.w✓q:IX
..
H NMIWI .
loll, ltl NY6W
tai .1:0. lvw' ✓i f.
..
b1.1411.
ly
!M v RfI C w
C.YIrw Nfl,afl
IMlll. a 1•r f
1
,M
11 IU tam will. u m mae0
0
11.0-02 :»V .elll u Minim
0 1
u L% 1%11 AWlll a nl
M w=
1
d
nu M !W
u hl W '
I
It. aU "1, a h.
I
It La U'. III a lu m Yl
JV "I, w "I
f
n 1.a 41w A u n. .11 i
$
Is! 1
'91.0 •I:n 1414, 0 IN 4'
"I,
1
21 Ill 21:1 .call a IN nFe%
w
I
n Fa %Ir aulu a DI /FM
0 '
» )il tall 14(:11 a 1:1 Nllf:
1 I
I
n 1.01 Ua I IA a 1.1 low I
Ir For Iy41. Dolt! U ✓1 III m' t
» FII :201 WIfA u r1. 111.1041E t
» F.r w W I'fll.,cl M W In?
Monthly Statement
w11GiG GnplyN .yn IMG
t�.l.wnt'1`(�Y ka...lNrl� M55{ept SN{
.w•w'x K.:.1W. «n n:l:�Dr D «1{1105
w..IM www.IEG.<Om
RECEIVED
JAN 16 2005
WEEGER BROS.. INC.
n
h.rwN BU UL02
!B.IAII I.I.NN D.I as.l�n
r.1Nw BIUi.I/ na+ rn.Nl Yd.l u2.Orw 1 aNl6rr I" n.0
(NrrM cNNVq t011.12
Total AmemN Dw $106.13
ArnwNfMntMN JM 11.]001
ar.u«Y>tt r.l.
lao rams
ffC LowI
lao rams
Total CunY11 CIIapN 106.15
• rRK111015CDIO.I[1 [AMOEP IIRDPWTIDx
W[A1 ixF 165'I \i \1
5M lM. iL CM IlY' b.aGTtl N(.Ylbl
Ir Cr.13.rlra
_
tSA -AI -A -1310
M NY N6gIMY I.YI�.I wrRG MYI M
CII fYY.rAp Nwvn
4ul wYN NI..IIIf •OV Inrwl YMM pN.N. Y..b .K.
KKY MN. <.YNI.NN wM rN..n1 •• ✓N.
MM CYI..YIyyw..I «tnNN
W 5y JOiYYY!/q 4W GO.LTM
TOUT Cunw+CNr90
l0• CNNMI
1[lv.M
Dl a[EDaa �AYItl
eL 95mec IkYR. l
1F�1
orlNrla plm.
t D.Ita, r.
,n
sr
1 [Nnw1 r«. l
o
a
l N/N Ci. f
M
4
IIII QY1..b 1.1 SN.C2M
�<
l N
lYM11rfY 1P1m
1r 13.x1.1 IY M St6@1
..
DE.wgC.N
,0
� a
{ h.e•M :II
a
r Ny14N o
e
a
it aIIIN w tB'01Rp
tp 1.[ICW QenNIwT
n
DIII llOa
1Y1eP.
1 D" M Co. W a
,N
1 I'
5 [Nr.n{Cr. 0
a
0 NyG C.M I
10 0
M
III gIYIa b M Satlp
1 '
I ■
III LxI C.Y IIs...Ira
"I V *12
11 12.p 0M WN11 U O.
f'1
1...102
I 1
O.Iha 1313 .wlil a 11. NfOm
M1I
4.0.13 IW WYU -G a. 011-402
1 q
W DM T. TIN.CMM Mr11r
[!I. V�
"
IV aNla
A 10 ,Na 00.13 G
a�I.11YM1Rml
n 1.0 IOW WIIWATJ M 1v.In
M
1 4
0.11.5 lar a 1N
0 1
.a
14lN a lu
13.11.5 Nuix M-M
f 1
.p
0.+1.5 w Mr.NN a MI M."
I
.p -
M 010
O.+2V IV .I.NO a III m.N12
m
5
0
.P
13.130 Wal. G IN
I 1
1
.a -
MT
M.110 w Waa, a n. w-171,
0 1
.a
w 1 M
1'111
e 1
I.
" Ifm MIe,2
0.110 MM Y.aa a It. w -.CO
mial.
0 I
N
11.1301011 alja a It. M-15a
0
.11
5.130 Im IIPa1 a N. po'nn
l 1 I
.v
0,00 %w a N. ex'sin
e I
.p
IV ov:I
5.110 1r d/IlaAla b
0 I
Y
US 00
5.13.13 1W 16I1a a r1. ar pa
D )
Y
N.O.0 m. W5a1 a nI m..os}
I I
a
0130 n" c0tta1 o V" WIN)
1 - 2
W
5.130 rm. Ia1D1 a N. an-=
I I
a
L.� I..Yr I.•'�.«IIL O�I.YaGYr� W
wlION I.I14N hp III
1'NY.NttO{1Y IAI:IY.NM "Mm 5111
�B� �B� �8�5 .ulnro+.IG.c.INram Ir.ID. �w5n1
y. www sEe eem
Monthly Statement
Total Amount Out $98.e1
..Nex•,D .. INx by 21671.16M
_
tSA -AI -A -1310
,,
m ISO 2M
59C L."0.NK.
KKY MN. <.YNI.NN wM rN..n1 •• ✓N.
Total Amount Out $98.e1
..Nex•,D .. INx by 21671.16M
IwvEN1 psc"icT • ' 01111000160,11014 ..
W21It13NEWAI \T CNaA
IBINCIUIIAW"All l
jNM.�.TG. (�` IM' b WNMII nlrnNa
FES 10 2::E
WHGERBRCS '.:
arYf i.r.1{I �IrSWnMn
_
rNm K+a S.rviw
a, -8
m ISO 2M
59C L."0.NK.
KKY MN. <.YNI.NN wM rN..n1 •• ✓N.
1001s_1Es
W 5y JOiYYY!/q 4W GO.LTM
TOUT Cunw+CNr90
66.61
IwvEN1 psc"icT • ' 01111000160,11014 ..
W21It13NEWAI \T CNaA
IBINCIUIIAW"All l
jNM.�.TG. (�` IM' b WNMII nlrnNa
FES 10 2::E
WHGERBRCS '.:
arYf i.r.1{I �IrSWnMn
_
t 11YIY.�
f: t.
SN+S.r vr.lra
II M My ^NY G r[I.M w <G MiY M Glbu! -G'n
KKY MN. <.YNI.NN wM rN..n1 •• ✓N.
M.Ni...Y:...
W 5y JOiYYY!/q 4W GO.LTM
ly. iYYM!
.4WG>..
Dl a[EDaa �AYItl
v..:..
bII..IYMIe{m
1 14yrICW 1
Y.
tµ avll.11 /a5afml
� 1'
0IYIN I.rf+alLlm
i Dd C.I1 I
1 E.wW CY. I
�<
r IIQ.tw o
1r 13.x1.1 IY M St6@1
..
aYINI.falslDa
{ h.e•M :II
Y.
AI .\INCY1 1
, a
tad 13.YIII IY William
tp 1.[ICW QenNIwT
..
2r1tIY
1Y1eP.
'3. III )M AfIIIMI MW
LY. W
LIY'1KKIa PIm1
11 17.10 na WAIN U III flaw
B '
M
1111.5 1111 WAIN 4 III anal
0.8 W
1 1
11.12.5 aN PAIN 4 l5 -pa
1 '
« 13.5 IV PAIGE a 111
1 .
"I V *12
11 12.p 0M WN11 U O.
I
0 M
11 12.3 ," WAPI a 21, a, as
I 1
O.Iha 1313 .wlil a 11. NfOm
1
4.0.13 IW WYU -G a. 011-402
1 q
It IW AIN\O 4 1,.12
1
"
IV aNla
A 10 ,Na 00.13 G
0 .
n 1.0 IOW WIIWATJ M 1v.In
M
1 4
1310 OWN 4.1. Ia I
1 N
W.
GA
21 1.0 1•N calla 4 `I. In -Tao I
• I.5 01/ "II U "10" I
• IV INV 1311110 U M an M I
Ir b.•.w..n«. «r V.rYfK r.rw..e
I *-� j a/ C��
Monthly Statement
P Di" 00
AAYI ,m
Tet.1 Arnount Dar, $1,072.05
Ae...nll N. w 1WW Wr 11. 10%
IKIW. f
)Ix..ux S] Itl I•
armlx K•<.w w
• AvdO GSLOIItBCnOY Gw11B CwutF
Sw'Ww tw L• I.i ► �I.e1J.ls�..m
+.........•.. r... -.r... �.. -1+111
N4 Itl1
1.t•y x..F. M'R G➢. SY f
Nxyo.. e[Inrn
w..tw www.sOc.<om
A'p y
YwYl tw%I.�a1aMM.a __
1. IIxIN1 1.1 A #
I.eJ4w
a.rw.rw:
r.l.
NI.n1 w Ew•e.
1 1,088. N
la 01155
Ci Mwr>Y ..
SK l.M 01Yrr
l
I tM is&T155
wM tY.s+x.y Mw. +wFwa
TwO Cdl.ns Chw"
1.072.05
• AvdO GSLOIItBCnOY Gw11B CwutF
Sw'Ww tw L• I.i ► �I.e1J.ls�..m
+.........•.. r... -.r... �.. -1+111
N4 Itl1
1.t•y x..F. M'R G➢. SY f
Nxyo.. e[Inrn
w..tw www.sOc.<om
A'p y
YwYl tw%I.�a1aMM.a __
1. IIxIN1 1.1 A #
I.eJ4w
ox..x.n. >c.n. r.r,o
1.d l.BlPw.sra
Nam W 20.1•x10 1
90.18
N p.1i.m1. Y IwtwM.r,w11 x%•10 r,. CM lewlr,l'I Mw.
Ci Mwr>Y ..
xIY woo101x.1.xx.ryxwlta M.p1.. rr,.wn
101. 90
CO C III..
w M xaq 410x. +wFm1
wM tY.s+x.y Mw. +wFwa
Tw.I C.nvtt Chog"
Im
Aesw.l
Iq>s.
*N111
a QM1r,I4J SSD1m
hoed
xJ" Cq
Pwlfr. f .
tl
T OF faM 111
IY
. Y
s I.w.x 41. o
a
a
f
tar, Dr1w 1r, M 1000.
1r,Y OXeww wlwQal
A
1 n
CB.1l.. wwMr,M
ClxlwlKMlL20Y
I Dw Dw
8
q
t tlVxtrx s
B
Y
8110 P1xp.M w5M1[m
iw t?rlrllr, w•bgY
a
ar,l SM'20Y
18#I 201. tw.li.MS 1 w n
1 D On CM. a
CM "
a
I n
1 E..wr,ti. 1
o
n
w wxCw I
1
m
iq Ovlw 4 wSBlpa
w!'YMm
A
1.11
tql IzY C.l.lisw. I r a
1w
1420 'Wall a 11. 1# -qA
1 11
Iw 1 tYY
I to IYal1 a 901
1
M
wx w
% Mn w a tw mom
'
W D. r.. nw.[r.l x1..r
04417
tt on >]m YIw G tx /n Ma
OWN
1
0 1
w.w.x.lssaml.:
A wa IN MAIN G r% MallT
8 '
10 WYa a 11. dwl!
T
Y
IY. W
t U-0 w 1d w M.Iilt
A
1
1 1
DI
11.4.4 'Xim
4" Mwa arm Y4.g1
p
1 1
01
I
114.4 M
W 80x88 a 111101010
0 1
Y
11. W w YM YY(a a.tv 1541(10.
WIA
I 1
p
11.1410 11110 YMIa P W A4
0 1
w
W* V 110 tMn 0
ON 040
0 I
01
WW" a
1011A11 arm
I I
1
11.10.11
WWII AAIB arm Mal.
1 1
a
d
I"
A.14,11 Mtr IAAI1 a n.
1 1
d
n.w.11 1001 MAI. P 111 M.M1
from
1 1
p
20.810 YM DVIIWIP w n..In,
1 1
d
20.140 Wit, 10 nI..AI
1 1
n
No" 0
N' 10.0 11M MAI. a n.
0 I
b
WWI? .6M>
20.14-11 IAY .N(1. a Orr
I 1
01
111
20.10# 110 uw(t. n 901 10.1111
l 1
m
..�1.•.•n 90•.10. F pC 4.F.w � p[ x...`4-101
V I I. 101...1.....1...1.
i
Mnu. ualwls 1.1. 1/5
nxxu li nlf.l 4w�IMw M'R®.SY1
//�� •xMxwlx K•UIM.an lay 010 Mwa AS
�<C� XMI tiw 101010 IDCCOM
Monthly Statement
hn.ow
0.1 _ 1.071.05
N.1w. fI p..M 15.12 TI1W rWI 1.079.OK8
B.IYw. 0
q'n.y OmioO- 1N.Of
Tons Amount Our, $187.07
ATWn1 x..190 F.A. r,r aK n.IBD!
• 1VOIO CISCCNMC'10N UOA1[P;N{lwAEIiOM
sw Yl...rw :w u.i b.ea.mx nla...m
M..-.-1 •'.a. w.r.... •...•w
lMeI1 I.1.xe -x10 ae1.l.. n
LMllllnxl
ox..x.n. >c.n. r.r,o
a.Y 4r,.1i..w 1 r4-
Nam W 20.1•x10 1
90.18
1 NO ri >1 %5
Ci Mwr>Y ..
BBC L" Dxw.[. T
101. 90
1 100 ]50 1x5
wM tY.s+x.y Mw. +wFwa
Tw.I C.nvtt Chog"
187.01
• 1VOIO CISCCNMC'10N UOA1[P;N{lwAEIiOM
sw Yl...rw :w u.i b.ea.mx nla...m
M..-.-1 •'.a. w.r.... •...•w
lMeI1 I.1.xe -x10 ae1.l.. n
LMllllnxl
a.Y 4r,.1i..w 1 r4-
_
X1w.wwrYw. 10x101. w.r.Wr H
Ci Mwr>Y ..
YN•YMHV M..IMI..'n.w+..'1.Y.x wd..al.::..['
wM tY.s+x.y Mw. +wFwa
9010 N.YYI.
Iq>s.
III Of.M:AT B}]IO
xJ" Cq
tl
I D.
! t`M1•1 C.p 0
f
1r,Y OXeww wlwQal
`.;
ClxlwlKMlL20Y
s 0.141. n
1
r 1lIx C.K t
iw t?rlrllr, w•bgY
18#I 201. tw.li.MS 1 w n
. w
11.x 10Mx
%Y D. rM rim. (1010 ♦mow
w!'YMm
A
1w
1420 'Wall a 11. 1# -qA
1 '
I to IYal1 a 901
1
wx w
% Mn w a tw mom
'
04417
tt on >]m YIw G tx /n Ma
OWN
1
0 1
A wa IN MAIN G r% MallT
8 '
11 wa av YI�I G ru 1I44M
$ '
% 10.11 qY MAa G 11.4
1
1•
4W$I !w WOOD Glw"41'20
I
% 1451 11'1 P/nw41P w 1'.-.a!
L 1
A
tt 1411 I%v YBBII G Ix M-210
1 '
Y 10.11 tau 111xa G IN now
I
)•
to WI, 110 MAY a 1. M -.W
I
d
n 013, tw .00111' G n. M -W
1
•.
n %.11 90.1 Wlm;.a M 111..890
>
It I, -" ITn Mx1I1 a,1. W."
> '
It 90.20 110 A0,1:1 G I1• In
1 I
n Il.a 1111" 1M411 a 111 M.wq
1
'A
a lti I.1. Imi 0 II. "I."
I
1"0' 111$` 14AI01 P I1. I'Dw
t
A
V I'V Inv tN:1WIa win I'll
t '
b 9010 1010 Mx(i. G N M M
'1
n Il.a I'm .Y'{:!. tI 4-I .IF011
J
V I Fy 10�•M w w'�F
i
2
Account Number
763296319
Account Name
WEEGER BROS INC
Billing Period Page
06/20/060//19/06 4019
Invoice Date
July 73. 2006
Sprint* /
SUBSCRIBER CHARGES AND ADJUSTMENTS
DETAILS FOR 714-493-3643, RYAN
> SUBSCRIBER ACTIVITY SUMMARY
flate/Oate
Amount
X,111 Monthly Recurring Access Charges
Caller ID for 07/20.08/19
I 1.00
Enhanced VoiceMail Service for 07/20 -08/19
1.00
National Team Share 600 for 07/20 -08/19
49.99
Total Monthly Recurring Access Charges
$51.99
t Cellular Services Charges
taxes and fees that are levied directly on Sprint, and to recover its administrative costs of rending and complying with
Cellular Shared Usage Adj
140.40
Cellular Usage
140.40
Total Cellular Services Charges
$0.00
Directory Assistance Charges
Directory Assistance 1.40
Total Directory Assistance Charges $1.40
® Messaging/Usage Charges
Enhanced Text Msg 6.80
Total Messaging/Usage Charges
$6.80
Additional Sprint Charges
• Federal - Univ Sery Assessment 1 .440%
0.84
• State - PUC User Fee 0: 1 10%
0.05
• Federal - Programs Cost Recovery
1.55
Total Additional Sprint Charges
$2.44
'These charges we not taxes or government - imposed fees. They are charges Sprint elects to coAect to pay govemmetital
taxes and fees that are levied directly on Sprint, and to recover its administrative costs of rending and complying with
government regulation and programs.
ffi Government Fees and Taxes
State - 911 Tax
State - Univ Lifeline Sery Charge
State - Tole Fund Charge
Slate - CA Relay Service Fund
State - CA High Cost Part A
State - CA High Cost Part B
City - Utility Tax
Total Government Fees and Taxes
Total Charges for RYAN
0.650%
1.290%
0.130%
0.270%
0.210%
2.000%
5.000%
0.16
0.74
0.03
0.13
0.10
1.16
1:81
$4.13
$66.76
f
A.5 Temporary Power Poles
National Construction Rental
Monthly Fee $282.31
9 ATONAL INVOICE
Page: 1
Customcra <:uwtlul Invoicep RI1468872
PO Box 4503 - Pacoima, CA 9133:14,03 Job a Invoice Dale. 07/09706
Email) customercare(wemnalional cool
web: w .remnul,onal corn Cusl Rep. Katberine It - Santa Ana (60) Due Date: , 08706706
SALES DEPARTMENT BILLING DEPARTMENT Location: 002 Santa Ana. CA Terms: Net 30 days
(800) 3525675 (800) 9525675 Our Local Phone a 114568 -1734 Purchase Order a
Our Order a 140 193126
RECEIVED Job Site`. 0002
Weeger Bros Inc ,
2124 Main St Suite 146 U 1 •r, %r r v� a 3001 Ocean Blvd
Huntington Beach, CA 92648 Marguerite Ave ..
USA (:FR PROS. Corona Del Mar, CA 92625
Install/ Service Rental Extended
Description Oty UOM Term From7Thru One -Time I Rate Rate Total
200; underground meler pole 1 Ea R 07/07106 08/03106 71.00 71.00
100a sub pole 4 Ea R 07117/06 08/0310; 1450 Se -(i)
Stringer pole 8 Ea R 07107106 08103/06 7.00 56.00
02 o/h wire 11 Ea R 07/07106 08103/06 710 77.00
I
I
Subjed to Sales Tax 262.00 Exempt from Sales Tax 0.00
Subtotal: 262.00
I ,
0
Total Due: 282.311
I I
A.6 Temporary Fence
Dunn's Fcncc Co.
09/27/05 - $4,410.50
04/03/06 - $1,588.50
06/01/06 - $505.00
08/23/06 - $836.76
08/23/06 - $500.00
08/23/06 - $772.50
08/09/06 - $135.00
Total - $8,748.26
�L NN'S FENCE Co.
P.O. Box 1070
BALDWIN PARK, CA 91706.7070
626. 445-6276
626. 445.7729 FAX
KIM
Wage Bras, lac.
'2124 Main Street, Suite 146
Hu rmagton Beach. CA 926x8
fnvoice
SEP •_ B hY{3
7
DA E Mv010E
- -`- 94172005 5881
STD
Comm Del Mar Sate Beach .
3001 Ocean Blvd
Carom Del Mar
P.O NO TERNS REP SHIP DATE
Verbsl Doe on receipt PA 9/192005
DESCRIPTION I oTY
6' high temporary rental chain link fence
6' high temporary rental chain link panels
6k 12' temporary chain link rental gate
6'x20'temporary chain link renal gate
Windscreen temporary 6' high _
Holes through black top
Renal period 9/19/05 through 6/19/06
Thank you foryow
Finance Charge on invoices over 30 days.
(I.5% per month)
2,380
150
1
4
460
129
PROJECT
RATE
Total
i
1.00
1.75
70.00
85.00
1.55
5.00
AMOUNT
2380.00
262.50
70.00
340.00
713.00
645.00
54,410.50
one
s
DUWS FENCE Co. RECEIVED
P.O. BOX 1070
BALDWIN PARK, CA 91706.7070 JUN 2
626445-6276
626.445.7729 FAX ...0 "c °:':3..Ir:Q.
mu TO
Stmt, Suite 146
Beach, CA 92648
Invoice
XF�013C"E,
Corona Del Mar Sute Beach
3001 Ocean Boulel u:
Comm Del Uar
Finance Charge on invoices over 30 days. (1.5% per month)
P 0 NO.
TERMS
REP
SNIP DATE PROJECT
CON -Q,:-e
Per Mark
I Due on receipt
D3 W
Sr, 12006
DESCRIPTION
OTv
RA-E
Time A matahls 2 men per hour to: remove R
mloate 270'K 6' chain link fence. 7 line posts
Damaged 6'x 10' chain link panel
4
1
105 00 _
84 00 ...
Thank you for yow business.
Total S50! ec
Finance Charge on invoices over 30 days. (1.5% per month)
WS FENCECC1 REii' - J ✓,-1J
Box 1070
AUG 2 4 r ^r
DWIN PARK, CA 91706 -7070
-GER BROS..
9454276
7f,;^,.
145.7729 FAX
1 ` Verbal RyuJ... Dix on receipt DJW 8/192006
Bari TO
Weeper Bms., Inc.
2126 Main Street, Suite 156
Huntington Beach, CA 92649
rte')
Invoice
DATE
INVOICE $
8238006
6366
SHIP TO
Comm Del Mar Suite Beach
3001 Ocean Boulevard
Corom Del Mar
' Charge on invoices over 30 days. (1.5% Per month)
•a,
a
J
,WS FENCE CO
BOX 1070
DWIN PARK, CA 91706 -7070
145.6276
45.7729 FAX
Bill TO
Weeger Bros., Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648
RECEIVED Invoice
AUG c, i 1, DATE y: CICE a
=GER BROS.. V232006 + 6163
SHIP TO
Cortina Del Mar Scam Beach !
3001 Ocean Boulevard
Corona Del Ara:
P.0 N0.
TERMS
REP
SNIP DATE
PROJECT
CONTRACT$
1 ` Verbal RyuJ... Dix on receipt DJW 8/192006
. DESCRIPTION Dry RATE AMOUNT
DJU
temporary chain link panels
250
2.00
500.00
RATE
ental period 8119706 through 2 /19107
; (g 38(fence
rental expired 6119/06, customer
s
tir. 975'x 6' chain link fence. 612' x 6' chain
ink panels. 148 line posts. 4 gate posts. (3) 6' x 20'
Sara. All fencing removed S %17!06, except 250'
chain link panels to be re- rented.
i
r �
A
+
V
I
r
.4.
�e
1
I
W(666 91t1 oc, -�unris wt
Total Sg:, -<
�i. I+CT fi•CDuDF (AMP• *aTT. 94.1
Any
�.' illls FaHcc.
Thank you for your business.
T•2
Total 5500.00
' Charge on invoices over 30 days. (1.5% Per month)
•a,
a
J
,WS FENCE CO
BOX 1070
DWIN PARK, CA 91706 -7070
145.6276
45.7729 FAX
Bill TO
Weeger Bros., Inc.
2124 Main Street, Suite 146
Huntington Beach, CA 92648
RECEIVED Invoice
AUG c, i 1, DATE y: CICE a
=GER BROS.. V232006 + 6163
SHIP TO
Cortina Del Mar Scam Beach !
3001 Ocean Boulevard
Corona Del Ara:
t:narge on Invoices over su days. (1.5% per month)
PO NO
TERMS
I REP
SHIP DATE PADJECT
CCVTRa ^,
Verbal Ryaw...
Due on receipt
DJU
a.23,2006
DESCRIPTION
ItSPA-1=7-9/06
C'
RATE
mal of tempos r7 fence from 611906 through
; (g 38(fence
rental expired 6119/06, customer
ed fence 2 additional months)
tir. 975'x 6' chain link fence. 612' x 6' chain
ink panels. 148 line posts. 4 gate posts. (3) 6' x 20'
Sara. All fencing removed S %17!06, except 250'
chain link panels to be re- rented.
r �
A
+
I
r
.4.
�e
1
I
Snk you for your business.
Total Sg:, -<
t:narge on Invoices over su days. (1.5% per month)
S FENCE CO.
BOX Imo
WN PAM CA 91706.7070
6445 -6276
6�sS -7729 FAX
BALM
Weeger Bros., Inc.
2124 Main Street, Suite 146
• Huraingmn Bach, CA 92648
_Ye
RECEIVED
AUG 10 2W6
1% _EGER BRCS., U,,,.
Invoice
DATE
INVOICE •
6/92006
6310
SHP TO
Corona Del Mar State Beach
3001 Ocean Boulevard
Comm Del My
y
PO. NO
TERMS
REP
SNIP DATE
PROJECT
CONTRACTe
VerW Ryan
Due on receipt
DJw
7/312006
ICS DESCRIPTION
DESCRIPTION
OTY
RATE
AMOUNT
ppttial pullout trip charge to remove I,ODO If. chain
]50
iiiok fence
ed 6' high chain link panels
7>
g• -CL
Damaged 6 high chain link fabric
30
C W 4.50
135.00
Damaged 6 high chain link paneli UT.
e,
relocate 250' chain link panels
149
09.98
CL
KtlC+ [C
y/
1VG fl L•11
JC[tino�
a
PA^
ct it
p J�•7J
l `J
�m4
_
!" la1s C.O+.v�Ynm'f ict"f Ct,IT•�+
{/'
5(c��[ r
It
..� C�tii$'E:relY
%l l•nc>4'8..
oi" ,
a:
ha
ir�`� {l
..rJirh
f l .�l?fi :ii •::1 ?r.�.�
/�L
Thank you for your bustnest. --
Total 5605.00
-+ finance Charge on invoices over 30 days. 0.5% per month)
is }y
r•
A-a
l
WS FENCE CO
BOX 1070
DWN PARK. CA 91706 -7070
$45.6276
$45 -7729 FAX
BILL TO
N'eeger Bros.. Inc.
2124 Main Street, Suite 146
Huntington Beach. CA 92648
lWr 2 c
Invoice
CAT$ w010E
8'i3'2006 636. Wd
Coro.•M Del Mar Suite Beach
3001 Ocean Boulevard
Corona Del Mar
I
: -'
PC NO
TERMS
REP
SNIP DATE
PRC.EC-
C�'R::'•
Verbal Ryan
Due on receipt DJW
8. 17:006
ICS DESCRIPTION
OTY
RATE
I +•0.�:' '
Damaged 6' high chain link fabric
]50
ed 6' high chain link panels
7>
g• -CL
N,
Time R materials 2 men per hour to
remove 6:
105 00
relocate 250' chain link panels
r.�
f;
It
ir�`� {l
..rJirh
f l .�l?fi :ii •::1 ?r.�.�
/�L
I
I
Thank you for your business.
Total'
5;,5C: e1
Finance Charge on invoices over 30 days. (L5% per month)
i.
x
LI
A.7 Temporary Toilet & Hand
Wash
A- Throne
05/04/06 - $1,125.46
05/05/06 - $332.02
05/05/06 - $1,078.75
05/31/06 - $950.00
06/01/06 - $2,153.40
06/21/06 - <$89.00>
06/29/06 - $2,092.02
07/22/06 - $2,092.02
08122/06 - <$1,445.49>
Total - S8,289.18
s4 Throne
T21R2If6lI11R42ll4RlOmF
61.1.040 ADDRESS
WEEGER BROTHERS
STE 146
2124 AMH STREET
MMT14TON BEACH. CA 92626
Ph": 714133543
SERVICE ADDRESS
3001 OCEAN BLVD
CORONA DEL AWL CA 12625
Phalle: 714493-3841
UNIT
UNIT
INVOICE
Ps": 2
OTT
KATE %TAX
1NV9. 2126.13
ICoo
21250
OMICE SERVICES OSPOSAL ADA
DATE- 050406
23 SOD
AT9mtC9.In
n.e1 5 11161 1191
S1TEA• 252%
CUSTP T302
i13113mfnm
H15124761191
PD9.
1 DOD
do Reach
Mnsasu11611
TAX%• 7.73
TAU. 953743657
CA 16131
RRRAt9naa.Fam
Tool UtM I,Y01cc
ALL MV0ICES OVER 60 DAYS LATE INCUR A FINANCE CHARGE Of It M" OR
A MINIMUM CHARGE OF S.DD
_
TERMS. NET 20
MRKT• C
SERVICE ADDRESS
3001 OCEAN BLVD
CORONA DEL AWL CA 12625
Phalle: 714493-3841
UNIT
UNIT
OHVF
NUMBER DESCRIPTION ITEM
OTT
KATE %TAX
OS73D6 SERVICEA00OSAL PRWIS04K
ICoo
21250
OMICE SERVICES OSPOSAL ADA
2000
23 SOD
09.IOOS SERVICE DISPOSAL 9 PRS
9 000
14 250
OY3005 SEIM&DISROSAL MW
1000
19250
05/3005 SERVICE DISPOSAL PR W SINK
1 DOD
21150
093006 SERVICE&D6NSAL ADA
2000
23 SOO
s2vYe ...
....
1925
Tool UtM I,Y01cc
ALL MV0ICES OVER 60 DAYS LATE INCUR A FINANCE CHARGE Of It M" OR
A MINIMUM CHARGE OF S.DD
PER DIVORCE
2125
WAID14
/J- Throne
Mmnf61mN614 RRlaf1llllnFn
BILLING ADDRESS
WEEGERBROTHERS
STE 146
2124 MAIN STREET
HUNTINGTON BEACH. CA 92626
PNaee: 7144913643
INVOICE Pig. 3
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR CA 92825
PNOnc '144933643
UNIT
OHVF
M614
AMOUNT
DATE-
05101106
I rhmn4 Co. let
4nea 5679111191
SITE&
25204 CUSTh7302
11101171. a"*.,.
1115624269896
POt•
4700
be99n4A
Ian loo A&$4669
TAX%.
7)5 TAX9• 953,743657
CI 96161
m10RA1118e9 Rem
WOL06 05'3106
— •....._ _
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR CA 92825
PNOnc '144933643
A- Throne
"MR2mnAa9tA7umAnrta[v1
RECEIVED
MAY 1• T 2006
w -EGER BROS. i2.-
41119.9DA.la4 PhO1 5899911117
1155 Rem MOn 111 542 426 9111
laatlnch uR10444u169
Ca met RRma�
INVOICE Page
INVIN 230574
DATE- 150506
SITE. 25051 MST 1•'3:2
PO"
TAX%. 775 TAXU 963742E-1
BILLING ADDRESS
UNIT
SERVICE ADDRESS
AMOUNT
NUMBER
DESCRIPTION ITEM
CITY KATE %TAX AV",
21.25
WAICII
05GNB MION
ADASERv
24 W^ —
4700
WA1011
050" 05,110
ADA-DISPOSAL
• V^
12525
WA1014
WOL06 05'3106
ADA.RENT
s2vYe ...
....
1925
WA1014
010406 0531106
ADA-SERV
25 00VWt
2125
WAID14
0404QE 0931106
ADAOISPOSAL
125&W ..
4700
CITY RATE
SALES TAX
AMOUNT
"1027 051/06 OV310
I'C7675
ISM9K
775
1C,l
TWlUas, Pw1. ,,
A- Throne
"MR2mnAa9tA7umAnrta[v1
RECEIVED
MAY 1• T 2006
w -EGER BROS. i2.-
41119.9DA.la4 PhO1 5899911117
1155 Rem MOn 111 542 426 9111
laatlnch uR10444u169
Ca met RRma�
INVOICE Page
INVIN 230574
DATE- 150506
SITE. 25051 MST 1•'3:2
PO"
TAX%. 775 TAXU 963742E-1
BILLING ADDRESS
SERVICE ADDRESS
WEEDER BROTHERS
WEEDER BROTHERS
STE 146
2124 MAIN STREET
3101 DOW BLVD
_ MUNTINGTON BEACH. CA 525M '
CORONA DEL MAR, CA 9262E
Pllem: 7144913813
PIMP: ?1 "93-3643
UNIT
NUMBER DESCRIPTION ITEM
CITY RATE
%TAX
AMOUNT
"1027 051/06 OV310
PR-RENT
ISM9K
775
1C,l
"1027 0192106 0931106
PR.SERV
29.WW1(
1:•43
H1027 0507199 0SWOO
W-DISPOSAL
2• 11.(
107.
H1021 0510296 0931109
PORTABLE RESTROOMAELNERY CHARGE 30.00
775
3709
HIATT 050006 0931199
PI14IENT
two
775
IC--
HIS" 0502% 0931106
PR -SEAV
28,WWK
1-43
MIS" 051106 0931100
PROISPOSAL
29MWn
1C: 71
HIS" OSOA08 0931106
PORTABLE RES'ROOAADELIVERY CHARGE 2000
775
ROC
SALES TAX
632
TOM this Wake
33202
ALL INVOKES OVER 60 DAYS LATE INCUR A FINANCE CMAROE OF 16 0%tYN OR A MINIMUM CH 4ROE 04 5 01
t+�A^ Yk E�4 � `L�•Yc•�� }y{y ;�( VA�i
x?P•r INVOICE 3 INVOICE Page: 7
E t� �OATE. - OYl1A6 1NVM 735517
A Throne 1� AS 97X25 25204 060IA6
a 115nn
Cs, enm.0e2ttt>,n MEMO 7616, .CVSEh770'i A .Z. q- Throne LTEree. Ca. let ch...$67,811,6, 97X25 75701 CVST
.�
11 50 a Vl"rtr..t hl 587 At tm.. ROM. ;. _ ® 11501 t]rO Tlnet ❑,591421*918 Pot• 7140
r' bn4M un IOt 484881' 74X725 775 a TA%M,95J7+kSr'� - Ineluca ten 800 u14nt 7A. 775 TAXa+ 7s ?E" NET 20 '•)AWknIsofsmr1wmm "CA tOt11 elleAlMen.eM ivvi 7IV/I/MIa MNOYMMt C1$ta1 m.rereeelaa
'iii Sv.. TERMS- N MART-
BLLW0 ADDRESS SERVICEADDRESS ! BALING ADDRESS SERVICE ADDRESS
WEEDER BROS NC INEEGER BROTHERS WEEDER BROTHERS WEEDER SRO HERS
SUITE 146 RECEIVED STE 146
7174 MAN ST 0001 OCEAN BLVD 7174 MAIN STREET 00O1 OCEAN BLVD
HU14T 1NGTCM MACK CA 9M16 JUN 5 = ^.E CORONA DEL MAR, CA 97&25 HUNTNGTON BEACH. CA MM CORONA DEL MAP, CA 91675
Phone: 7,1-5767600 WEEDER BROS.,!Nt PMn: 714.S*3554 Plwne: 714.917643 Rnen: 71"OW3
UNIT UNIT
NUMBER DESCRIPTION ITEM OTY RATE %TAE AMOUNT NUMBER DESCRIPTION ITEM Orr RATE %TAX AVON'
vd" DELUXE PORTABLE RESTROCM 10.000 10.000 7.75 100.00 mim 0601106 OU2806 HW -RENT 7SO4VX .
0Vam DELIVERY & PKKAP CHARGE ,0000 25000 775 770.00 M1796 0601416 0611596 HYN -SERV mwm 'u;t
DVAXIS PREP PIW 10000 51110 711.87 HW1796 0601106 0511608 M- DISPOSAL 7SOAW .._
oymm WASTE OSPOSAL 10000 1000 1000 WA1011 0601108 0017606 ADA -RENT 61yMC "'S ....
10PRNesnoowN WA1O11 081010 061606 ADASERV uSmw ...
oy16106 SUNDAY SERVICE 1.000 750000 250.00 WAICII 0601= 0017696 ADA015ROSAL 7.SNW% •; :<
SALESTAX 7717 WANO14 OWUDS 097506 ADAAENT 62YW 775 2c. :.
Teal We lmeke: 95000 WA1014 001010 088696 ADA -SERV A.SOM
ALL MOMS OVER w DAYS LATE INCUR A FINANCE CHARGE OF IS.O%" ORA MINIMUM CHARGE OF 5.00 WA1014 OSA1106 0642SA6 ADA4O1SPOSAL 750%Vt
PER SOME SALES TAX • < +:
ToMItlefa.alce
ALL INVOICES OVER 60 DAYS LATE INCUR A FINANCE CHARGE OF I .0%IYR OR A MINIMUM CHARGE OF 107
PER INVOICE
r�
l
— — — — — — — — — — — — — — — — — — — _ — — — — _ — — — — -
WEEd& &105 W DETACH AND UPTURN WRH PAYMENT WEEDER BROTHERS — DETACH AND RETURN WITH PAYMENT
Mdnt. 775Mi SMM 28161 Owl 0- 7702 Yl.ekat• 23547 9100• 15MN CWSe7707
94MniMtDille OSOUOS 90 bMI tY Ylrelt� MST 9ateron: DOW O&MM Sub 101.a Ves max
TIP v.r
Curtanl %000 -- paid MIC1AL 000 Cum, 7.1940 Pad SISC%K 7x
70• 000 MAJOR CREDIT CARDS ACCEPTED 00` 000 MAJOR RCCREDIT TCCARDS ACCEPTED
0.00 � ® CurtM4MgpOtlMn: 970.00 00. 0.00 Al C!J°' Curer nvPNt 62525 i•.c: N;
90. 0.00 90•
ODD
9Mm.W ta.1 SEANCE IS PROVIDED AT THE OPTION OP`0°R)rLESSEE-- Siaea.a tatl SE&,I;E IS PROVIDED AT THE OPTION OFtPM`ESSEE----
82V1• 237397
. DATE• 0621106 j° +s .i
A•T1nta G. he 16an 11514 1IA SITEP 252E tC0ST 1.7302 4.7.-
115112211tbaaL 11214124"noll Po9• 3140
lnitnn NU$"4"4111. TA7DL• 7.75. :x.' TAX6 855743657
OA 10161 .RbJI►11taA48 TA)M- m 7.7 TA)j- ...
BILLPOG ADDRESS SERVICE ADDRESS
WEEDER BROTHERS WEEGER BROTHERS
STE 146
2124 MAN STREET 3001 OCEAN BLVD
NUNTWOON BEACH, CA 92626 CORONA DEL MAP, CA 92625
P6wii: 1144953613 PMm: 71"93 -W3
UNIT
NUMBER DESCRIPTION ITEM OTY RATE %TAX AMOUNT
0621416 CREW FOR PR WITH SAN 4000 4.000 36.00
RaNb l 1 2326ffi
08!11436 CREDIT FOR PR MTH SW 18W 81.000 .6100
RMRb bwip 1 23517
TOW oft lmoW: 4900
ALL MOICES OVER b DAYS LATE INCUR A FNANCE CNARGE OF 1&MNR OR A MINIMUM CHARGE OF 5.00
PmRNV010E
RECEI v c0
UUN 2 7 2306
WEEGER BROS., INC.
BILLING ADDRESS
WEEDER BROTHERS
STE 146
2124 MAN STREET
HUNTINGTON BEACH. CA 92526
P1mm: 71"953643
INVOICE vat. a 3'�3
- �IRVO 238476
DATE- W290
4T1nn G.4c 1nsa 112 /,1114 STFEa 25204 CUSTh 7302 = -
-. 1811133mtlm6 1215624219m POa• 3140 -
11110$nl 14118114144900 TAX%• 775 TARP 95374365'
• C5 tom n A221faaun
___.. TERM3•NFT 93 MRN:• C
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR. CA 92 -25
Ph": 714933643
UNIT
NUMBER DESCRIPTION REM OTY RATE %TAX
KWI295 0629106 0712606 HW RENT 25ONt
HW1296 0829108 07" HVASERV 3800VM
HW1295 0629436 0712676 HW -DISPOSAL 250WK
- WA1011 062106 0712675 ADA.RENT 6 25W 7!
WA1011 0629248 071806 AOA -SERV u.SDWK
WA1011 0&2106 072606 ADAOiSPOLI 25D'Mc
WA1014 0WBO 07r2W ADARENT 6 2Y 7. -5
WA1014 0671906 PM ADA.SERV a smw
wow 062906 07/1606 ADADISPO'+AL 25GWK
SALES TAX
Taul Nif invoror
ALL INVOICES OVER 50 DAYS LATE INCUR A FINANCE CHARGE OF 16.0 «'1R OR A MINIMUM CHARGE OF S,3
PER WINCE
I
_ I
AMOUNT
:.r
•'e x
1Cm
2 52:2
INVOICE
BILLPOG ADDRESS SERVICE ADDRESS
WEEDER BROTHERS WEEGER BROTHERS
STE 146
2124 MAN STREET 3001 OCEAN BLVD
NUNTWOON BEACH, CA 92626 CORONA DEL MAP, CA 92625
P6wii: 1144953613 PMm: 71"93 -W3
UNIT
NUMBER DESCRIPTION ITEM OTY RATE %TAX AMOUNT
0621416 CREW FOR PR WITH SAN 4000 4.000 36.00
RaNb l 1 2326ffi
08!11436 CREDIT FOR PR MTH SW 18W 81.000 .6100
RMRb bwip 1 23517
TOW oft lmoW: 4900
ALL MOICES OVER b DAYS LATE INCUR A FNANCE CNARGE OF 1&MNR OR A MINIMUM CHARGE OF 5.00
PmRNV010E
RECEI v c0
UUN 2 7 2306
WEEGER BROS., INC.
BILLING ADDRESS
WEEDER BROTHERS
STE 146
2124 MAN STREET
HUNTINGTON BEACH. CA 92526
P1mm: 71"953643
INVOICE vat. a 3'�3
- �IRVO 238476
DATE- W290
4T1nn G.4c 1nsa 112 /,1114 STFEa 25204 CUSTh 7302 = -
-. 1811133mtlm6 1215624219m POa• 3140 -
11110$nl 14118114144900 TAX%• 775 TARP 95374365'
• C5 tom n A221faaun
___.. TERM3•NFT 93 MRN:• C
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR. CA 92 -25
Ph": 714933643
UNIT
NUMBER DESCRIPTION REM OTY RATE %TAX
KWI295 0629106 0712606 HW RENT 25ONt
HW1296 0829108 07" HVASERV 3800VM
HW1295 0629436 0712676 HW -DISPOSAL 250WK
- WA1011 062106 0712675 ADA.RENT 6 25W 7!
WA1011 0629248 071806 AOA -SERV u.SDWK
WA1011 0&2106 072606 ADAOiSPOLI 25D'Mc
WA1014 0WBO 07r2W ADARENT 6 2Y 7. -5
WA1014 0671906 PM ADA.SERV a smw
wow 062906 07/1606 ADADISPO'+AL 25GWK
SALES TAX
Taul Nif invoror
ALL INVOICES OVER 50 DAYS LATE INCUR A FINANCE CHARGE OF 16.0 «'1R OR A MINIMUM CHARGE OF S,3
PER WINCE
I
_ I
AMOUNT
:.r
•'e x
1Cm
2 52:2
RECEI v c0
UUN 2 7 2306
WEEGER BROS., INC.
BILLING ADDRESS
WEEDER BROTHERS
STE 146
2124 MAN STREET
HUNTINGTON BEACH. CA 92526
P1mm: 71"953643
INVOICE vat. a 3'�3
- �IRVO 238476
DATE- W290
4T1nn G.4c 1nsa 112 /,1114 STFEa 25204 CUSTh 7302 = -
-. 1811133mtlm6 1215624219m POa• 3140 -
11110$nl 14118114144900 TAX%• 775 TARP 95374365'
• C5 tom n A221faaun
___.. TERM3•NFT 93 MRN:• C
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR. CA 92 -25
Ph": 714933643
UNIT
NUMBER DESCRIPTION REM OTY RATE %TAX
KWI295 0629106 0712606 HW RENT 25ONt
HW1296 0829108 07" HVASERV 3800VM
HW1295 0629436 0712676 HW -DISPOSAL 250WK
- WA1011 062106 0712675 ADA.RENT 6 25W 7!
WA1011 0629248 071806 AOA -SERV u.SDWK
WA1011 0&2106 072606 ADAOiSPOLI 25D'Mc
WA1014 0WBO 07r2W ADARENT 6 2Y 7. -5
WA1014 0671906 PM ADA.SERV a smw
wow 062906 07/1606 ADADISPO'+AL 25GWK
SALES TAX
Taul Nif invoror
ALL INVOICES OVER 50 DAYS LATE INCUR A FINANCE CHARGE OF 16.0 «'1R OR A MINIMUM CHARGE OF S,3
PER WINCE
I
_ I
AMOUNT
:.r
•'e x
1Cm
2 52:2
SERVICE ADDRESS
WEEGER BROTHERS
3001 OCEAN BLVD
CORONA DEL MAR. CA 92 -25
Ph": 714933643
UNIT
NUMBER DESCRIPTION REM OTY RATE %TAX
KWI295 0629106 0712606 HW RENT 25ONt
HW1296 0829108 07" HVASERV 3800VM
HW1295 0629436 0712676 HW -DISPOSAL 250WK
- WA1011 062106 0712675 ADA.RENT 6 25W 7!
WA1011 0629248 071806 AOA -SERV u.SDWK
WA1011 0&2106 072606 ADAOiSPOLI 25D'Mc
WA1014 0WBO 07r2W ADARENT 6 2Y 7. -5
WA1014 0671906 PM ADA.SERV a smw
wow 062906 07/1606 ADADISPO'+AL 25GWK
SALES TAX
Taul Nif invoror
ALL INVOICES OVER 50 DAYS LATE INCUR A FINANCE CHARGE OF 16.0 «'1R OR A MINIMUM CHARGE OF S,3
PER WINCE
I
_ I
AMOUNT
:.r
•'e x
1Cm
2 52:2
I
_ I
AMOUNT
:.r
•'e x
1Cm
2 52:2
Z '
INVOICE INVOICE PANIC'
e NvP %1560 ♦ 1 INV0• 2147%
/7 _Throne
DATE- 07RHD6 DATE- 0647AB
4DI(t11 d ht 1.1AT MtI D11 6,TEP 232W �STP 7702 ` �I/1-Throne SITED 23201 COST 7302
1 #1I Itln m••t. (..1#14494111 POP 0410 1341:14.Mt PMa 617141 u11
__41 A"to nRUO"IIm IAtOF...ft A 0415 #1ustool TAX 3110
TAJIY.• 775 TAV+ 91 3 717 6 51
mmarlerrmn1l01/"nnxer11 c1 rofN ...,m..aAm 11M IA1t6 %n 101 u11111 TA%x• 775 TA7P 913747651
fAnAlYltflIMR11 R174WIRAEM EA 10101 m(41a111 Co. TERMS- NET 2D Ast C
BILLING ADDRESS SERVICE ADDRESS
BILLING ACORESS SERVCE ACCRESS
WEEGER BROTHERS WEEGER BROTHERS
STE 1" WEEGER BROTHERS WEEGER BROTHERS _ 2124 MAN STREET 3001 OCEAN BLVD SEE 116
MMTNGTCNS AM CA 92624 CORONA CEl MAR CA 92B1s 2124 MAN STREET 3004 OCEAN BLVD a ' <<J
HUNTINGTON BEACH. CA 97520 CORONA DEL MAR, CA 92675 '
PNOM; 714.4n)W PNan: 714493.761)
Ph": 714403843 PIgM: 711913643 _
Ulm
NUMBER OESCRIPMM REM 07Y RATE %TAU AMOUNT UNIT
NUMBER DESCRIPTION ITEM OTT RATE %TM AMOV.
HW1296 07T06 *2398 MN-RENT 25099% 775 1000
&111295 07!1706 0&7M 11W.SERV 36.0NA% 14.00 069296 CREDIT FOR PICK47P 2 AOA'S f D00 .32241[
HWI296 074706 0&196 HW -OISPOSAL Z50N 1000 C&CM CREDIT FOR PIDK.JP 12 PR-S 1000 .1123060 .. ..
WA1011 074706 W2306 ADARENT SIM 775 2500 T"m Uaan
WA101 H 074706 06.7M ADASFRV At 5G7WK 17600 ALL INVOICES OVER 60 DAYS LATE INCUR A FINANCE CHARGE OF 11. MM OR A MINIMUM CHARGE OF 5 DC
WA1011 OTMADI W2306 ADAaSPOSAL 25695x 1000 PER INVOICE
WAIT H4 WWANI Cd711616 ADAJtENT 6 25 7 75 25.00
WWII 07,270 067506 .RDA -SEAR ".SOWN 17600
WA1014 011170 064506 AD4p5POSAL 2.%WN 1000
SALES TAX 1402
Tottl this ImPk1: 209000
ALL WVXES OVER MO DAYS LATE INCUR A FINANCE CHARGE OF ISD%1YR OR A MIMMUII CHARGE OF 5 00
PER I/VOICE .
1
_ _ _
WEEGERBROTHERS
_ _ _ — _ _ — — — — — _ _ — _ _ — — _ — _
DETACH AND RETURN WITH PAYMENT
_
— — ` —
WEEGER BROTHERS
= — — — — — — — — — — — — — — — — —
DETACH AND RETURN WITH PAYMENT
4nobM•2i1MO
SPAP 75204 CUSIP73O1
t
24u%
56e+• 15794 CNH P 7302
6R1tsw1 Or 074606 SPD aM 0+1 n olu
2.07400
1402
SW~1 Dm SW Z1M Pn nwct • + " -::
0Cum& 02 To
P1U 1a1oNNt
000
C.N.W. la
Tog
61657
30•
000 MAJOR CREDIT CARDS ACCEPTED
OmInt0 wbMaxr.
O ®
2.09200
3D•
-
MAJOR CREDIT CARDS ACCEPTED Cmin n.en 9llwn 'a-! =-
0
OW
—1 W
90,
000
R;rw
SE&PE IS PROVIDED AT THE OPTION 01619MESSEE---
SEFW.gE IS PROVIDED AT THE OPTION OF'P SSEE
N1Tow
s1MNmnt taro
A.8 Refuse Service
CR &R Incorporated
Invoice 124392 - $92.49
126765 - $69.60
129206 - $69.60
131538 - $69.60
134013 - $69.60
136283 - $69.60
138714 - $69.60
140967 - $75.66
143516 - $75.66
143790 - $42.87
1461 09 - $75.66
148525 - $75.66
148684 - $585.87
150963 - $75.66
151 110 - $486.09
153411 - $75.00
Via Credit Card
05/19/09 - $408.03
06/13/06 - $408.03
06/14/06 - $408.03
07/22/06 - $408.03
09/02/06 - $408.03
08/03/06 - $408.03
Total - S4,526.40
—C.R& ■
..co..o..r.e
INVOICE P.O. BOX 125
STANTON. CA 90690 -0125
PAGE 1 OF /
DATE
WASTE AND RECYCLING SERVICES
CITY
RATE
TOTAL
0.00
SERVICE PERIOD: 1001,06 TO 1013105
0.00
9219
0.00
926105
PRORATE WITH CHARGE 9/2110101
CUSTOMER f. 724607..1
INVOICE S- 124312
SERVICE ADDRESS: 3001 OCEAN KVO
CORONA DEL MAR CAR=
IF YOU HAVE ANY OUESTIONS REGARDING ANY PART OF THIS
PLEASE FOR YOUR WASTE AND RECYCLING SERVICES
PLEASE CALL ISM) $260677
OVERDUE AMOUNTS SUBJECT TO FINANCE C1 AGE
92605
3 YD COMMERCIAL BIN R PIA: 01
1.00
1973 .
926M
CITY TAX - 16.00%
316
1001,06
3 YD COMMERCIAL BIN 9 AN 01
1.00
60.00
10001,06
CRY TAX - 16.00%
960
WORK ORDERS- 122490
92103
START COME SERVAIYD BIN
1.00
92105
DELIVER 12YO NWCALL RYAN
92106
ON CELL PHONE FOR PLACEMENT
92105
NEEDS PN IXWK ON WED RT
WORK ORDERS.. 122955
92605
NEW CUSTOMER NEEDS 3YD BIN O`.
:..
9262 5
WK
P/U IX ON WED RT
L�4i
Tc1M T.A S F6..
12 T6
Yw N IM,OMn wrAl YvwM b n mP tEMq YN mI1MU. b bIN b 4K
°.•• 4"°' N"b •""'"`""`''P"P'"°°'°b'1°"°'""'°
INVOICE TOTAL
92.49
,I
INVOICE
DATE WASTE AND RECYCLING SERVICES pry
SERVICE PERIOD' 1101,05 TO I I WoDS
11,0105 3 YD COMMERCIAL BIN FPN. DI I 100
1101,05 CITY TAX. 1600%
T" TA." 6 F..S
P O. BOx 125
STANTCN. CA 906600125
PAGE 1 Cr 1
6C :C
16:
5 6i
INVOICE TOTAL 69.60
PREVIOUS AMT DUE PAYMENTS CURRENT CHARGES ADJUSTMENTS `'
_• •
9249 9249 5960 �- JSS SC
CUSTOMER. 12-00011.7 IF YOU HAVE ANY OUES'IONS REGARDING An. P4;— - 5
INVOICE. . 12610 INVOICE FOR YOUR WASTE ANO RECYOLrvG S?: :eS
SERVICE ADDRESS. 1001 OCEAN KVD PLEASE CAL: IED6I$26.9677
CORONA DE'. MAA CA 92625
OVERDUE AMOUNTS SUBJEC TC FINANCE [rLLR3E
PREVIOUS ANT DUE
PAYMENTS
CURRENT CHARGES ADJUSTMENTS TOTAL DUE
0.00
0.00
9219
0.00
93 49
CUSTOMER f. 724607..1
INVOICE S- 124312
SERVICE ADDRESS: 3001 OCEAN KVO
CORONA DEL MAR CAR=
IF YOU HAVE ANY OUESTIONS REGARDING ANY PART OF THIS
PLEASE FOR YOUR WASTE AND RECYCLING SERVICES
PLEASE CALL ISM) $260677
OVERDUE AMOUNTS SUBJECT TO FINANCE C1 AGE
- w.x r�E..o.wn+wlMwE•ro..a wm. roMM..•w,•
_
O w D C
,I
INVOICE
DATE WASTE AND RECYCLING SERVICES pry
SERVICE PERIOD' 1101,05 TO I I WoDS
11,0105 3 YD COMMERCIAL BIN FPN. DI I 100
1101,05 CITY TAX. 1600%
T" TA." 6 F..S
P O. BOx 125
STANTCN. CA 906600125
PAGE 1 Cr 1
6C :C
16:
5 6i
INVOICE TOTAL 69.60
PREVIOUS AMT DUE PAYMENTS CURRENT CHARGES ADJUSTMENTS `'
_• •
9249 9249 5960 �- JSS SC
CUSTOMER. 12-00011.7 IF YOU HAVE ANY OUES'IONS REGARDING An. P4;— - 5
INVOICE. . 12610 INVOICE FOR YOUR WASTE ANO RECYOLrvG S?: :eS
SERVICE ADDRESS. 1001 OCEAN KVD PLEASE CAL: IED6I$26.9677
CORONA DE'. MAA CA 92625
OVERDUE AMOUNTS SUBJEC TC FINANCE [rLLR3E
INVOICE
.so..e....a
CIR&R
aAra 1 nc I
DATE
WASTE AND RECYCUNO SERVICES
OTV
RATE
TOTAL
89.60
SERVICE PERIOD. 11A1N5 TO t2f3tg5
89.60
IF YOU HAVE AYY OUESTIONS REGARDING AAA oaq-
INVOICE FOR YOUR V ASTE ANC REC`C 3 SE, CA
PLEASE CALL 160016769677
OUSTOMSRP
17Atg6
]YOCOMMERCULBIN IPIU 01
1.00
179106
9000
17101106
CITY TAX . 16.00%
990
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
TOW Ton { FAa
990
I
INVOICE TOTAL
89.80
PREVIOUS AMT DUE PAYMENTS
CURRENTCNARGES ADJUSTMENTS TOTAL DUE
gy gg
66.60
89.60
000
89.60
IF YOU HAVE AYY OUESTIONS REGARDING AAA oaq-
INVOICE FOR YOUR V ASTE ANC REC`C 3 SE, CA
PLEASE CALL 160016769677
OUSTOMSRP
I7 -017110
IF YOU HAVE ANY OUESTIONS REGARDING ANY PART OF THIS
PlJOICSf
179106
INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES -
PLEASE CALL: (600) S26NTT
6EIIVICl ADOYSS:
_
COOCORONA DELI U 976JS
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
DATE WASTE AND RECYCLINOSERVICES
-" SERVICE PERIOD DIXflg9 TO Otgtg9
tmm D YO COMMERCIAL BIN •Pg101
:•0105 CITY TAX. 1600%
Ty1I T1AM 1 F111
P..» NfR P..N. NTPRNI Aev111 CqN RPPEavRe PO b. 706 S rVa. CA
Xwo-o755
INVCIcE
100
c�
RECEIVED
INVOICE TOTAL 6960
PREVIOUS AMT WE PAYMENTS
CURRENT CNAROES ADJUSTMENTS
6960
69 60
6960 D Y -
CUSTOMER 1
INVOKI 9.
SERVICE ADDRESS-
TJCWTA.)
01601 . _
=I OCEAN BLVD
CORONA M ~ U 12115
IF YOU HAVE AYY OUESTIONS REGARDING AAA oaq-
INVOICE FOR YOUR V ASTE ANC REC`C 3 SE, CA
PLEASE CALL 160016769677
OVERDUE AMOUNT$ SUBJEC- -C FINANCE C,AR• E
R.1AM OE'AC• w= RI ^w..w.e FOt�7. w -..:. ....I.•.
`4R &R
INVOICE P.O. BOX U5
STANTON. CA 9DSS0.0125
Dena , nF 1
DATE
WASTE AND RECYCLING SERVICES
OTY
RATE
TOTAL
69.80
SERVICE PEP": DWIRDS TO 02*M
PAGE • CF 1
?9{50141
OTY RATE TOTAL
2j71AL
S YO CONw1ERCIAL BIN 9 PN:O,
1.00
IF YOU HAVE ANY OUESTNNIS REGARDING ANY PART OF THIS
- INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES.
PLEASE CALL (E091926EST1
80.00
910006
CTYTAX- 15.00%
OA1+AT6
CITY TAX. 1800%
9.50
Toth T.>N A FFRN
.......................................
Toy: IF." E F00! I
9.90
9 5.^ 9 6l
R
CEIVE
FE
3 1 3 2CC6
WF.EC
ER BROS. INC
PI!!!! naM w NR IMF9Mb MLXFN CRLR FNFMONR! PO 9N 7p 9rNFN. u
°0Np010°
INVOICE TOTAL
69.60
PREYIDUS AMT DUE PAYMENTS
CURRENT CHARGES ADJUSTMENTS TOTAL DUE
89.80
69.80
69 LO 0.00
69.80
DATE I WASTEANDRECTCUND5ERNCE5
PAGE • CF 1
?9{50141
OTY RATE TOTAL
oWOCE F- -
0101N5
CUSTOMER f. TJjR914i
INVO,cE f ,SROt1
SERVICE AFORM: .lN1 OCEAN BLVD
IF YOU HAVE ANY OUESTNNIS REGARDING ANY PART OF THIS
- INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES.
PLEASE CALL (E091926EST1
CORONA DEL MAR CA ELL
- OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
CR &� INVOICE
PO BOX 175
6H 60
STANTON CA 90680.0135
.NeRRRRRATRn
6960 DOD
DATE I WASTEANDRECTCUND5ERNCE5
PAGE • CF 1
?9{50141
OTY RATE TOTAL
oWOCE F- -
0101N5
SERVICE PERIOD: O1T mo TO 0LJ1AM
7 YO COMMERCIAL BIN R PAN. 01
1
0.Y'
PLEASE CALL I9O01 SL.95TT
OA1+AT6
CITY TAX. 1800%
OVERDUE AMOUNTS SUBJECT TO FINANCE C..ARGE
.......................................
Toy: IF." E F00! I
REAM CEUM bO 4'b'I .UNlR eaF•h•-..- �>...✓.
9 5.^ 9 6l
I
RECEIVED
rtrFl.6 S. -. I
i
WEEGER BROS . INC
� I
i
I
i
P N M* W ppMF CHAR Rp 00 Bp. a. S;,,, CA
!0l00.C}0!
INVOICE TOTAL 69.60
PREVIOUS ANT DUE PAYMENTS
CURRENT CHARGES ADJUSTMENTS _
y696G v
6H 60
89.80
6960 DOD
CUETOMRR F
?9{50141
IF YOU HAVE ANY OUESTIONS REGARDnG A, DAR- 0. -�
oWOCE F- -
1]ELS
INVOICE FOR YOUR WASTE AND RECYCL ING SER'.'.0 ES
SERVICE AOOREn
LOt OCEA.NSLVD
PLEASE CALL I9O01 SL.95TT
CORONA MI. MAR CA 996L
OVERDUE AMOUNTS SUBJECT TO FINANCE C..ARGE
.......................................
...............................
REAM CEUM bO 4'b'I .UNlR eaF•h•-..- �>...✓.
�S.R
INVOICE Po 80" 206
STANTON. CA a IU011 6
DATE
WASTE AND RECYCLING SERVICES
OTT
RATE
TOTAL
SERVICE PERIOD OLOV06 TO 06100106
� 00 I
65 22
PREVIOUS AMT OUR PAYMENTS
401108
2 YO CO1 IMERCIAL BIN ■ PIU 01
l pp
RECEIVED
9000
4101109
QTY TAX - 17 00%
N£EGER EniS ...
9.60
TMM Tara 6 FM
7566 1 00,
•S 6!
9 w
RECEI
ED
APR 13
2006
gMTO111IR r:
tt-0r07a•7
WEEDER
., INC.
I
I
tt-0a7..F
INVOICE TOTAL
69.60
I
` GR &R INVOICE
' v mcp�eoew�o
I
DATE WASTE AND RECYCLING SERVICES
SERVICEPER100' MIMTOOYJ1M
791106 0 YO COMMERCIAL BIN r PAJ 01
5101108 CITY TAX. 13.00%
TMI Tara 3 Faa
PO BOE 206
STANTON CA 90630 -0206
PAGE ICF'
DTY 1 RATE
TOTAL
� 00 I
65 22
PREVIOUS AMT OUR PAYMENTS
Cu
I
-L u
RECEIVED
MAY 1 2 'K::I
69.80 0.00
N£EGER EniS ...
INVOICE TOTAL 75.66
PREVIOUS AMT OUR PAYMENTS
CURRENT CHARGES ADJUSTMENTS TOTAL DUE i
PREVIOUS AMT DUE PAYMENTS
CURRENT CHARGES ADJUSTMENTS TiA_OUE
89.80
69.60
69.80 0.00
89.60
7566 1 00,
•S 6!
gMTO111IR r:
tt-0r07a•7
IF YOU HAVE ANY OUESTIONS REGARDING ANY PART OF THIS
CUSTO11EI1 a
tt-0a7..F
IF YOU HAVE ANY QUESTIONS REGARDING 4%• °AR' Or -� 5
r.'
1M >u
INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES
fNV01Ctc
1a0av
INVOKE FOR YOUR WASTE AND RECYCLING SE R..CES
S1FW,C
seRY1DE ADDRESS:
0001 OCEAN elw
PLEASE CALL. IeGOI e2asen
-
aaRYlct ADORRn:
xol ocur. BLVD
PLEASE C4L (m) $26-96-7
CORONA DEL MAR CA %620
CORONA OU wR CA 92620
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
.OVERDUE AMOUNTS SuBJE ".' TO FINANCE CHARGE
-
.L1.M.H.Ao-..c.... «1.....e.�...+r......M....q..
. .......f,
- I... .... �.. ._.......
CR &R
N.RPwwowATRo
INVOICE ►O Box Zoe
STANTON. CA 10666 ;2µ
DATE
WASTE AND RECYCLING SERVICES
CITY
RATE
TOTAL
SERVICE PERIOD 060146 TOOAOO44
60141
3 YO COMMERCIAL SIN S PIU 01
1.00
75.66
8322
441101
CRY TAX •1600%
; I
1066
TPW TFAM A FM
10 4
RECEIVED
CUSTOMER F,
22L601f.]
IF YOU HAVE ANY QUESTIONS REGARDING ANY PART OF THIS
rJUN 12
2A
MOICE. FOR YOUR WASTE AND RECYCLING SERVICES,
VIEEGER SM
II w
6Aww"ADORESB.
NO OCEAN BLVD
INVOICE TOTAL
75.66
—CR &R
1 g,mi WAYRD
uwlc
119KW
v+946
5/1W06
� y1w6/
t
54341
14SN6
f Sawa
j
Sam
PREVIOUS AMT WE PAYMENTS
CURRENT CHARGES ADJUSTMENTS TOTAL DUE
75.66
75.66
75.68
0.00
73.66
; I
CUSTOMER F,
22L601f.]
IF YOU HAVE ANY QUESTIONS REGARDING ANY PART OF THIS
srvda S:
Unit
MOICE. FOR YOUR WASTE AND RECYCLING SERVICES,
PLEASE CALL- 1606162H67T
6Aww"ADORESB.
NO OCEAN BLVD
CORONA DEL MAP CA 57625
}
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
6
...... ..... ..........
. ..........................
..:.. PWMC6T/.A MO AATI>O!LORFR ADI.}bN NIM1� Nf.�Nf
INVOICE
Y+OWORDERS 192130
DELIVER 60YO DEBRIS BOX
CONTACT RYAN FOR PLACEMENT
® 7141693.3663
NEED EARLY PM DEL
WORN ORDERS 162251
DUMP A BRING IN 40Y1) BOX
CITY TAX - It 00%
OVERWEIGHT CHAPGE
CITY TAX -16 00%
TOTAL BOX WT 677 TONS
I" TA.M 6 F6W
RE(.I�LJ
I
JUN 13
PO Box 206
STANTON CA 90680 0206
INVOICE TOTAL 45C 9C
PREVIOUS AMT WE PAYMENTS CURRENTCHARGES AOJUSTMEN'S ------ --
p pp 608 07 -
45090 C DC
K •OU NAVE ANY QUESTIONS REGARD V$
Oy61gR /RC 4d901]L INVOICE FOR YOUR *AS -E AN; RE:' - -Y3 5- - - --
RRO10Ir u]»0 P,.VASE C4.. IAN) 1121-9e7'
SERVICE ADDRESS I OVEAN C VD
X G 5262]
OVERDUE WO.iNTS SJBJE-�- TC °,NA.Y:E YAR +_
rR &R
INVOICE 00 SOX EO
STANTON. CA 0044"M
PAGE 1 OF 1
DATE
WASTE AND RECYCLING SERVICES
OTT
RATE
TOTAL
0.00
SERVICE PERIOD: 07,01;08 TO 07/31M
CUSTOMERI. T7-0 .?
IF YOU HAVE ANY OUESTNDNS REGARDING ANY PART OF THIS
INVOICE V. 1010
741106
JYDCOMMERCLALSIN RPN:01
1.00
CDRpuocL MAR u6nls
6571
710748
CITY TAX 18.00%
10"
T01A1 TEA H, A F0w
10"
RE
EIVE
JU'IZ2
C.'P
BROS.0
INVOICE TOTAL
75.88
PREVIOUS AMT DUE PAYMENTS
CURRENT CHARGES ADJUSTMENTS' TOTAL DUE
75.86
75.88
75.86
0.00
7566
CUSTOMERI. T7-0 .?
IF YOU HAVE ANY OUESTNDNS REGARDING ANY PART OF THIS
INVOICE V. 1010
INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES,
SERVICE ADDRESS. 001 OCEAN KVD
PLEASE CALL. (50) am"17
CDRpuocL MAR u6nls
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
i `:R &0 INVOICE
Ei •,�R}P
DATE WASTE AND RECYCLING SERVICES
SERVICEPERIOD 06,01.06TOOd01,08
510146 D YD COMMERCVEL BIN RAN 01
50148 CITY TAX - 1S OD%
TeW Len S Feo
R—aL V A_U
AUG It n-ln
=ic
SOS 11 c
PO sort 70
STANTON Ca 90960 C:X
PAGE' OF
00 I E' ::
•: as
•: u
INVOICE TOTAL 75 66
PREVIOUS AMT DUE PAYMENTS CURRENT CHARGES ADJUSTMENTS "OV,
7566 i Ts.66 7566 0 O
CUSTOMER • tt-0SOLe IE VOJ •1AVE ANY OUESTIONS REGARDING A %% 0,9- )•
WPoItEE IAS03 INVOICE FOR•'JUR WASTE ANC AIEC>CLING SEA. „6
SERVICE ADDRESS'. 7001 OCEAN RLVD PLEASE CKL 11001 SE6.967T
CCRONA X. MAR CA 656]5
OVERDUE AMITJN'S SJSACT TO FIANCE ^AAA_
4 ,'4R ►R
A..e
INVOICE rocox to
STANTON. a leueaxM
DATE
WASTE ANO RECYCLMG SERVICES
on
RATE
I TOTAL
0.00
WORKORDERe 147011
CUPONER 1: 7x ,"
If YOU HAVE ANY OUESTKXJS REGARDING ANY PART OF THIS
INVOICE P - I MM
7117M
DELIVER 40YD DEBRIS BOX
p
RE(.Ei
L t.p0
OORONA DEL MAN U 9X21
7117"
PLACE 9410E JOB SITE FENCE
7117Ae
ODD PD IN/CC
'AUG 11
M
i
i
WORK ORDERt 147014
PREVIOUS ANY DUE PAYMENTS CVRRENTCHARGES
ADJUS'MENTS ,-
75.66
71low
TRANSPORT. CHARGE ONLY 40YO BOX
C OC
MOM
GATE LOCKED LM ON 946493J643
7n9%
CXLED PM ON 40YD BOX ON 7119
WORK ORDERI 14734S
717186
DULY A EXCHANGE.OYD BOX
3SI75
7121AM
CITY TAX. Is 00%
S628
7121AM
TRANSPORT. CHARGE ONLY
7500
7Rtg6
OVERWEIGHT CHARGE
0.50
AS 00
2400
7R1M
CITY TAX • 16.00%
3 N
7121m
TOTAL BOX WT 650 TONS
WORK ORDERP 147565
7Q7g6
DUMP 8 BRING IN 40YD BOX
t.00
35175
7f77MO
CITY TAX . 16.00%
5628
Te1M Tlux 6 Fm
11640
INVOICE TOTAL
993.90
PREVIOUS AMT DUE PAYMENTS
CURRENT CHARGES ADJUSTMENTS TOTAL DUE
0.00
xoB.o7
997.90
0.00
585.87
CUPONER 1: 7x ,"
If YOU HAVE ANY OUESTKXJS REGARDING ANY PART OF THIS
INVOICE P - I MM
INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES.
euvIC[ ADDIQIR 3001 OCEAN BLVD
PLEASE CALL _ (MO) Irie677
OORONA DEL MAN U 9X21
OVERDUE AMOUNTS SUBJECT TO FINANCE CHARGE
'1
i
u;R�R
wee.wRA.RO
0
INVOICE •o eoE xa
80,2 CA 19MCdxa
Perc . nc
DATE
WASTE AND RECYCLING SERVICES
OTY RATE IOTA.
SERVICE PERIOD 09)D106 TO 09']006
901XM
3YDCOMMERCIALOIN FP.V -01
90106
CITY TAX. 16 00%
I , _
TnN TRan d Fowl;
SEP 14 ;
i
i
INVOICE TOTAL 75 EE
PREVIOUS ANY DUE PAYMENTS CVRRENTCHARGES
ADJUS'MENTS ,-
75.66
7566 7566
C OC
CVbTOHIR F. 72.9Mxa.x
WvOIC[x 110163
9ERVICE ADORIll'. =1 OCEAN BLVD
CORONA DEL MAR CA 1X25
IF VOJ HAVE ACv OUESTIV'NS RE GA71OING .:• c�Z- Z z -
IW04CE. FOR •OUR WASTE AN: RECYCLING SEC. :
PLEASE C4: (M)e21_16TT
OVERDUE AMO, S SU6,EZ- -: 11NAV:'
vR &R
wIP }.PNA..o
INVOICE ro box 2"
STANTON. CA 901141OA206
DA2C . /lC
DATE
WASTE AND RECYCLING SERVICES
QTY
RATE
TOTAL
YARN ORDER. 146910
B0D06
DELIVER 40YD DEBRIS BOX
60306
CONTACT RYAN FOR PLACEMENT
60106
AT 714493.b41
WORK ORDER. 146911
611006
OUYP S BRING IN 40YD BOX
751 75
611006
CRY TAX - 16.00%
5676
611006
OVERWEIGN7 CHARGE
$13
4600
4190,
611006
CITY TAX- 16.00%
67.05
41006
TOTAL BOX WT 14.73 TONS
8,100
ALLOWED WT LIMIT 6 TONS
TOMI Tam 6 Fm
173.33
RECEP✓
D
SEP, f4 =
:c
_ECER BRO3.•
IA .
INVOICE TOTAL
894.12
PREVIOUS AMT DUE PAYMENTS CURRENT CHARGES ADJUSTMENTS TOTAL DUE I
583.87 983.90 884.12 0.00 a66 09 J
CUSTOMER. 7?4R0150 IF YOU HAVE AMY OUESTIONS REGARDING ANY PART OF THIS
INVOICE. ,6„10 INVOICE. FOR YOUR WASTE AND RECYCLING SERVICES.
SERVICE AOORM: 1001 OCEAN BLVD PLEASE CALL. 48001 ow"77
CCROIMCEL MAR CA 51015
OVERDUE AMWNTS SVB.JECT TO FINANCE CHARGE 1
------- __ -- - ----- --- _- ___- ___--- ___---- ___- .___ -. nt.xoRAa,wA[,uAN LOwDt roRTa..,..an naeH,
_ Y
( I
9O
II
DATE: !1/01/06 25939
4M+R &R INVOICE
-090 w°°A9MS3.c :e
INDORIN]RATRP
PAGE' Oc 1
DATE I WASTE AND RECYCLING SERVICES OTY RATE 1 TOTAL
NCRK ORDER.: :50:f•
9/05/06 DELIVER 40YD DEBRIS BOX
9/05/06 PLACE IN PFRK:NG L
9/05/06 CONTACT BEFORE ARF.I'::NG
9105/06 RYAN 0 714 -492-3643
9/05/06 COD PD N /CC
9/05/06 NEED EARLY AN DEL
YCPK CRDERP: ISO :f?
9/01/06 TRANSPORT. CRAF.GE -,!:L; ;,I:
91OT 10f V. E= ERIN+ :N ON 1 "Y_ _ -_ ._
9/G"/Of QVEPKT BOX ?'-
NOP.A �PCER.:
C.91P t EP:NG .: 3C -.
9/ ^.5: .:' NEE:
:6.. _. -T AKA._ C. . :- __,._ •••
4.•LIJVLi
OCT
i
?CEn^ E=d INC.
i
i
Vi>R V1 MIN> II WM' C4> :HI'mCH COIN
• INVOICE TOTAL 483.03
PREVIOUS AMT DUE PAYMENTS CURRENT CHARGES ADJUSTM6tiTS TC'A -D -f
46609 I 2 463 03 ! 0G TS DO
CUSTOMINa T2060110 _ -A VE AA. CUES' 0'.5 4E514: '.3 a'.-c -�-
wVOICEC 0+51." Oc T..;SINVOICE :O. • 0.0 :..:S•: A'._
SERVICE ADDRESS 1041 OCEAN 64M SERV'.0 -eS PLEASE ?_. K46259E°
CORONA DEL wo CA 9225
OV'cRDVE AMCIINTS SJBJE:• TO c,N:vCE' -=RGE
..e>u 26.1. I.e+rJ...awe. ro>- >..: •- •:.. >..q•:
M IGE.IPOS_MC "2,AAn a- Lea rM WyR1.I Byn,Iy yE4,
Chase BusT Hess Credit Card DATE: 09!11 /06 25884
CHECK 0 2SO8a
ACCOUNT: 5888 2100 2900 1383
INV DATE JOB I INVOICE 0 SAL PAID
09122106 1363 Sept DISCOUNT NET PAID
3113.97 3113.9:
TOTAL: 3113.97
3113.91'
-PtlH rower-. Ar..A.AUC. wa..AAS- NIm...YS,«
.-wn.+•IPPP.; .r�l..m mcr LEMmn. wd. «dcatl.+-1
ANr 1Rr a.a. rarer APAI CWtl-ntl w wAA4 b eE.r
aAAAE1IYA TNAY I'AAPI «IYA W o- nNAPAMI b A,re AAN on CmPAwW
AIM1r «S Y BayT�n EAAYr1
TRANSACTIONS
TiPWA
Dar R.EP-w Ny1aP 16IrwAeNtl-MTrPMY1«OAAA+BB.VI
Pe,2a Wa2MSam0oAlsn.m TWx'Aq aOAVgE Oa{1mM]aas. N+
p,2. Wp.ri2S1AMylan{1 CAEMON0A1M21..MIBgTON6EU
11A1r1AY �Y•
A.+un P9
cwAR au 011f
snM 1"•WT
n)✓
ohP x{.IMU.mmtl>Mn trAPLEt eoam3a»aou Im,a
Wuw20azW4n1•Tw'X'•OI BFRVgEOl06 {0a1t1aM.M
ST.IS
NM
N100Em }U01C00 >1pt 11AMp8 HMMNpIESILL rSM
Ban
01421
M.80.riI10.1opOM1aA.CKVEgN 0301M2 H{MTOgTpH BE C•
Mal pa,"' WAS
SBO, {NSraMr..VO)I1a0A2ISAn2'YYAm P•rrr -NE wDE COMTILL w• �• 40
011a1
M600paI110101Yp11 )u AI•ABOS a1ESTA~ iLAITNOTON BE CA
SS'E
Mal W101M2•Mr1lMlfril{tAVONn 10a]tOM lEMOApiON BeG y2y/
asa.)aHrr00yy]nwrn.WEE am BEACH G
Mn
MIS'
MPI aW>sa1.ssaxel0ri6 •IOW COBT kV BTOA.O HLMwOTON SE CA t41
n5m
Md
WM81U1a]aaM«0pH2 A.OSA S WN .10e'EAAPE •2
MSS SSEO058T.')r[02ESgGaIy W t• :e"
M0
SS&TIMIGM)l1SM071a ASSOCMTEO OEM CONtMC WEST JACAAMFN CA
".IX
MISS ONSTAC A,PTCW, "AS,BE
Y I$"
2.PxpMIM{a pNSTAg1JTE
SSlOPM6I,1AOItl.m.90 AMWIIA CIASLC,MMJ CA NlwTlN 70N BE CA
-in
C{p
S,L,3 ADIgNMa.OIKT•1A
Mp WIXaa.Y 1000M1paa]I ELLITERAOq YpxAq•Cq OC 2491
Mri
Maf
S8800!OBirq:OOIOMySM M.RI"!PlSTA{,MMriJNTrgTON BE CA
wa ft NJ ]ZH
Mt2 886.11eaI5.f00ACOf11E A.COI10N Mi4TOW
MIT
SSASaME2190a0027]OS..p 016T•R 91ASCYARgN W .ONSTM M
-401
MN maSOAC6:.Lb0007•pn ='M I1 DC
NJIELS SBaa:KITONatG 0ya/
Sy.1Ma2lpp.10CCM0.5 uC6AMw.1All'0000E l0y.1F,1W W
W S2
Cap
S"A"'T
MI. W]MM35n0SAIAN2 18Aw WMELESa$vcs B]pMP {1„CO 0.bri
MM
MIS
Ia2r2Y1D6A0S6SAa1`]q.l P-MEM w TOU alp"
MIT 1}alT{M]]1aW.{tl12Al2 PATMEM.202213VW la]sp
MIS
SM]MKIT] 0008'. mCr ]t59MrM'W+4ElEy59VCBy00.BMS... CO
IS, 11
MIT p.NlaEril./ppmIMTY CIfNUn WNaO wESMNeTERG
py10!%.'YA1MN56a9,0 NADN to 000400EAPTESMCA.
ry]I
MIS
MIT S6600E08A,D,OO7B] MANOi REaTA1xVIM INx2iagTOA BlG nM
2,
•aB..
avlB
Wlo,aelSYyE1 r,]salO eFyTew Wff p'A%JI:Is WEaiWW.6PCA (dA,#,TS •"Iwf
MIS SW1W}t2mAp7p6Me STAPLES MM1003A3U0G 15221
Oat)
Sy.M,sv- >•SW06.SO.ICO SOJCNW'EST IAM,E STOP MOE.. K
•MO•
MIS W10l Mj{418110>In1 BEST BUY Ma 0000111 {wE8TM1.BTERG 1Sa
IVEyTMWSTERG Sr SIB
MIS m.M.MiM.MOm9]01) CA,%KT
T wIEOER
EOM
IOTA
TOTAL MM Nm MX) 17V 81,1MF
e.
MZ2 {M.1Matal01018?>oC•1. THE IA }E DEPOT MM CpBTA Atl °• G 11. M
'
M22 THE ldME ONOT M4 COSTA MEM G 511-
Mn sWIMaI•]9R1a1M16n THE IlOaE DEPOT MA. COSTASELIG rin
M23 WSWrSIY.E00mfa.72 CHEVRON OMn.){OuPlAW VALL G 61M.
Mal ESIAY!}..Tgi1l1a1M CRpWN W1RDWReNCORpU pELwc• MIT
P
Mal m1.3,4,121 p000EIMI NAM9 ELECYW SUPRT COSTA MESA CA ,.m lw 18
J.
M]1 OYEGr63u.S000aH1]pE CHIVIgNEMMt] MINTWOTOISE G SSI2-
y
66 W C A iED SIAN_TRQ�CA .pm
Mp 1 101anp.M OPdd�'NAA'E 1x
in
May 6b.IM¢10101E}aS6. THE HOME CEPOT w. COSTAMEBACA 1257
°
npT MwPd I{11TMm9QAM EtxOaAp64a. 0,4ITtA1 IMRMOT G 03-
o
M1, Wn5p25sa TP 10 CROWn A.AROwA I1 CORONA OEL W G an
°
R'11 BS6.1aEE266C101EAON1 TEE 006E CEV0I M. {14RBHJTON BCMG 1pM
�
cur ,i • I Y YAA •E AA-A WMau.n w..wp�ay,M
T�I i
r
L�
0
}L
QF¢
3
,EEBENBBOS. MC NEE MYnteMt t.ry 1M NW.tlO.yW GyrMy
25848
Chase Business Credit Card .DATE: 09/13/06 CHECK 0 25825
ACCOUNT: SS88 2100 2900 1363
INV DATE JOB 0 INVOICE 0 SAL PAID DISCOUNT NET PA:O
08/22/06 5588210029001363 363S.0e 3635.08
TOTAL:
- TpE-YUM Sr«Wrb Wtlm AIM IA.N anF WN1Etl NCOnYW.I
•AwM 1AAw e.°IA.Aa aHAY lyA CwP-r w w AAI. b tl1H
Pm.,.«E TAAY AMY4AYAA «nW1AP.«W bAwAN •.w AACMMAAW
AYYrYWtl9.YTMrnMTMY
TRANSACTIONS
T,w
3635.08
DAR au -..e. E..r°« w,wm N.m. A, Y.&PAd«n O..E,o.o,, C,w, JS«
aim
Wuw20azW4n1•Tw'X'•OI BFRVgEOl06 {0a1t1aM.M
ST.IS
NM
�r�A�y�
WMIMaOHAWp,Onl bill C•MEM AUMTOgTONBl C• Vw✓4 pyT�N
Ban
01421
M.80.riI10.1opOM1aA.CKVEgN 0301M2 H{MTOgTpH BE C•
•0N
011a1
M600paI110101Yp11 )u AI•ABOS a1ESTA~ iLAITNOTON BE CA
SS'E
0)m
asa.)aHrr00yy]nwrn.WEE am BEACH G
Mn
MIS'
M1.1{Mr1AriylblgW A LOW COST SEO STORAa,N1MiNOTON BE CA
n5m
Md
WM81U1a]aaM«0pH2 A.OSA S WN .10e'EAAPE •2
3] Y
M0
SS&TIMIGM)l1SM071a ASSOCMTEO OEM CONtMC WEST JACAAMFN CA
".IX
cap
SSlOPM6I,1AOItl.m.90 AMWIIA CIASLC,MMJ CA NlwTlN 70N BE CA
-in
C{p
6)00 1$"'? CnfV Omlka) WESTION{TEA CA
Mri
Maf
S8800!OBirq:OOIOMySM M.RI"!PlSTA{,MMriJNTrgTON BE CA
NY
MIT
SSASaME2190a0027]OS..p 016T•R 91ASCYARgN W .ONSTM M
-401
0Y)
Sy.1Ma2lpp.10CCM0.5 uC6AMw.1All'0000E l0y.1F,1W W
W S2
Cap
M.'01%#]61 M >aaplb ONrONn 10D>?OES NUA'IPq•ON BEG
MM
MIS
Ia2r2Y1D6A0S6SAa1`]q.l P-MEM w TOU alp"
MIS
SM]MKIT] 0008'. mCr ]t59MrM'W+4ElEy59VCBy00.BMS... CO
IS, 11
MIS
py10!%.'YA1MN56a9,0 NADN to 000400EAPTESMCA.
ry]I
MIS
WfrWraEP]M'2 IASSAIE'100434 I.ao laoawom W,- oee.•4'y 6p,
•aB..
avlB
Wlo,aelSYyE1 r,]salO eFyTew Wff p'A%JI:Is WEaiWW.6PCA (dA,#,TS •"Iwf
.301
Oat)
Sy.M,sv- >•SW06.SO.ICO SOJCNW'EST IAM,E STOP MOE.. K
•MO•
3635. L8
01,21 a
aj.1E: Mia.BIBi).)nalE UNpNn IOCaapBS MIM,NOTONBf CA r
roe,•
01,21 U
USA, 5010183)2AMa TIE IdOA.S DEPOT 6W COSTA MESA CA ,
,61•
01424 M
MI10186105{IH:{ssMO1 ,AMONri 00202065 CORONA CfL AA•CA ]
]IM
01,25 W
Win0Ex7r001M3mIM CROwN,M11DWARE.1 CONNA O[L A4 C• n
n1l
01'2{ W
W101Mpn,SEL1tl1M l {r GIRLIE Sa«I:OM MlNiiNaiN BCHC• 1
16311
MaaSepl0a200 ,Ma00p1lCMWN,IARpwAPf ., COegw.OEL rIAU r
rip
"CIS 0
1 »«AR1$rplSritlS OAwwt LU6fia COOAM COSTA AAlL G 1
01
MalW 1
M.M.ri21..6pm1I2a1m C,lNRON 001}1.1 u0WAIAl18 CA n
nl7/
Mad O
Oy.101MrIMl15a.If7.a1 r1NIONn Oa1pgMCORONADELMACA 0
011'
Dap O
O6.M.2M11.M0mMAM1 CNEVAgN AaISS3 TLErwCA 1
113E-
X. Agol.. M . r a MC Ey1IE AMA. ,uy Vro INavPl: ylnpu
1 hups7 /myacwwt.nextci.wrft/ Nlettecart ?tnf template- /l*nclude/pEint_pagc jsp L,f C=c,, tamplalr S f_ ]': 26
Jl
Swwl.nl Dew DW2 05. 0&32/06
Accoult N.rhb,,. 5565 2100 2900 1361
Page 2 of 2
NSACTIONS (CONTINUED)
AroaX
R•ISnnu NuMar MsrWnr Name or TnnaKibn Daacrp6m CnOt Dam
55129!06165200 t 99300362 CROWN HARDWARE n CORONA DEL MA CA
10659
0516 0164 1 7 1.600(1014016 CHEVRON OOM16i CORONA DEL MA CA
M 96�
054101961726197S3092M0 UNION 76 00604065 CORONA DEL MA CA
3336
056t01961726197S7M2964 UNION 76 00606066 CORONA DEL MA CA
;
1644
655115561720101UC7649 THE HOME DEPOT 6664 COSTA MESA CA
192.11
RYAN WEEDER
TOD I. 5009556060
TOTAL UN 2100 2900 174 31.992 37
5 391
,NCE CHARGES
IAN Psl4oft Ran Canapavkg Average Darty Balshce Fnance Charge Due Translchon FINANCE
orY 31 says at ryb APR To Psrbdlp Ran FN CHARGES
,sea V 04811 1774% 86.24627 553.96 SD 00 $6396
levancaa V 082 22.99% $000 $000 $000 5000
runty charge.
IYa Annual PaeeMta9. Ran (A ►R): 17.74%
S6396
I pee NorYwaon Alm( Your Aoeanl gac5pn for Baler oompunum rha l . gram pemC. •rod other 8nponenl nbrm4m
Hnpon6ng APR M 9a nn of Marssl you pry wlan Ya1 carry a balance m any uansacesn category
facOV. APR represents yeun BKal 6ran0s Clarga6. yolyemg jwrwe,wn tees
s cash ach nos ash oalli 114 4w, Mass - npneaae as a Pslcenuge
)RTANT NEWS
0a16n moo out d yae OroP.w(R) memoaWtp. by
Cooaaq b Wait *-,haft namng spectra l don from
Cmnvllal and r a1aC1 OneFaN Parson
Oo b 00rrsI WI cam for awn.
FIN as km to Pro W Yee OMlaesi arci numb. &vary
whe Yar nsarva a nrinl car of how roan 1n0 watch the
n16N *W up For a rot of participating car Wait or
Roth pa6ran, aanp; Mw mntirlanW eom
Good rules he anlW 100.000 mbaga cap ngwenant Ms
o•an ran N$* Now you can •em u I I led OmPlsa(R) mns
m pulcb4 s made by you anal ywr ampler,", m ywr
Canlw6si AMae Bualnass MaanrCue(R). Use yarn card
br tl of you, bawl..& expsnass Jodi
'JUN 2 9 2LU VISIT VISIT US AT: M9Y
WEEGER BROS., INC. ��
CONTINENTAL BUSINESS CARD REWARDS
Smw,NI Data
0 &23%-0&22/06 CUSTOMER SERVICE
BUSINESS CARD STATEMENT
PAYnam Dw Dale-
MlNmum P•yrmnl Dias
07,;7106 thus I.am li's siIj
$11700
Mies nma0 from QNWSI P.,chaaaa
5 381
Esp1AC 1-86b7950574
'
5 363
TOD I. 5009556060
'
5 391
Pay by phony 1.800AX79SB
0591
SS420356162670324I$9f 0 PACIFIC STONE DESIGN SANTA ANA CA
Ounoa U.9 W 006601
MASTERCARD ACCOUNT SUMMARY AeeoumhNeel tsse621002908Iw 1'480-150-7099
Phh,cNs Bwncn SS43310
Tool Cnal Law
SMS00 ACCOUNT WOUIRIES
S5.M271
Puntim
Credo
am
$$4.•05 PO BW
Ca(h
Armluaes. Cash Opu .55183 29
Cash c
Gam Access lxa
iDE
M.i80 imeVp. DE 198505296
Famit Clm g*s .56196
A,rri for Cash
64 160 PAYMENT ADDRESS
w
hl Saw. � ->9.�.
RECEIVED P �
OS"
56432ON159=793641751 XM'SATELLITE RADIO 500.XMRADIO DC
».040,4 4.4014
'JUN 2 9 2LU VISIT VISIT US AT: M9Y
WEEGER BROS., INC. ��
CONTINENTAL BUSINESS CARD REWARDS
SUMMARY
Log mn pOI'he'lal oom for mae- mar•41I
DOVGe 54188 *l~ ho. Coh".111
0
a60yt YW' Onep•u •0006411 A mg.,•
Mies nma0 from QNWSI P.,chaaaa
5 381
o41aMs or o Dot inval
ToW NUka Nnae IN, enlact
5 363
•500
TOW Mimi nanalaeoe ro Cm~ul
5 391
•50-,
WYOW tar for umm twine y wmnl euamess Creed a Nwa you em ya;r
MlPbyeN use ,,N are). y0Y bm %Coda Miba m INB puRMN OI CmaMnJl
A�M1ra oCrw plrrCMleO e�nc5y hen DminMal arM OM MN or OIMr
purch.Na TMN vlpds Mies can 0-e reeaprtlee br aw1tC travN or Conwanal
Adraa .r0- its $WyTMm paNMa.
TRANSACTIONS
Tune
A • n+
Dam Re he Nurrpr Manthanl N1rna er Tnnsacem Dsscnpucn Crg1 0-p•
0523
551126681430003$6e22044 TWX -AOL SERVICE 0508 SOPa274364 NY
$2' K
OS24
054604MIAS46000289M2 CHEVRON 020,892 HUNTINGTON 8E CA
74'6
05125
SSUING14WO4001120306 STAPLES 091108003313330 CA
•0691
0529
06460426149450002576640 CHEVRON 0202721 WESTMINSTER CA
•500
05128
0646012649460002576657 CHEVRON 0202323 WESTMINSTER CA
•50-,
0591
SS420356162670324I$9f 0 PACIFIC STONE DESIGN SANTA ANA CA
•4199
0&01
55547506+S72531S202OW1 A LOW COST SELF STORAG HUNTINGTON BE CA
275 OC
0&01
OSU4726151476450130216 CIRCUIT CITY SS 60116 HUNTINGTON BE CA
47598
0602
05460426154460001221061 CHEVRON 0094 161 CORONA DEL MA CA
7500
0603
55472686154000359401972 XM'SATELLITE RADIO 600XMRAC4O DC
1634
CSw
_..:. ^^ 685:5'01 0394.1'x: CNSTAn SUBSCRIPTION US AONSTA9`.It
:695
OS"
56432ON159=793641751 XM'SATELLITE RADIO 500.XMRADIO DC
16303
0&09
5554165616000411121111 MCGRAW .KLL'DODGE 60964267650 N1
22192
05010
OS1504251611600W315751 CHEVRON 0202323 WESTMINSTER CA
6, 1`
06,11
55172866164000+90647677 SPRINT 'WIFELESS SVCS 5006196+11 CO
29C 64
III
0546041261MA60002961152 CHEVRON 0201692 MUNTINGTON SE CA
0&4
'S55007661611M236400715 MARINA CLASSK: HAND CA HUNTINGTON BE CA
_ �49i
O&,5
65486,S61669600048W 719 SOUTHWEST MOBILE STOR PHOENIX AZ
192:"
M16
116715705191014S7193044 PAYMENT - THANK YOU
648471
0&16
65466756169004911750010 AAA REPROGRAPHICS ORANGE CA
'
MARK WEEDER
TOTAL 5586 2100 2900 IM &2 094 79
OSM
054S0426143480002606636 CHEVRON 0094161 CORONA DEL MA CA
S43C
O&M
0548012614346000290654 CHEVRON 020,492 HUNTINGTON BE CA
7141,
0&26
6$117106147121471761221 GANAHL LUMBER COMPANY COSTA MESA CA
s5 roe
0527
05410196148619355MI42 UNION 76 10032065 HUNTINGTON BE CA
71 06
06.90
6551t66616tOt0164621x9 THE HOME DEPOT 6646 HUNINOTON BCH CA
= m
0&03
054868WISU78ODDOS4168 EXXOMAOSIL34 014+7641 HUNTINOT CA
6786
051
SS417306159121S9,610006 GANAML LUMBER COMPANY COSTA MESA CA
5842
06N7
SSS0166616901018405BS94 THE HOME DEPOT 5646 MUNINGTON BCH CA
27141
06.13
5516077111641256896701189 CR&R INCORPORATED STANTON CA
1Cs C7
13
164.80002809411 CMEVRONOa01757NEWPORTB CHCA
714
06011
0541019516MI9635285502 UNION 76 00457OSSCORONADELMACA
7165
X—.2 nsjo,mic1 m n 2 22 ant] r•ai yya .A Wash r7nsaaac- e•W11asc
1.r+N1 bH 0✓i1p OSrTZ06
AoY.Y MIM.. SsY 3AW 3100 t%1
wp.3M3
otice
.'yw!
SY3 6161 SIM0147 CAOWN I4A110WARE81 COBOwA DELW CA
yy-
i6'[O
6Y }SSCIAfOWA1SSOD.O CAOVM.YAOE3AAE III COAKWA 051 W U
a06—
O 3
w 1001112.O+OaYMY1 A THE I.CYF DEPICTS COSTA WSACA
SS000-
gY.M.Y. v 6At61% Aa 1^ ISM Is 16, If ww
CYAOAMrM{HSTM10tYLIYDHM roY.OYCORpu pELwU
WW-
aS.O1
OYIOAMIT1t6S3Y1%W VSpl7• W COAOISAWLwG
MY-
01p
66YrSYAMOrMYWYY M.pE DEPOT SIY COSIAYESAG
SQY-
MIO
{Yl9ylYAlpNMfOPM1 CROWNINADWARE .t COAOHA DFLWG
)A1—
M91,
S6YrMSA>TrOwA1lM3 TIE ItpL DEPOT 6S{. COSTAYEfAG
A31Y—
MIA
C6YOg6ASTA1fAlp636y CHEVICNO10rSSt M}RAMTOM Bf CA
)100-
ILdA2
M.+0 +MA136N1'6(9.0006 AI1IOMi 6os+066 COaGNA OfIWCA
Mo.—
!MIS
q.SOAMIYyIDMMM{ CHEVRON 60YI41 OCRDNA DEL w G
T11.-
OS.i•
SYt>Y6u0AlHOr6Waa DAWYA.LU COW. COSTAMEBACA
37 16—
T INF
TOTAL Y66 3A00 MOO tau {t .t603
21W
FINANCE CHARGES
DYI PYyb A.H Carnyaep A..p. OYa B.APO Fn.n..CA.W. T..AYP.Y
MAMCE
787.73
Gr1OM ]06.a. weytl. AM T.P.YOe R R. F.
CNARDES
gY.M.Y. v 6At61% Aa 1^ ISM Is 16, If ww
"'.4
D..A.6.w[w. v OCo M69R b06 gam sow
m0O
T1y AIrK. wi/..
YA Y/
;E!'.JEE D
EIM6.. AIwHI Pw.wrR9• A. (AM: +,an
l�`W.MYbrM1M
b..YOw A[m/...CYw brCWb WryM.bn M6N PM{N`G .M C6Vr YKprnn
Vi4M.T
SJ w +Y.%
1M1 DM..W/.A'9 AYR Y A. nY N NW TN p.l.M Ypu uM . L..w'A >' ✓ry InMK.m u..1Ya
r.
ill Q..W.. C:� .
1IIDAN.'EA.v.. uA np.�.. w OW Ym<wEY wLWw Y••ram
wp� Y b.A tl.YM Ytl Y'u.Y11nn.1.l IYf. Y61w.B.6 Y. pYC.'.p.
aRTANT NEWS
GC
.LEASE MOTE THAT Yp11 PATNEW M DATE WY COVE CNAA09D AND UM
WY VYh CIAC11Y I KWAYD VCMV TA S PAYLQR O,C OATEN
M SOX HOVE TO REOMY A M DATE CM E. CALL CUSTOYW
SEWAGE YOUCANALWATSPAYBTACCfS OURWOMI
DWS AVEO ON THIS STATISIIENT OR T CA YD4/{791{
- W.l Mk. aO.. IiMM C..rr.w A/YM. V.uA1H _
{ W v.1Y A w.N t AtlO
_ YY.{. VIPW Vy.1gbMINy.VY.tWO frp M[OY
AW bl9.q.. IYM.Y A /wf.w1 MPO { O..W - 1
R.(YY.4.� pARwAYy(p/b.'H1.HnYT COS Hal)
Y COM.I. Yn YnNU..rvM B.Y...�
_ NwHA AM!/ Y6.rA.bYl AApm AEwnA NrO Cur.Y1 78] 7s ( I
.MnIIVN AN4. Nwl tvnYNYmn b. plbW —
~P °p1 7837575
" - .wlaalco�NAr. Y. A..NP w.sr e.....•
WNW. SwA MwYbnl A.PM BAI.A.n6 EVn.1.
INn.Aws A.i.. w mw+A.Pn b uE+
WtlM YY.>tbW wb.YAbr "
wuoawq CwvN..N. r... Av..w r..AH e...w�
N...n L6MN.MNYn.l ANw6IEOMD uA6lswN
Cw Rt. V W mYw..Y ow. 4.OMO+A
YP.nwbA
pM.530 WHYGN EA YnA On.AH..I MY6uI..
O...wA WM r5 ESN An. t6. M06..M Yw. q.Y1 nR
ma OAty�.p V ryAn .Iyu..,Iysw.�. �m ..n m�ir �
WEEGER BROS.. INC. 2124 M4a1 Surer SuOe 14e megmu Huai b. t:A 92VIN 25723
Chase Business Cro dL ✓Card
INV DATE JOB # INVOICE #
07/22/06 7/22/06
DAII: 08/09/06 CHFCK # 25773
ACCOUNT: 5588 7100 2900 1363
BAI. PAID DISCOUNT NET PAID
3209.36 3209.36
TOTAL: 3209.36 3209.36
lOgpalr P.C4l YOUfl tO(rt $IJf CNMOn1il A9VI(Nt r.t ltlfllb %%
rotuarvmlaam avzsrwslw
q Y5e4001 1
0623 65432866174000077524482 TWX'AOL SERVICE 0606 WO- 827.6364 NY
uySAT{50AAD_ aa4uu
d uccunl lk i your payment.
it
reels payal)Ic in US. dollop.
06122 05460426174460003373870 CHEVRON 0202323 WESTMINSTER CA
va: rn r nnr.r. uz-czn
, rurrm yW ref Lm" y0 umbnMtal tsv5 tioss Ciodll Card When you and your
MIT
omployoes use their cards, you eam double Miles on the purchase of Continental
ovoicc consolidates
Airline fickols purchased directly Irom Continental and ono Mile for other
RUNT billing activity for
jlumJwsos. These valuablo Mlles can be redeemed for award travel on Continental
raw -Ilill Construction
Airlines and its SkyTeam partners.
rats un your account. THIS
07/03 85450786165409000104091 ALBERTSONS 6110 S6M HUNINGTON BEA CA 1%44y 6/ , `'g
IICE DOES NOT INCLUDE
193 -6340.
1'AYMEKr'S.
TRANSACTIONS
arale xtaten reel will lie
07103 05460426185460002962589 CHEVRON 0201892 HUNTINGTON BE CA
d summarizing any unpaid
Trans Amount
Date Reference Nurnhor Metchant Name or Ttensaclion Desodplan Crodrl
1 Debit m or uuapplied payments.
06121 05460426173460003209455 CHEVRON 0201892 HUNTINGTON BE CA
$7500
portion of this invoice
0623 65432866174000077524482 TWX'AOL SERVICE 0606 WO- 827.6364 NY
5.90
d uccunl lk i your payment.
it
reels payal)Ic in US. dollop.
06122 05460426174460003373870 CHEVRON 0202323 WESTMINSTER CA
60.73
0N27 05460426179460003156607 CHEVRON 0202323 WESTMINSTER CA
67.00
on infonnolion please
07101 55547606183263182010363 A LOW COST SELF STORAG HUNTINGTON BE CA
235.00
race your account number
07104 55500366185200288400036 MARINA CLASSIC HAND CA HUNTINGTON BE CA G y/��
16.99
ontxl Client Services al 1-
07/03 85450786165409000104091 ALBERTSONS 6110 S6M HUNINGTON BEA CA 1%44y 6/ , `'g
400.00
193 -6340.
- 07/04 55500366185200288400028 MARINA CLASSIC HAND CA HUNTINGTON BE CA
0.07
1- 8W-625 -1483
07103 05460426185460002962589 CHEVRON 0201892 HUNTINGTON BE CA
73.81
rust svconlegraw- hilLrnm
07/06 65432866187000198909672 ONSTAR SUBSCRIPTION 888- 40NSTAR MI
16.95
rite to: McGraw -Ilill
07/07 55541866189004069126737 STAPLES 1990 800 - 333-3330 CA
14377.
ructiol4 Client Services,
07/12 - 55432866193000725119163 SPRINT *WIRELESS SVCS 800 - 639 -6111 CO
282.25
lox 689, I£ightstown, NJ
807/13 55480776195286696201050 CR&R INCORPORATED STANTON CA
40 -03
-0889.
07/12 05460426194460003316834 CHEVRON 0201892 HUNTIN43TON BE CA
7098
07/13 65541866194004111313096 MCGRAW-HILL 'DODGE 609. 426 -7850 NJ
223.92
is We require all
07115 11961960550902453221364 PAYMENT - THANK YOU 6,394.64
Ifalion requests to bt in
-07/16 -.. 65500606198010000569541 MARIO'S RESTAURANT HUNTINGTON BE CA
47.54
9: with on authorized
07/17. 85466156199960004804702 SOUTHWEST MOBILE STOR PHOENIX AZ
192.07
un dincKal to the address
07/19 05460426201460003320993 CHEVRON 0201892 HUNTINGTON BE CA
70.21
number above.
MARK T WEEGER
mts written un This ...
' - - TOTAL 5588 2100 2900 1 X3 S-3 004 32
-
H he honored.
.06!24 -- 65541866176010186782547 THE HOME DEPOT 6664 COSTA MESA CA
19028
0628. 06410196179619673305665 UNION 76 00457065 CORONA DEL MA CA
71.511
. 061'30 ,;� 65429506182200199301655 CROWN HARDWARE I1 CORONA DEL MA CA
16.05
06M : 66547516182117023010078 DOMINO'S PIZZA 108518 CORONA DEL MA CA
23.46
L
I
07/06 ::i .65417346187121871803299 GANAHL LUMBER COMPANY COSTA MESA CA
26.07
,07,:,� 06460426186460002953538 CHEVRON 0301787 NEWPORT BEACH CA r
71.tW
07/OB 65417346188121681640094 GANAHL LUMBER COMPANY COSTA MESA CA
35.40
- '
07/10.; 65541866192010183454918 THE HOME DEPOT 6646 HUNINGTON BCH CA
jp
4924
07/11?'!' 655418661930101837138892 THE HOME DEPOT 6646 HUNINGTON BCH CA
626
ra s 57 .
07/13.:: 06486800196379000067139 EXXONA/OBIL34 01280684 HUNTINGT OA
74.24
.07/18 P ' 55117346200122001566742 GANAHL LUMBER COMPANY COSTA MESA CA
74,83
4ory:_ 571
.07119. `.165417346201122010727730 GANAHL LUMBER COMPANY ANAHEIM CA
10770
I'll 0I- FL433336C I 00o N 2 22 06.o7m P.v. r a2 oviea MAW 31752 zozl000mlasr3lrszot
A.9 Storage Trailers
Two Storage trailers are owned by Weeger Bros., Inc. and
were on site until August 4, 2006 and are billed at a rate of
$46.25 each per week.
A.10 C.O.C.Insurance
Builders Risk Insurance by Zurich
See attached Summit Surety Insurance Services Invoice
attached.
One Year Policy
SUMMIT SUim,'1'Y INSURANCE SR,RVICF,S
1490 Colorado Boulevard
Los Angeles, CA 90041
Phone: (323) 2S6 -0126 FAX: (323) 256 -7485
California License No. OR99789
Weeger Bros., Inc. Invoice Number 4198
2124 Main Street, Suite 146 Invoice Date September 07, 2005
Huntington Bcach, CA 92648
Named Insured: Weeger Bros., Inc.
Policy Type: Builders Risk Transaction Type: New Business
Insurance Company: �Zurich ' Transaction Effective Date; August 15, 2005
Policy Number: ER 62278579 Billing Type: Agency
Policy Term: 8/15/05- 8115106
Payment Terms: Premium Due September 14, 2005 Premium: $9,310.00
Stamping Fee:
Surplus Lines Tax:
Policy Fee
i Subtotal = $9,310.00
SUMMIT SURETY INSURANCE SERVICES
' 1490 Colorado Boulevard
P.O. Box 41999
Los Angeles, CA 90041
Phone: (323) 256-0126 FAX: (323) 256 -7485
Named Insured Invoice Number
Weeger Bros., Inc. 4198
Policy Number Insurance Company
ER 61143402 Zurich
Amount Due
$9,310.00
Effective Date
August 15, 2005
INVOICE
RETURNPORTION
Amount Paid: S
C
CD
C
O
Classification Superintendent
Hourly Rate
$32.28
FICA
$2.47
FUTA
$0.03
SUI
$1.74
W/C
$4.33
G/L
$3.87 '
Medical
$3.99
Training
$0.00
Pension
$5.50
Car Allow.
$1.00
Fuel Allow.
$2.50
Total Hourly
$57.71
Total Per Day
$461.69 .
Total Weekly
$2,308.43
C. Annual Overhead
I
Wlili(iI.R BROS., INC.
Schedule of General and Administrative Expenses
For flte Six Months Ended June 10, 2006
Advertising and promotion
Depreciation, auto and repairs
Dues and subscriptions
Employee benefits
Insurance '
Other
Office
Payroll tax
Pension (Note 9y'
Postage and freight!
Professional fees
Rent and utilities
Salaries - officers (excluding $1,980
charged to consiruction)
Salaries - administrative
Taxes and licenses
Telephone
Total general and administrative expenses
Amount
5 1,163
5,131
3,870
9,976
20,927
2,075
2,922
7,302
8,793
963
1,590
13,286
55,220
24,334
1,027
4,318
$162,897 7.4
The accompanying accountants' review report and notes are an integral part of this statement.
Weeger vs. City of Newport Beach
Settlement Agreement
Exhibit 2
Ciaim No. 2
I'M
CLAIM
?lno CrT _2 .AM 1^ 26
TO: City Clerk
City Of Newport Beach ("City")
3300 Newport Blvd.
Newport Beach, CA 92663 Idi UL ""rr txrv.
PROM: Weeger Bros Inc. ( "Weeger ")
2124 Main Street, Suite 146
Huntington Beach, CA 92648 -6443
Re: Escrow Agreement for Security Deposits in Lieu of Retention by and between
City of Newport Beach (hereinafter referred to as "City "), and Weeger Bros., Inc.
(hereinafter referred to as "WBI "), and Comerica Bank (hereinafter referred to as
"Escrow Agent "). pursuant to Section 22300 of the Public Contract Code,
referenced as Escrow No. 20041 -0005 RET (hereinafter referred to as "Escrow
Agreement ").
Underlying Construction Contract No. 3461 - Improvements- Construction at
Corona Dcl Mar State Beach Improvements between City and Weeger
(hereinafter referred to as "Construction Contract ").
Claim Amount: $150,000.00, plus interest, plus prompt payment act penalties and
attorney's fees. and damages for bad faith claim on a public project.
Pull Amount unknown.
STATEMENT OF CLAIM:
The Construction Contract between City and WBI was entered into on August 9, 2005, calling
for the construction by WBI of certain specified work, within a stated number of calendar days,
setting forth a $1,500.00 per day liquidated damage clause. Said Construction Contract
referenced the green book, 2003 version, which contains the contract provisions for delays and
extensions of time, including the rights for time extensions and compensation for delays caused
by City, due to required extra work and items that the engineer /architect may deem in the best
interest of the City. This is within the Section 6-6.1, 6.2 and 6.3 of the green book.
Subsequent to entering into the Construction Contract, City, WBI, and Comerica Bank entered
into the Escrow Agreement in writing. At various times throughout the completion and
acceptance of the Construction Contract, City transferred and deposited all of the retention
payments under the Construction Contract into the Escrow Account pursuant to the terms of the
Escrow Agreement. All of the funds within the Escrow Account have now been disbursed to
WBI except the stun of $150,000.00, which was being held by Comerica Bank: in said Escrow as
"disputed funds" (reference City letter June 9, 2008 attached).
lIW7.l
At this time it should be noted that the project was deemed completed on October 20, 2006, and
a Notice of Completion was recorded by the City on March 6, 2007 (copy attached). In addition,
City gave notice to Comerica Bank that the Construction Contract was "final and complete" in
writing on March 29, 2007.
'lltc Escrow Agreement contains a provision that finds are to be disbursed to W131 from said
Escrow Account by written notice from loth parties. Said Escrow Agreement also has a
provision, paragraph 7, that states "the C'it) shall have a right to draw upon the securities in the
event of default by the contractor." There is no definition of "default" nor a statement of what
the default is referencing, within the Escrow Agreement. WBI has perforated all portions of the
Escrow Agreement terms on its pan to be perforated.
The Construction Contract only has one reference to "default ", that being in the green book,
2003 version, in paragraph 6 -4 (copy attached) which provision gives specified rights to the City
upon the failure of the contractor, WBI, to complete the construction project, being a claim
against the contractor's bond and/or terminating the Construction Contract. In this case, there
were no rights exercised under the default paragraph in the green book, as the construction
project was in fact completed and there was no termination nor claim against any bond.
Pursuant to a City Council staff report dated February 27, 2007 from the Public Works
Department, the City Council followed the recommendations and accepted all of the work on the
construction project complete at its February 27, 2007 meeting. Said City Council staff report
also contained statements relating to a claim by W131 for time extensions and additional sums to
be paid and "Cross - Claim" by the City for liquidated damages.
Once the project was complete and accepted and a Notice of Completion filed, pursuant to
paragraph 8, indicates that upon notification from the City that the contract is "final and
complete" escrow agent shall release all funds in escrow to contractor. Thus, on or about
February 27, 2007, or at least the date of the filing of the Notice of Completion attached hereto,
all funds within the escrow should have been released to WBI. In breach of same, City notified
escrow to hold all funds in the sum of $150,000.00 as "disputed funds ".
During the performance of the Construction Contract, City issued certain change orders, which
in addition to adding funds payable to WBI, extended the completion date of the Construction
Contract up to and including July 12, 2006. The Notice of Completion indicates that the work
was completed and found to be acceptable on February 27, 2007 by the City Council, however
the City in writing acknowledged a completion date of the Construction Contract as of October
20, 2006, calculating their Cross- Claint for liquidated damages as being 100 days between July
12. 2006 and October 20, 2006, in writing. It should be noted at this time in actuality this
claimed liquidated damage calculation is actually 99 days, and WBI has notified the City that it
has miscounted.
During the time of construction, and prior to requesting final payment, vMI submitted several
change order requests which were not included in the change orders described in the previous
paragraph, which not only requested additional payments for time, but also requested time
extensions through the date of actual completion. It should be noted that the Construction
2
71041 1
Contract called for the engincer /architect to make the determinations relating to time and claims,
and further indicated that all claims are to be submitted to L. Dalton at the City of Newport
Beach. Mr. Dalton did in fact receive by carbon copy, all of the claims and requests of WBI, as
well as the architect's representative, Jason Briscoe. By email dated January 17, 2007 (copy
attached) Jason Briscoe on behalf of the architect responded to Weeger's delay claim, noting that
each of the claims "has merit as a delay" noting further that he feels that the total amount of
delay time is high. Also, the architect questions the right to additional compensation, claiming
that the delays were concurrent, and therefore should be reduced. In other words, the architect
made a determination that in fact WBI's claim for delay had merit, and the only two issues were
(1) the amount of days, and (2) whether they were cwmpensable. This dispute has continued,
with the City attorney for the City being directly involved in all assessing of WBI's claim,
reviewing all submittals of claims, and reporting directly to City Council.
The disputes raised in the WBI claim, and the architect's response, were never resolved, however
the City never issued any unilateral change orders setting their time extension and compensation
based upon the architects' review, which was a duty under the contract. Instead, the City ignored
the architect's findings and continued claiming the entire delay time between July 12 through
October 20, 2006.
At best, the City was arguing that the total delay claim by WBI was partially correct and the
balance was concurrent delays due to acts of both the contractor and owner. However, the City
ignored the provisions of Civil Code Section 151 I and the holdings in the cases of Peter Kiewit
Sons Co. v. Pasadena City Junior College District, 59 Cal.2d 241 and G. Keith Kemvorthy v.
State of California. 236 Cal.App.2d 378, whereby no liquidated damages can be assessed for
concurrent delays, and at best there must be some form of proration if one of the concurrent
delays was by owner.
Weeger continued attempting to negotiate the proportioning of any claim of concurrent delays,
all of which were submitted to the City Council, without effect.
WBI has continually demanded frill release of all funds within the Escrow Account, including
the last S 150,000.00, which demand was refused by City.
At no time prior to August 12, 2008 had the City ever stated in writing that a "default" occurred
under any contract. In fact, by accepting the pveject as complete and acceptable, City has
acknowledged that that is "no default".
WBI notified the City Council and the City namiey that it, at the least, dersed its Cheap aiee
claims and time extension claims to be deemed an offset against any claim by the City for
liquidated damages, which right Weeger has pursuant to California law.
Throughout the time of the Escrow Account, Weeger was receiving, pursuant to the terms of the
Escrow Agreement, all interest earned on said disputed sum.
In all communications by City to Comerica Bank relating to the Escrow Agreement, until August
12, 2008, a carbon copy was supplied to WBI. However, on August 12, 2008, for the first time,
1«.1,
City submitted a letter to Comerica Bank giving " written notice of the default of Wccger Bros.,
Inc. ( "Weeger') under that certain Escrow Agreement for security deposit in lieu of retention .. .
. ", demanding the release of the 5150,000.00 in escrow to City, threatening suit if not complied.
The escrow holder acted upon this written demand and paid the $150,000.00 from escrow to City
and closed the Escrow Account. The only way WBI received notification of the August 12 acts
of City and the transfer of funds, was a subsequent notification from Comerica that the escrow
had been closed as all funds had been disbursed. Had WBI received notification of the August
12 acts of City, it could have taken action to protect itself and its funds. It is obvious that the
City gave this written notice with intent to harm WBI without notice.
Each and all of the actions described above, demanding the release of the , $150,000.00 from
escrow to City, was done in bad faith, with intent to harm WBI, as a claim against public funds,
with full knowledge that there could not be, nor was there a "default" under the Escrow
Agreement. In addition, this action was done with full knowledge that there could not be any
"default" under the Construction Contract as described in said contract. This is a reverse false
claim on public funds for which penalty, punitive damages, and attorney's fees are recoverable
and payable to WBI. Each and all of the acts described herein were done with full knowledge of
the City Council and their City attorney, who was active in the August 12, 2008 demand to
escrow holder.
All of the acts alleged herein are also a breach of the Prompt Payment Act of the State of
California law, by failing to release at least the undisputed amounts, pursuant to the architect's
determinations, of the funds timely, and thus there is due in addition to the undisputed amount.
interest, 2% Prompt Payment Act penalty, plus attorney's fees, which are continuing to accrue,
and will be determined at some subsequent date once determined.
NOTICE:
Please make all communication and notices regarding this claim to Weeger's attorney, Alfred
Fadel at the law firm of Gibbs, Giden, Locher, Turner & Senet LLP, 1880 Century Park East,
12n' Floor, Los Angeles, CA 90067. Telephone (310) 552 -3400.
Respectfully Submitted
Mark Weeger, ident Weeger ros. Inc.
4
71W) 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Stephen G. Badum, Director
June 9, 2008
Comerica Bank
Special Corporate Financial Services
2 Embarcadcro Center, Suite 300
San Francisco, CA 94111
RE: Escrow Account 20041- 0005RET - MC 4347
To Whom It May Concern:
Contract No. 3461 for construction services for Corona del Mar State Beach Improvements between
the City of Newport Beach and Weeger Bros., Inc. (Contractor) is final and complete. All stop
notices filed against the Contractor have been released.
The Escrow Agent is hereby authorized to release to Contractor a portion of securities and interest
on deposit less any escrow fees and charges of the Escrow Account pursuant to the terms of the
Escrow Agreement for Security Deposits in lieu of Retention. Due to a continuing dispute between
the City and the Contractor, the City is only authorizing the Escrow Agent to release to the
Contractor Twenty Thousand Four Hundred Ninety -Three Dollars and Seventy -Five Cents
($20,493.75) of the One Hundred Seventy Thousand Four Hundred Ninety -Three Dollars and
Seventy -Five Cents ($170,493.75) remaining on deposit with the Escrow Agent.
Deposited Funds
$394,485.84
Previously Released
$201,396.83
Previously Released
S 15,780.13
Previously Released
$ 6,815.13
Currently in Escrow
$170,493.75
This Release
S 20,493.75
Funds Remaining
$150,000.00
The City requests that you retain the remainder of the funds in the amount of One Hundred Fifty
Thousand Dollars and No Cents (5150,000.00) in the escrow account until the City provides you
with notice in accordance with the Escrow Agreement. Should you have any questions regarding
this matter, please contact Aaron Harp, City Attorney, at (949) 644 -3131.
Sincerely,
Public Works
Aaron Harp, City of Newport Beach
Mark Weeger, Weeger Bros., Inc.
project File
Weeger Bros., Inc. hereby by Authorizes the
Partial Release with Available Interest by check
as stated in this letter
Mark T. Weeger 06/13 008
President
3900 Newport Boulevard - Peat Oflloe D= 1788 • Newport Detach. Canrornla 92658 -8915
Telephone: (949) 644 -3311 - Fax: (9491 G44- =tddwjRyg y3l t- beach.ca.ua
Recorded in Official Records, orange County
RECORDING REQUESTED BY AND Tom Daly, Clerk- Recorder
WHEN RECORDED RETURN TO: II[ I MIN 11111011111111 .411,1U11IIIIIIII115111iNO FEE
2007000141641 08:01am 03106107
City Clerk 1024N12 i
City of Newport Beach 0.00 0 on o 00 0.00 0.00 0.00 0.00 0.00
3300 Newport Boulevard
Newport Beach, CA 92663 �(
"Exempt from recording fees N
pursuant to Government Code Section 27383"
7 CrS�[�1:I�1��Z�7i 17��CI►1
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Weeger Bros., Inc. of Huntington
Beach, California, as Contractor, entered into a Contract on August 9, 2005. Said
Contract set forth certain improvements, as follows:
Corona Del Mar State Beach Improvements (G3461)
Work on said Contract was completed, and was found to be acceptable on February 27
2307, by the City Council Tltfe to said property is vested in the Owner, and the Surety for
said Contract Is Travelers Casualty and Surety Company of America.
Pid6lic W s Director
City of Owport Beach
VERIFICA
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. I
Executed on - f G' br"L ? , at Newport Beach, California.
BY L��SiinC,
City Clerk
Greenbook 2003
25
area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation
operations within the area of discovery shall be as directed by the Engineer.
Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone
implements or other artifacts, animal bones, human bones, and fossils.
The Contractor shall be entitled to an extension of time and compensation in accordance with the
provisions of 6 -6.
6 -4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and
equipment, to7 commence the Work within the time specified, to maintain the rate of delivery of
material, to execute the Work in the manner and at such locations as specified, or fails to maintain the
y' Work schedule which will insure the Agency's interest, or , if the Contractor is not carrying out the
". intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its
Faithful Performance Bond demanding satisfactory compliance with the Contract.
The Contract may be canceled,by the Board without liability for damage, when in the Board's
opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or
subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the
Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the
quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts
of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and
all claims for damages because of cancellation of Contract for any such reason. If the Agency declares
the Contract canceled for any of the above reasons, written notice to that effect shall be served upon
the Surety. The Surety shall, within 5 days, assume control and perform the Work as successor to the
Contractor.
If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for
that part, and shall be paid by the Agency for all work performed by it in accordance with the
,•.� Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its
default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract.
If the Surety does not assume control and perform the Work within 5 days after receiving notice of
cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises.
The Agency may then take possession of all material and equipment and complete the Work by
Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such
methods. In any event, the cost of completing the Work shall be charged against the Contractor and its
Surety and may be deducted from any money due or becoming due from the Agency. If the stuns due
under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency
within 5 days after the completion, all costs in excess of the sums due.
The provisions of this subsection shall be in addition to all other rights and remedies available to
the Agency under law.
6 -5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own
discretion or when conditions encountered during the Work make it impossible or impracticable to
proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or
by official action of a public authority.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor,
such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor
CllM Beach - Contractors delay claims Page I oft
Subj:
CDM Beach - Contractors delay claims
Date:
1/25/2007 4:54 IT PM Pacific Standard Time
From.
JBriscoe@rossetti.com
To:
THEWEEG @aol.com
CC:
mpuglisi @city.newport- beach.ca.us
Dear Mark,
Are you preparing anything in response to my comments below which I forwarded to the owner last week? If so, in order to
review it it will need to be comprehensive for the entire project. I did receive a message from you since this message,
however it was related to an isolated issue rather than put in context of the overall project. At this point, it is impossible to
review issues individually.
If we are to revisit delay time again, I anticipate that it will be a comprehensive look at the project as a whole.
Sincerely
Jason
JASON BRISCOE, AIA
ASSOCIATE
ROSSETTI JORGENSEN
OE TROIT I DENVER I LOS ANGELES I NEWPORT I SHANGHAI
2800 LAFAYETTE
NEWPORT BEACH, CA 92663
T. 949.566.0080
E Ibriscoe @rossethlorgensen com
ROSSETTIJORG E NS E N.COM
From: Jason Briscoe
Sent: Wedmnday, January 17, 2007 6:35 PM
To: 'Pugffsi, Mama'
Cc Roberta )orgeruril
Subject: CDM Beady - Response to tmtradoes delay dalrns
Dear Marcus,
We have reviewed the package detailing Weeger Bros. delay claims for the Corona del Mar State Beach Improvements
Project. I spent several hours today reviewing the information which was provided to substantiate items A -D. It appears that
the dates and durations stated are correct and the paperwork matches that which we have in our files. I would agree with
Mark that each of the items indicated (A -D) has merit as a delay, however, we feel that the total amount of delay time
requested by Weeger Bros. is unreasonably high.
Our difficulty in reviewing the delay package as it was submitted lies in the relatively simple method of analysis. In this
report, each task with an associated delay is pulled out in isolation arld the total calendar delay for that task is recorded. This
is repeated for delayed task and then added to arrive at a cumulative total delay to the project. This delay time is then
multiplied by Weeger Bros. weekly rate for their entire overhead cost ( +15% for overhead and profit) to arrive at a monetary
value for damages.
The problem with this methodology is that it doesn't take into consideration the reality that during the delay period for the
outlined tasks (A -D) a myriad of other operations were ongoing. As is the case for any construction project, the contractofs
schedule incorporates many overlapping tasks in order to complete the job in a reasonable amount of time and at a
competitive cost. Because delay time and associated cost should be calculated against the total project and not against
individual tasks, progress towards completion of concurrent tasks must be taken into account when determining delays
Friday, January 26, 2007 America Online: THEWEEG
X.."M "VOWI - k,uuudU&M a Mid "auue
rage[urc
against the total project To look at It another way, if the 141 total delay days claimed were accurate, it would mean that
during those 141 days there was no other work occurring during that time and that the contractor's entire overhead cost was
attributable to the delayed tasks' In our opinion there weren't reasonable causes on this project which would have created
this situation for this cumulative amount of time.
In our opinion the only way to evaluate the overall delays to the project is to look at them in the context of the overall project
schedule which will show the delayed tasks along with concurrent tasks and the overall critical path for the project.
Sincerely,
JASON BRISCOE, AIA
ASSOCIATE
ROSSETTI JORGENSEN
DETROIT I DENVER I LOS ANGELES I NEWPORT I SHANGHAI
2800 LAFAYETTE
NEWPORT BEACH, CA 92667
T. 949 566.0080
E IbnscoeQrnssetOprgensen can
ROSSEMORGENSEN.COM
Copyright 2007 Rossetti Associates Inc.
This electronic mail message was sent by Rossetti Associates Inc. and may contain information
photographs graphics and other material (collectively "Content ") that are protected by copyrights
trademarks service marks trade secrets or other proprietary rights. The recipient is not permitted to
remove or amend any trademark copyright or other proprietary notice and may not reproduce or
distribute Content in any way without obtaining permission of the owner. The recipient may not modify
remove publish transmit create derivative works from or in any way exploit the Content in whole or in
part. While Rossetti makes all reasonable attempts to exclude viruses from its email it cannot ensure
such exclusion and no liability is accepted for any email virus or resultant damage it may cause.
(MI)
Friday, January 26, 2007 America Online: TREWEEG
CLAIM AGAINST THE CITY OF NEWPORT BEACH
(FOR DAMAGES TO PERSONS OR PERSONAL PROPERTY ALLOWABLE
UNDER TIIE CALIFORNIA GOVERNMENT CODE - TORT CLAIM A(7)
Received by Ma
U.S. Mail
Inter -Office Mail
Counter ❑ (FAX Not Accepted)
79 OCT 13 PH
CLERK'S DA IF fi I IMF $TAMP
A claim must be filed with the city clerk of The City of Newport Beach within 6 months after which the incident or event
occurred. Be sure your claim is against The City of Newport Beach, not another public entity. Where space is insufficient,
please use additional paper and identify information by paragraph number. Complete claims must be mailed or delivered to:
The City Clerk, The City of Newport Beach, City Hall 3300 Newport Blvd., P.O. 1768, Newport Beach, CA 92658 -8915.
Type or print in blue or black ink (no pencil).
TO THE HONORABLE MAYOR AND CITY COUNCIL, The City of Newport Beach, California
The undersigned respectfully submits the following claim and information relative to damage to persons and/or personal
property.
NAME OF CLAIMANT: WFHGBR BROS. , INC.
a. ADDRESS OF CLAIMANT: 2124 Main Street, Suite 146, Huntington Beach, CA 92648
%
^�I STREL I ADDRESS CIEY,STATE 7.IPCODE
b. PHONE NO.:S1fi) 6,36- 38.SN c. DATE OF BIRTH: N/A
d. DRIVER'S LIC. NO.: N/A
Mailing Address:
2. Name, telephone and post office address to which claimant desires notices to be sent if other than above:
Alfr.-A vadal. z- , c/o Cibbs, Cidon, Lochrs'?^ nor i Senet r-■ -R
------- 1-880 - century- pBarJc- Bast, -- -12th Floor, Los Angeles, -CA 90067
3. Occurrence event from which the claim arises:
SHE ATTACHED CLAIM N V IS INCORPORATED HER IN
a. DATE: b. TID7E: c. PLACE (exact and specific location):
d. How and under what circumstances did damage or injury occur? Specify the particular occurrence, event, act or
omission you claim caused the injury or damage (use additional paper if necessary):
SEE ATTACHED CLAIM MICH IS INCORPORATE?D HER IN
e. Names and addresses of all witnesses to this incident: Mark Neeger, Aaron
Lloyd Dalton, Steve Badun. Jason Briscoe. Roberta Jor,
M -Z
f. What particular action by the City, or its employees, caused the alleged damage or injury?
SRR ATPACMM (T ATM WITYrA TS TNMRPnRA4Rr1 ITIMW N
GLCLAIMFDRM -INH
g Naow% o f Co v emplovcce nnoI%cd
Aaron Harp, Marcus Puglisi, Lloyd Dalton, Stove Sadum
h. Give the names of any other party or parties involved in causing the alleged injury an(Vor damage:
4. Clive a description of the injury, property damage or loss, so far as is known at the time of this claim. If there were no
injuries, state "no injuries."
- SRR A7MACUED - I.`I,AIM A/r LCU TS TMry)QpogATRn moQRilr,. __ _- ._.. -_—
5. Name and address of any other person injured for which you arc the parent or legal guardian:
6. Name and address of the owner of any damaged property: dQRrRR RRnS INC
yr7L - t
7. The amount of damages you are requesting to resolve your claim: IpO�LED
a. Amount claimed as of this date: E HER IN
b. Estimated amount of future costs: S
c. Total amount claimed: E
d. Basis for computation of amounts claimed (include copies of all bills, invoices, estimates, etc.):
8. Names and addresses of all hospitals, doctors, medical providers (physical therapy), etc.
a.
b.
C.
d.
9. Any additional information that might be helpful in considering your claim:
— — — .:,,
! FAILURE TO PROVIDE ANY OF THE ABOVE INFORMATION MAY RESULT IN THE RETURN OF YOUR CLAIM
FOR INSUFFICIENCY AND MAY UNECFSSARILY DELAY THE CITY'S PROMPT RESPONSE TO YOUR CLAIM.
WARNING: IT IS A CRIMINAL OFFENSE TO FILE A FALSE CLAIM! (Penal Code §72; Insurance Code §556.1)
1 have read the matters and statements made in the above claim and 1 know the same to be we of my own knowledge, except
as to those matters stated upon information or belief and as to such matters 1 believe the same to be true. I certify under penalty
of perjury that the foregoing is TRUE and CORRECT.
Signed this , V day of G^
Office of the City Clerk
Newport Beach, California
GLCLAIMFORM -1108
CLAIM
7M OCT -2 AM ! 26
TO: City Clerk
City Of Newport Beach ( "City ")
3300 Newport Blvd.
Newport Beach, CA 92663
FROM: Weeger Bros Inc. ( "Weeger ")
2124 Main Street, Suite 146
Huntington Beach, CA 92648 -6443
Re: Escrow Agreement for Security Deposits in Lieu of Retention by and between
City of Newport Beach (hereinafter referred to as "City "), and Weeger Bros., Inc.
(hereinafter referred to as "WBI "), and Comerica Bank (hereinafter referred to as
"Escrow Agent"). pursuant to Section 22300 of the Public Contract Code,
referenced as Escrow No. 20041 -0005 RET (hereinafter referred to as "Escrow
Agreement ").
Underlying Construction Contract No. 3461 - Improvements- Construction at
Corona Del Mar State Beach Improvements between City and Weeger
( hereinater referred to as "Construction Contract ").
Claim Amount: $150,000.00, plus interest, plus prompt payment act penalties and
attorney's fees, and damages for bad faith claim on a public project.
Full Amount unknown.
STATEMENT OF CLAIM:
The Construction Contract between City and WBI was entered into on August 9, 2005, calling
for the construction by WBI of certain specified work, within a stated number of calendar days,
setting forth a $1.500.00 per day liquidated damage clause. Said Construction Contract
referenced the green book, 2003 version, which contains the contract provisions for delays and
extensions of time, including the rights for time extensions and compensation for delays caused
by City, due to required extra work and items that the engineer /architect may deem in the best
interest of the City. This is within the Section 6-6.1, 6.2 and 6.3 of the green book.
Subsequent to entering into the Construction Contract, City, WBI, and Comerica Bank entered
into the Escrow Agreement in writing. At various times throughout the completion and
acceptance of the Construction Contract, City transferred and deposited all of the retention
payments under the Construction Contract into the Escrow Account pursuant to the terms of the
Escrow Agreement. All of the funds within the Escrow Account have now been disbursed to
WBI except the sum of $150,000.00, which was being held by Comerica Bank in said Escrow as
"disputed funds" (reference City letter June 9, 2008 attached).
SMU1
At this time it should be noted that the project was deemed completed on October 20, 2006, and
a Notice of Completion was recorded by the City on March 6, 2007 (copy attached). In addition,
City gave notice to Comerica Bank that the Construction Contract was "final and complete" in
writing on March 29, 2007.
The Escrow Agreement contains a provision that funds are to be disbursed to WBI from said
Escrow Account by written notice from both parties. Said Escrow Agreement also has a
provision, paragraph 7, that states "the City shall have a right to draw upon the securities in the
event of default by the contractor." 'there is no definition of "default" nor a statement of what
the default is referencing, within the Escrow Agreement. WBI has performed all portions of the
Escrow Agreement terms on its part to be performed.
The Construction Contract only has one reference to "default ", that being in the green book.
2003 version, in paragraph 64 (copy attached) which provision gives specified rights to the City
upon the failure of the contractor. WBI, to complete the construction project, being a claim
against the contractor's bond and/or terminating the Construction Contract. In this case, there
were no rights exercised under the default paragraph in the green book, as the construction
project was in tact completed and there was no termination nor claim against any bond.
Pursuant to a City Council staff report dated February 27, 2007 from the Public Works
Department, the City Council followed the recommendations and accepted all of the work on the
construction project complete at its February 27, 2007 meeting. Said City Council staff report
also contained statements relating to a claim by WBI for time extensions and additional stuns to
be paid and "Cross- Claim" by the City for liquidated damages.
Once the project was complete and accepted and a Notice of Completion filed, pursuant to
paragraph 8, indicates that upon notification from the City that the contract is "final and
complete" escrow agent shall release all funds in escrow to contractor. Titus, on or about
February 27. 2007, or at least the date of the filing of the Notice of Completion attached hereto,
all funds within the escrow should have been released to WBI. In breach of same, City notified
escrow to hold all funds in the sum of $150,000.00 as "disputed funds ".
During the performance of the Construction Contract, City issued certain change orders, which
in addition to adding funds payable to WBI, extended the completion date of the Construction
Contract up to and including July 12, 2006. The Notice of Completion indicates that the work
was completed and found to be acceptable on February 27, 2007 by the City Council, however
the City in writing acknowledged a completion date of the Construction Contract as of October
20, 2006, calculating their Cross -Claim for liquidated damages as being 100 days between July
12, 2006 and October 20, 2006. in writing. It should be noted at this time in actuality this
claimed liquidated damage calculation is actually 99 days, and WBI has notified the City that it
has miscounted.
During the time of construction, and prior to requesting final payment, WBI submitted several
change order requests which were not included in the change orders described in the previous
paragraph, which not only requested additional payments for time, but also requested time
extensions through the date of actual completion. It should be noted that the Construction
2
,IY,I 1
Contract called for the engineer /architect to make the determinations relating to time and claims,
and further indicated that all claims are to be submitted to L. Dalton at the City of Newport
Beach. Mr. Dalton did in fact receive by carbon copy, all of the claims and requests of WBI, as
well as the architect's representative. Jason Briscoe. By email dated January 17, 2007 (copy
attached) Jason Briscoe on behalf of the architect responded to Weeger's delay claim, noting that
each of the claims "has merit as a delay" noting further that he feels that the total amount of
delay time is high. Also, the architect questions the right to additional compensation, claiming
that the delays were concurrent. and therefore should be reduced. In other words, the architect
made a determination that in fact WBI's claim for delay had merit, and the only two issues were
(1) the amount of days, and (2) whether they were compensable. This dispute has continued,
with the City attorney for the City being directly involved in all assessing of WBI's claim,
reviewing all submittals of claims, and reporting directly to City Council.
The disputes raised in the WBI claim, and the architect's response, were never resolved, however
the City never issued any unilateral change orders setting their time extension and compensation
based upon the architects' review, which was a duty under the contract. Instead, the City ignored
the architect's findings and continued claiming the entire delay time between July 12 through
October 20, 2006.
At best, the City was arguing that the total delay claim by WBI was partially correct and the
balance was c:onctmwd delays due to acts of both the contractor and owner. However, the City
ignored the provisions of Civil Code Section 1511 and the holdings in the cases of Peter Kiewir
Sons Co. v. Pasadena City Junior College District, 59 Cal.2d 241 and G. Keith Kenworthy v.
State of California, 236 Cal.App.2d 378, whereby no liquidated damages can be assessed for
concurrent delays, and at best there must be some form of proration if one of the concurrent
delays was by owner.
Weeger continued attempting to negotiate the proportioning of any claim of concurrent delays.
all of which were submitted to the City Council, without effect.
WBI has continually demanded frill release of all funds within the Escrow Account, including
the last $150.000.00, which demand was refused by City.
At no time prior to August 12. 2008 had the City ever stated in writing that a "default" occurred
under any contract. In fact, by accepting the project as complete and acceptable, City has
acknowledged that there is "no default ".
WBI notified the City Council and the City attorney that it, at the least, deemed its change order
claims and time extension claims to be deemed an offset against any claim by the City for
liquidated damages, which right Weeger has pursuant to California law.
Throughout the time of the Escrow Account, Weeger was receiving, pursuant to the terms of the
Escrow Agreement, all interest earned on said disputed sum.
In all communications by City to Comerica Bank relating to the Escrow Agreement, until August
12. 2008, a carbon copy was supplied to WBI. However, on August 12, 2008, for the first time,
3
City submitted a letter to Comerica Bank giving "written notice of" the default of Weeger Bros.,
Inc. ("Weeger ") under that certain Escrow Agreement fbr security deposit in lieu o1'retention ...
. demanding the release of the $150,000.00 in escrow to City, threatening suit if not complied.
The escrow holder acted upon this written demand and paid the $150,000.00 from escrow to City
and closed the Escrow Account. 'Ihe only way WBI received notification of the August 12 acts
of Cite and the transfer of funds, was a subsequent notification from Comerica that the escrow
had been closed as all funds had been disbursed. Had WBI received notification of the August
12 acts of City, it could have taken action to protect itself and its funds. It is obvious that the
City gave this written notice with intent to harm WBI without notice.
Each and all of the actions described above, demanding the release of the , $150,000.00 from
escrow to City, was done in bad faith, with intent to hams WBI, as a claim against public funds,
with full knowledge that there could not be, nor was there a "default" under the Escrow
Agreement. In addition, this action was done with full knowledge that there could not be any
"default" under the Construction Contract as described in said contract. This is a reverse false
claim on public fiutds for which penalty, punitive damages. and attorney's fees are recoverable
and payable to WBI. Each and all of the acts described herein were done with full knowledge of
the City Council and their City attorney, who was active in the August 12, 2008 demand to
escrow holder.
All of the acts alleged herein are also a breach of the Prompt Payment Act of the State of
California law, by failing to release at least the undisputed amounts, pursuant to the architect's
determinations, of the funds timely, and thus there is due in addition to the undisputed amount,
interest. 2% Prompt Payment Act penalty, plus attorney's fees, which are continuing to accrue,
and will be determined at sonic subsequent date once determined.
NOTICE:
Please make all communication and notices regarding this claim to Weeger's attorney, Alfred
Fade] at the law firm of Gibbs, Giden, Locher, Turner & Senet LLP, 1880 Century Park East,
12d' Floor, Los Angeles, CA 90067. Telephone (310) 552 -3400.
Respectfully Submitted
Mark Weeger, ident Weeger ros. Inc.
4
71w 1 1
Weeger vs. City of Newport Beach
Settlement Agreement
Exhibit 3
Summons /Complaint
w7 navex nor ewe,x wnrwr wnOMNeT Paine•. 9w er,••eer. rW •aa•W
••^• •••••^•• ••.'� •..�.
'Al Fadel
` UrRmkod .
Al Fadel, Esq., CSB 142222
FILED
GIBBS, GI DEN, LOCHER, TURNER 6 SENET LLP
SUPERIOR COURT OF CALIFORNIA
1880 Century Park East, 12th Floor
COUNTY OF ORANGE
Los Angeles, CA 90067
CENTRAL JUSTICE CENTER
TEIE►indar,no (310) 552 -3400 FAX NO
AnORWY root
MAY 12 2009
+ soncl.nwah.cowf
SUPERIOR COURT OF cAuroR1aR coDMr of ORANGE
$7RUTAbORESS 700 Civic Center Drive West
-
r4xsar0AOOrress Same
Uninsured motorist (46)
ctTvA bzncocc Santa Ana, CA 92701
BY N 00RFMau -
lwwcwRnwe UNLIMITED
30-200P
CASEN ME: WEEGER v. NEWPORT
CIVIL CASE COVER SHEET
Complex Case Dos.l.gJ0nn
noioder
CAM
L A v
` UrRmkod .
Counter
(Antout
Filed with first appearance by defendant
Arooe:
eexxoceeeddsse 25 000 S25m000 or (less
(Cal. Rules of Court, rule 3.402)
Items 1.6 below must be cornplated see inslrucUons on a 2).
I . Check one box below for the case type that best describes this case: DEP I.
Auto Ton
Contract Provisionally Complex Civil Litigation
- Auto (22)
x Breach of contraWwarranly (06) (Cal. Rules or Court, rules 3.400 - 3.403)
Uninsured motorist (46)
Rub 3 740 collections (09) Anllhrusttirede regulation (03)
Other PI /PD/WD (Personal Injury/Property
DamagMWrongfut Death) Tort
Asbestos (04)
Product Lability (24)
Medical malpractice (45)
! Other PVPDIWD (23)
Non- PUPDAYD (Other) Tort
.. _ . Business lortrunfau business praWa (07)
.. Civil rights (D8)
Defamation (13)
Fraud (16)
Intellectual property (19)
Professional negligence (25)
Other non-PIIPDVWD tort (35)
Employment
__, j Wrongful termination (36)
Other
Other Collections (D9)
Insurance coverage (18)
l
. _ t Other contract (37)
Real Property
Emi ent domaiwlnvense
- - -- condemnation (14)
Wrongful eviction (33)
'_ War real property (26)
Unawlu Detainer
'.
Commercial (31)
Residential (32)
- Daw (38)
Judicial Review
[_— Asset forfeiture (05)
L_ Petition re: arbitration award (11)
`] Writ o(mendate (02)
F7 Other judicial review (39)
Construction dated (10)
Mass tort (40)
Securities litigation (28)
EnvloosnentaVToxic ton (30)
Insurance coverage claims arising from the
above Rated Provisionally co774' Wx rase
types (41)
EnforcemarA of Judgment
Enforcement of )vdgment (20)
Miscellaneous Civil Complaint
RICO (27)
l Other complaint (no( specdied above) (42)
Miscellaneous Civil Petition
( Partnership and corporate govemance (21)
{ _ Other petition (nor specified above) (43)
2. This case ' _ j is [ K..: is not complex under rule 3.400 of the Catifornle Rules of Court. N the case is complex, mark the
factors _requiring exceptional judicial management:
a. Large number of separately represented parties d. F _ Large rnxnber of witnesses
b. Extensive motion practice raising dd6ctlit or novel e. Coordination with related actions pending in one or more courts
issues that will be time - consuming to resolve in other counties, states, or countries, or in a federal Court
C. Substantial amount of documentary evidence I. _ Substantial postjudgmont judicial supervision
3. Remedies sought (check all that apply): a. x � monetary b. norvnonetary; declaratory or injunctive relief c. I punitive
4. Number of causes of action (spedly): ONE
5. This case _ i is ._)1_I is not a class action suit.
6. If there are any known related cases, file end serve a notice of related case.
Date: MAY 11, 2009 k /
• Plaintiff must file this cover sheet with the first paper filed in the action or proceaQiig (except small claims cases or cases fled
under the Probate Code, Family Code, or Welfare end Institutions Code). (Cal. R es of Court. rule 3.220.) Failure to file may result
in sanctions.
• File this cover sheet in addition to any cover sheet required by local court rule.
• If this case is complex under rule 3.400 at seq. of the California Rules of Court, you must serve a copy of this cover sheet on all
other parties to the action or proceeding.
• unless this is a collections case under rule 3.740 or a complex case, this cover sheet will be used for statistical purposes only.
•• b M•nErory Uv C•r ri • d Wn. N•r 230. ]220. 3 •W J.•Ur, 3 7•e.
�.aac.ao� CIVIL CASE COVER SHEET ; , „,b
law A•r , -lean � ,�
SUMMONS
(CITACION JUDICIAL)
NOTICE TO DEFENDANT:
(A VISO AL DEMANDADO):
CITY OF NEWPORT BEACH, a body politic
YOU ARE BEING SUED BY PLAINTIFF:
(LO ESTA DEMANDANDO EL DEMANDANTE):
WEEGER BROS. INC., a corporation
FDR COURT USE ONLY
!SOLO PARR VSO OE"CORTE)
FILED
SUPERIOR LINTy OF CALIFORNIA
CENfRAL,1USTICE CENTER
MAY 12 2009
ALAN CARLSON. Clark d the Coin
SY:. N. DORFMAN DEPUTY
You have 10 CALENDAR DAYS after this summons and legal papers am served on you to file a written response al this court and have e
copy served on the plalntiff. A letter or phone call will no protect you. Your written response, must be In proper lags! tone If you want the
court to hear your case. There may be a court form that you can use for your response. You can find these court forte and more
information at the California Courts Online Self-help Center (wwv,.courtinfo.ce.govlselhelp), your county law library, or the courthouse
nearest you. If you cannot pay the filing lee, ask the court clerk for a tee waiver form. If you do not file your response on time, you may
lose the case by default, and your wag ", money, and property may be taken without further warning from the court.
There are other legal mqulrements. You may want to call an attorney right away. If you do not know an attorney, you may want to call an
attorney referral service. If you cannot afford an attorney, you may be eligible for free legal services from a nonprofit legal services
program. You can locate these nonprofit groups at the California Legal Services Web site (wivr.lawhelpcolifomla.org), the California
Courts Online Sell -Help Center (www.courtinfo.oa.gov/selfhelp), or by contacting your local court or county bar associauon.
none 70 DIAS DE CALENDARIO despues de que le entreguen ester cltacibn y papeles legatos Para preseniar unit respuesta por escnfO
an ester torts y hater que se entmgue unit copla at demondanfe. Una carts o unit Ilamada toleft5nics no to protegen. Su mspuesia por
escnio bent qw "tar an foemato legal corracto si dries que procesen su "so an to torte. Es posible que trays un formuiaria que usted
pueda usar pars su respuesta. Puede enconfr it estas formularios dots tort* y mis informacf6rl an el Centro der Ayuds de las Cortex do
California ( www. courunfo.ca.govisedhewespanolo, en la blblioteca de !eyes de su condado o on Is cone que le quedo mills coca. Si no
puede pager Is coots de presentad6n, plda at secretano der U come que le de un tonnulano de asenN6n de page de cuotas. S1 no presenta
su respuesta a tiampo, puede perder H caso por Incumplimlento y is Cone le podri qultar su sueldo, dMero y Dienes sin mis advorMOla.
Hay otros mqulslfos legales. Es recomendable qua Items a un abog ido Inmedlatamente. Sf no eonoce a un abogodo, pueds gamer a un
senacio de mmrsi6n a abogedos. SI no puede pogar a un abogado, as posible que cumpla con los requishos Pam obtener servicios
legates gratultos do un programs de semicios ltpales sin fines de lucro. Pusdo encontrar estos gnrpos sin fine, Of I el io web de
Callfomia Legal Services, (www.rawhe1pcallfomia.org), an at Canfro de Ayuda de las Cones do California, _(b �0,
(www.courtinfo.ca. v/selthNp/" nW o orrlendose on rontacto con la cone o etc io de abogedos lots
The name and address of the court is: rnsE s,lu6ER 0 0 228981
(El nombre y direccibn de to torte es): °"n"'° err c«e)
ORANGE COUNTY SUPERIOR COURT
700 Civic Center Drive West
Santa Ana, CA 92701 JUD ®E. FRANCISCO F FIRMAT
UNLIMITED DEPT. C15
The name. address, and telephone number of plaintiff out s attorney, or plaintiff with an attorney, is:
(El nombre, la drrecci6r y n6mero de tef4fono del abogedo def demandante, o del demandante que no tiene ebogado, es):
Al Fadel (310) 552 -3400
Al Fadel, Esq., CSB 142222
GIBBS, GIDEN, LOCHER, TURNER t: SENET LLP
Los Angeles, CA 90067 Deputy
DATE: 1{AY 12 20 ALAN CARLSON ((Cs aeredd) Depart rd)
IF a)
(For proof of service of firs summons, use Proof of Service of Summons (form POS -010).)
(Para pnieba de entrega de ester citetrdn use of lotmuiano Proof of Service of Summons. (POS- 010)).
NOTICE TO THE PERSON SERVED: You are served
[SEAL] t. as an individual defendant.
2. as the person sued under the fictitious name of (specify):
3. on behalf of (specify)
under: _ CCP 416.10 (corporation); CCP 416.60 (mirror)
CCP 416.20 (defunct corporation) [J CCP 416.70 (conservatee)
CCP 416.40 (association or partnership) F— CCP 416.90 (authorized person)
L other (specify):
A la, mr%nnel dAlivary m Main]'
Fora Ae^PrO Ica mil i U. )pop( C°ea d CM FYaoM f3 A1220. 46e
"tor cw,wl °r `sawn. SUMMONS Sohu S
SUFn IOp IRw Jrory 1 i00A1 r1 Ph IS
2
3
4
5
6
7
8
9
10
II
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Alfred Fadel, Esq. (CSB # 42222)
afadel(�gglts.com
GIBBS, WIDEN, LOCHERJURNER & SENET LLP
1880 Century Park East, 12 "Floor
Los Angeles, California 90067 -1621
(310) 552 -3400
Fax (310) 552 -0805
Attorneys for
WEEGER BROS. INC.
sumwftl
TM7 ORANCc RN1t OF co� AW" CENTER
MAY 12 2009
wr+ cnrac°"'. cry of ee coon
fry
�l1TY
SUPERIOR COURT OF THE STATE OF CALIFORNIA
FOR THE COUNTY OF ORANGE, CENTRAL JUSTICE CENTER
WEEGER BROS. INC., a corporation,
Plaintiff,
V.
CITY OF NEWPORT BEACH, a body politic,
Defendants.
30 -2009
Case No.: 0 0 12 2 8 9 8
[Unlimited Jurisdiction]
COMPLAINT FOR BREACH OF
CONTRACT, BREACH OF ESCROW
AGREEMENT AND WRONGFUL
WITHDRAWAL OF MONEY
JUDGE FRANCISCO F. FIRMAT
DEPT. C15
Plaintiff WEEGER BROS. INC. ( "WEEGER ") is a corporation duly existing
under the laws of the State of California, and is licensed by said State as a contractor to
perform all acts hereinafter alleged.
2. Defendant CITY OF NEWPORT BEACH ( "CITY ") is a body politic existing
under the laws of the State of California and authorized to enter into construction and escrow
agreements as alleged hereinafter.
3. On or about August 9, 2005, Plaintiff and Defendant entered into a written
construction contract whereby Plaintiff agreed to construct a project known as "Corona Del
Mar State Beach Improvements — Contract No. 3461" (hereinafter referred to as "Subject
Project') in return for Defendant paying to Plaintiff the sum of $3,945,000.00 plus any and
all additions and extras caused or ordered by Defendant, at reasonable value (hereinafter
1
"1 COMPL41NT
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
referred to as "Subject Contract ").
4. The Subject Contract set out a completion date together with a liquidated
damage clause, and incorporating by reference the "Greenbook, 2003 Version" for additional
contract provisions, including rights to extension of time and limitations to assessing
liquidated damages.
5. Subsequent to the execution of the Subject Contract, Plaintiff and Defendant
entered into a written Escrow Agreement for security deposit in lieu of retention pursuant to
Section 22300 of the Public Contract Code of the State of California, a true and exact copy
of which is attached hereto and marked as Exhibit "1" and by this reference incorporated
herein as though se! forth in full (referred to hereinafter as "Escrow Agreement ").
6. The Escrow Agreement did not contain any definition of the term "Default ",
as the Subject Contract only contained one referenced "Default" which referenced a failure
to complete the construction of the project, and a sole remedy to the Defendant of a claim
against a surety bond, and nothing more.
7. Plaintiff did successfully complete all of the construction required under the
Subject Contract to the terms of said contract and the approval of Defendant.
8. Plaintiff has satisfied all of the conditions and covenants required of it under
the Subject Agreement and the Escrow Agreement, other than those made impossible to
perform by acts of the Defendant.
9. During the performance of the Construction Project under the Subject
Contract, Plaintiff was delayed and disrupted from completing the Project until the actual
date completed, making a claim for additional time to the CITY, and pursuant to the terms of
the Subject Contract, the architect/engineer ruled on same, indicating that it was valid as to
time.
10. During the perfonmance of the Subject Contract, retention was paid into the
Escrow account pursuant to the terms of the Escrow Agreement, Exhibit "I". Also during
the performance of the Subject Contract, Defendant gave written notice to the Escrow holder
that the Project had been successfully completed and accepted by it.
M1% i
2
3
4
5
6
7
8
9
10
11
12
13
J4
15
16
17
18
19
20
21
22
23
24
25
26
27
28
1 1. In breach of the terms of the Escrow Agreement, Defendant refused to agree to
release all escrow funds to Plaintiff and refused to supply written instructions pursuant to he
terms of the Escrow Agreement, although the project was completed and accepted.
12. There has occurred no "Default" by the Contractor pursuant to any definition
I within the contract documents.
13. In breach of the Escrow Agreement, Defendant gave notice to the Escrow
holder that a "Default" occurred by the contractor under the Escrow Agreement, demanding
release of all funds, in the sum of $150,000.00, to wit, without any notice to Plaintiff. A true
and exact copy of said written notice and demand is attached hereto and marked as Exhibit
"2" and incorporated herein as fully as though set forth in full. At the time of demand and
notice of the claimed Default under Exhibit "2 ", Defendant was fully aware of the
architect/engineers binding determination that Plaintiff was entitled to extensions of time,
that there were concurrent delays by way of extra work ordered by Defendant and failure to
Defendant to complete certain portions of its own work needed for Plaintiffs completion,
and that it was not entitled to any liquidated damages pursuant to law.
14. All of the acts of Defendant as alleged herein were in breach of the Subject
Contract and the Escrow Agreement, and said breach caused damage to Plaintiff in the sum
of $150,000.00.
15. The breaches and failure to make payment and release funds pursuant to terms
of the Agreement, is also a violation of the State of California Prompt Payment Act for
which Defendant is liable for a penalty of 2% per month for the funds improperly held, and
is responsible for attorney's fees owed Plaintiff herein.
16. As a direct and proximate result of all of the breaches alleged herein, Plaintiff
has been damaged in the sum of $150,000.00, together with the right to penalties in the sum
of 2% per month from the date due until ultimately release, together with legal interest
thereon.
IT Within the time allowed by law, Plaintiff submitted its written claim to
Defendant alleging each and all of the breaches and damages asserted herein, a true and
3
COMPLAINT
A1W
I
a
E~
d
z
0
c�
m
c�
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
exact copy of which is attached hereto and marked as Exhibit "3" and by this reference
incorporated herein as fully as though set forth in full.
18. By letter dated November 13, 2008, Defendant notified Plaintiff that its claim
was denied. A true and exact copy of which is attached hereto and marked as Exhibit "4"
and by this reference incorporated herein as fully as though set forth in full.
19. This lawsuit has been commenced within the time allowed by law.
WHEREFORE, Plaintiff prays for judgment against Defendant as follows:
1. For damages in the sum of $150,000.00;
2. For interest due thereon;
3. For penalties in the sum of 2% per month until paid as allowed under the
Prompt Payment Act;
4. For reasonable attorney's fees as allowed by law;
5. For costs of suit incurred herein; and
6. For such other and further relief as the Court may deem proper.
DATED: May 11, 2009 GIBBS, GIDEN1LOCHEPTURNE�&�
BROS. INC.
LLP
COMPLAINT I
f9f)f9 I
VERIFICATION
I have read the fonegoing COMPLAINT and know its contents.
❑ 1 am a party to this action. The matters stated in the foregoing docum cot are true of my
own knowledge except as to those matters which are stated on information and belief. and to
those matters 1 believe Them to be true.
B 1 am 0 an cfficer of WFGGER BROS. INC., a party to this action, and am authorized to
make this verification for and on its behalf. and 1 make this verification for that reason.
❑ 1 am informed and believe and on that ground allege that the matters stated in tic
foregoing document are true.
0 The matters stated in the foregoing document are true of my own knowledge except as to
those matters which are stated on information and belief. and as to those matters 1 believe them
to be true.
Fxccuwd on May 1 1.2009 at Huntington. Beach. Califorais.
1 declare under peralty of perjury under the laws of the Stare of California that the
foregoing is true and conect
Mark Weeger ?Wure
This Escrow Agreement Is made and entered Into by and between the City of Newport
Beach, a municipal corporation and charter City, whose address Is 3300 Newport Boulevant,
Newport Beach, California, 92656, ('Gty"); and Weeger Bros., Inc., whose eddm*s is 21"24
Main Street, Suite 146 ('Contractor'), and Comerce Bank whose address is
i1,vo Embar®dero Center. Suha 300 can Francisco CA 84111, ('Escrow Agent. ")
For the consideration hereinafter set forth, the City, Contractor, and Escrow Agent agree
as folbws:
1, Pursuant to Section 22300 of the Public Contmot Code of the State of California,
Contractor has the option to deposit securities wit Escrow Agent as a substitute fur retention
earnings required to. be wMhdd by City pursuant to the Construction Contract anthired into
between the City and Contractor for Contract No,G3461, construction services for the Corona
del Mar State Beach Improvomerds, In the amount of Three 143(ior4 Nine Hundred Forty -
Ftva Thousand and 001100 Dollars (§3,945,000.00) dated September 1, 2005, ('Contracr).
Alts:natNWy, on written request of Nte Contractor, the Clty shall. make payments on the
retention earnings directly to the Escrow Agent. When the Contractor deposits the aecudtias as
a substitute for Conlx2rt earnings, the Escrow Agent shall notify the City wi hfn true (10) days of
the depose, The market value of the secwltles at the time of the substitution shall be at (east
aqua! to the cash amount required to be withheld as retention under the terms of the Contract
bebNeen the City and Contractor. Ser erilles shag be held In the rrame of the City of Newport
Beach, and shalt designate the Contrz:xor as the benef[Al owner. Sacutffles atipible for
deposit under this Escrow Araemont are those listed In CafJomia Government Coda Section
16434, bank or savings and loan certificates of daposft interest bearing demrnd deposit
aecaunts, ciandby letters of credit, or any other seaurfty mutually agreed to 1r, writing by
Contractor and the Owner.
2 The City shall make progress payments to the Contrector for those hinds whfdl
otherwise would be withheld from progress payments purattenl to the Contract provisions,
provided that the Esorow Agent holds securities In the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent,
the Escrow Agent shall hold them for the beneftt of the Contraotor until the time that the escrow
created under this Contract is tarninatsd. • The Contractor may direct the Investment of the
payments into securities. All terns and conditions of this Agreement and the rights and
responsibilities of the Parities shall be equally applirabie and 6lnding when tthe C'ty pays the
Escrow Agent dlrectty.
4. Contractor shail.be responsible for paying ali fees for the expenses hcurred by
Fsttow Agerd in administering the Escrow A=unt and all expenses of the city. These
expenses and payment terms shalt bo determined by the City, Contractor and Ettmmw Agent
5. The interest earned on the securities or the money market aoramts bard in
escrow and ail interest earned on that interest shall be for the sole acaaunt of Contractor and
shall be subject to withdrawal by Contractor at any time and from time to time without notice to
the City.
61 Contractor shag have the right tc withdraw all or any part of the princ¢ial in the
Escrow Account only by written notice to Escrow Agent accompanied by written nuthoriration
EXHIBIT__1___
from the Coy to the Esc uw Agent that City oonsenta to the vAthdrawal Of the amount sought to
be withdrawn by Contractor.
7, The Gty shall have a eight to draw upon, the securlites in the event of defaurt by
the Contractor. Upon seven (7) days written notice to the Escrow Agent from Ole I)q of the
defaUtt, the Escrow Agent shall immediately convert the sacuriaes to cash and shall distrbule
the cash as instructed by the City.
a. Upon receipt of written nottfrcatlon from the City certifying that the Gontract is
final and complete, and that tho Contractor has compttod with aff requirements and procedures
applicable to the Contract, Escrow Agent shaft release to Contractor ail stcuOtties mid interest
on depost! less escrow fees and ohargas of the Escrow Account. The escrow shall be closed
immediately upon disburbernanl of all moneys and securities on deposit arnd payments of foes
and charges.
9. Escrow Agent shall rely on the written notifications from the Cif,, and the
Contractor pursuant to Sections (s) to (8). Inclusive, of this Agreement and the city and
Contractor shad hold Et crow Agent harmless from Escrow Agent's release and disbursement of
the securities and interest as set forth above.
10. Escrow Agent shall send monthly account stalernents to both City and
Contractor to aforempntionad respeetve addresses.
11. T; s names of the persons who are authorized to ghro yr to notice or to receive
written nofrw on behalf of the Qty and on behalf of Contractor in connection with the foregoing,
and exemplars of their respective signatures are as foilows:
On behalf of City:
City of Newport Beach
Public Works Ditactar
itde
Steve Badum
Name
3300 Newport Boulevard
Newport Beach, CA 82858
Address
On behalf of Contractor,
Weagar Bros., Inc.
President
The
Mari( T. Weeger
ignclure
2124 Main Street OM46
Hunfhlgton Saach, CA 92648
Address
On behalf of Escrow Agent:
Comerica Bank
Vice President
TiSe
Lawrence T. Nelson
Fame
Signature
Two Embarcadero Center, Suite 300
San Francisco, CA 04111
Address
At the time the Escrow Account is opened, the City and Contractor shall d3fiver to the
Escrow Agent a fully ematted counterpart of this Agreement.
IN WITNESS WHEREOF, the Parties have executed lh44 Agreament by their proper
officers on the date first set forth above.
city:
Administrative Services Dire=r
Title
Dennis C. Danner
Name
Contractor.
Presldent
Tltie
Mark T. Weeaer
Name
P:U1SPP —W �ConVMdsVN 04-0SCOM SWe Best "pm� C 346i�EWOWA7r wg 09-1005.6-
3
CITY OF NEWPORT BEACH
°r' OFFICE OF THE CITY ATTO". EY
Escrow Officer Robin Clauson. City AtCo: ney
Ma COMET CA SANK
CAUP02:
BRANCO, 4847
August 12, 2008 AUG 18 2008
OPERAFIONS
VIA CERTIFIED MAIL RECEIPT
CoMerica Bank
Spedal Corporate Financial Services
2 Embamadero Center, Suite 300
San Francisco, CA 94111
RE: Escrow Account 2DD41- 0005RET
MC 4347
Dear Sir/Madam:
CoMerica Bank ("CoMertca ") Is in possession of certain funds pursuant to the:
certain Escrow Agreement for Security Deposks In Lieu of Retention (the
'Escrow Agreement," attached as E)Qllbit A for your corrvenience), to which
CoMerica, the City of Newport Beach (`City'), and a construction coniractor by
the name cf Weeger Brothers, Inc. ("Weeger-") are parties. This particular escrow
is governed by Public Contracts Code sections 22300 et seq., as specifically set
forth in paragraph one of the Escrow Agreement, and as such is unlike a typical
escrow in which all parties must agree to the release of funds. Specifically, as
you will note in paragraph seven of the Escrow Agreement.
"The City shall have the right to draw upon the. securities In the event of default
by (WeegerL. Upon seven (7) daYs�r itten notice to lCoMericaf from the City
r (emphasis
It should be noted that both by the specific terms of the Escrow Agreement and
by the operation of Public Contracts Code sections 22300, et seq., no agreement
by Weeger or any other party Is required for CoMerica to release funds to the
Ctlry-
On or about March 29, 2007, the City sent written notice to CoMerica notifying
CoMerica of Weegaes default and requesting CoMerica release $150,000.00
(Ono Hundred, Fifty Thousand Dollars, the 'Funds) to City (attached hence as
3300 Newport Boulevard • Post OMce Sox 1768 • Newport Beach. CNtfornia 92658 -8915
Telepbonc' 1949) 644 -3131 • bU= 1949) 644 -3139 - www.dry.nMrport- beach -ca.us -
EXHID11 -
CoMerica Bank
Special Corporate Financial Services
August 12, 2008
Page 2
Exhibit B for your convenience). As of the date, of this letter, the City has not
received the Funds nor a response to this request In addition to this earlier
request, you will note the accompanying letter from Stephen G. Badurn, Director
of Public Works for City, dated August 12, 2008. Mr. Badum's accompanying
letter strictly complies with the terms of the Escrow Agreement, specifically citing
Weeger's default and providing CoMerica with distribution instructlerm for the
Funds.
Accordingly, by this letter the City is demanding that CoMerica release the Funds
to City within seven days of the date of thls letter pursuant to paragraph seven of
the Escrow Agreement and in accordance with Public Contract Code sections
22300, et seq. Any further delay or failure to comply with this request wili
constitute a clear breach of the Escrow Agreement by CoMerica, and City will
incur significant damages resulting from CoMerica's breach, forcing thA City to
seek its legal remedies in a court of law.
Please note paragraph nine of the Escrow Agreement requires the City and
Weeger to hold CoMerica harmless for the release contemplated here. As such,
In light of the clear language of the Escrow Agreement and the effect of Public
Contracts Code sections 22300, et seq., there can be no basis upon which
CoMerica may reasonably refuse to release the Funds.
Should you have any questions, please contact the undersigned immediately.
We look forward to your anticipated cooperation.
Very truly yours,
A mo�.. C {
Aaron C. Harp,
Assistant City Attorney
0;9u1r.
Enc. Exhibit A
Exhibit B
F: use rs\cat\shared\pleadings \W eeger'Jetter\Co MericaRelF and s.doc
CITY OF NEWPORT BEACH
-c PUBLIC WORKS DEPARTMENT
ZslF0 �' 0.N ]? Ste hen G. Badum, DirectDirector
August 12, 2008 COMI-8I0A BANK
GALIFCANIA
8FAN08 #947
VIA CERTIFIED MAIL RECEIPT AU1 9 6 1ym
CoMerica Bank OPERATIONS
Special Corporate Financial Services
2 Embarcadero Center, Suite 300
San Francisco, CA 94111
RE: Escrow Account 2004 t- 0005RE i
MC 4.347
Dear Sir /Madam:
This letter shall serve as written novice of the default of Weeger Brothers, Inc.
(" Weeger") under that certain Escrow Agreement For Socurity Deposits In Lieu of
Retention (the 'Escrow Agreement," attached as Exhibit A for your convenience),
to which CoMerica, the City of Newport Beach ( "City"), and Weeger are parties.
Under paragraph seven of the Escrow Agreement, CoMerica must distribute
certain funds to City Within seven days of this written notice of Weegei's default -
Accordingly, CoMerica is hereby instructed to distribute to City One Hundred and
Fifty Thousand Dollars (3150,000.00z ,within seven days of this letter pursuant to
the terms of tie Escrow Agreement. *-I
Should you have any questions regarding the foregoing, please contact the
undersigned at (949) 644 -3311, Thank you in advance for your anticipated
cooperation.
Very truly
G. Badum
of Public Works
SGB :mb
Enc. Exhibit A
F:u s" t% share_4�pfeatgq gcVweegoNetter\coMeNcaNte7days .dec
3300 Newport Boulevard - Post Office Bay. 1768 • Newport Eeacb. California 42658 -8915
Telephone: (949) 644 -3311 Fax: (949) 644-9318 www,dry.newport4beach.c"1.ua
04 V `A
n CLAIM A(,..INST THE CITY OF NEWPORT Br.ACH
V 0 (FOR DAMAGES TO PERSONS OR PERSONAL PROPERTY ALLOWABLE
UNDER THE CALIFORNIA GOVERNMENT CODE - TORT CLAIM ACT)
��trrocF•
Received by _ via
U.S. Mail ❑
Inter - Office Mail ❑
Counter ❑ (FAX Not Accepted)
CLERK'S DATE & TIME STAMP
A claim must be filed with the city clerk of The City of Newport Beach within 6 months after which the incident or event
occurred. Be sure your claim is against The City of Newport Beach, not another public entity. Where space is insufficient,
please use addiuonal paper and identify information by paragraph number. Complete claims must be mailed or delivered to:
The City Clerk, The City of Newport Beach, City Hall 3300 Ncwporl Blvd., P.O. 1768, Newport Beach, 'CA 92658 -89) 5.
Type or print in blue or black ink (no pencil).
TO THE HONORABLE MAYOR AND CITY COUNCIL, The City of Newport Beach, California
The undersigned respectfully submits the following claim and information relative to damage to persons and/or personal
property.
t. NAMEOFCLAiMANT: VREQKR BROS.
a. ADDRESS OF CLAIMANT: 2124 Main Street, Suite 146, Huntington Beach, CA 92648
r^�, '/ STREET AD DRESS CITY,STATE ZIP CODE
It. PHONE NO.: l'TI q) 57b - 38SN c. DATE OF BIRTH: M/A
CL DRIVER'S LIC. NO.:
Mailing Address:
2. Name, telephone and post office address to which claimant desires notices to be sent if other than above:
Alf —A p-Aulr tistl • cio GAT rjAeri, ToChar T npnpt T_T.y
1080 G� y J< loo_, Ins Aslq -I cs t3 900f �
r en(
3. Occurrence o
(310) 552-3400 which the claim arises:
SEE ATM U AIM ZS INCORPORATED EffiR EIN
a. DATE: b. TIME: c. PLACE (enact and specific location):
d. How and under wha' circumstances did damage or injury occur? Specify the particular occurrence, event, act or
omission you claim caused the injury or damage (use additional paper if necessary):
SEE ATTA CLAIM WEEIC31 IS INCORPORATED HEREIN
e. Names and addresses of all witnesses to this incident Mark
Llovd Dalton, Steve Badtaa. Jason Brisco
contact
Aaron Harp, Marcus
f What particula: action by the City, or its employees, camcd the alleged damage or 4jury7
GLCI.A IM FORM. IW r.XNIBIT �--
I; . Names of City employees- Ived Ahynn H,X:p- N.,nn. n••, vo -$adum
h. Give the names of any other party or parties involved in causing the alleged irqury and/or damage:
4. Give a description of the injury, property damage or loss, so fat as is known at the time of this claim. If there were no
injuries, state "no mjuncs."
SEE ATTArMM MATH VRTr'R TC TNr o naTpn �9Tn
5. Name and address of any otter person injured for which you are the parent or legal guardian:
6. :lame and address of the owner of any damaged property. wacRR RRnc Trar-
.:,y2.
7. The amount of damages you are requesting to resolve your claim: - �i- i�D�.t.HeE3RPORATH
$$RRTR
L Amount claimed as of this date: S
b. Estimated amount of future costs: S
c. Total amount claimed: $
d. Basis for computation of amounts claimed (include copies of all bills, invokes, estitnaux. etc.):
g. Names and addresses of all hospitals, doctors, medical providers (physical therapy), etc.
a.
b.
C.
d.
9. Any additional informatioc that might be helpful in considering your claim:
t FAILURE TO PROVIDE ANY OF THE ABOVE INFORMATION MAY RESULT IN THE RETURN OF YOUR CLAIM
FOR INSUFFICIENCY AND MAY UNECESSARILY DELAY THE CITY'S PROMPT RESPONSE TO YOUR CLAIM.
WARNING: IT IS A CRIMINAL OFFENSE TO FILE A FALSE CLAIM! (Penal Code §72; Inaannee Code §556.1)
I have read the matters and statements made in the above claim and I know the same to be true of my own knowledge, except
as to those matters stated upon information or belief and as to such maters I believe the same to be true. 1 certify under penalty
of perjury that the foregoing is TRUE and CORRECT.
Signed this day of
Office of the City Clerk
Newport Beach, California
GI.CLAQ.IFORM -IMS
CLAUTANTS SIGNATURE
Mark T. Nee9e r President
RE-MVED
CLAIM
2018 OCT - 2 AM la 2 6
TO: City Clerk
City Of Newport Beach ( "City'D
3300 Newport Blvd.
Newport Beach. CA 92663 MIT) XT --u'v W,
FROM Weeger Bros Inc. ( "Weeger ")
2124 Main Street, Suite 146
Huntington Beach, CA 92648 -6443
Re: Fcrow Agreement for Security Deposits in Lieu of Retention by and between
City of Newport Beach (hereinafter referred to as "City"), and Weeger Bros., Inc.
(hereinafter referred to as "WBI "), and Comerica Bank (heroaWicr referred to as
"Escrow Agent "). pursuant to Section 22300 of the Public Contract Code,
referenced as Escrow No. 20041 -0005 RET (hereinafter referred to as "Escrow
Agreement ").
Underlying Construction Contract No. 3461- ImprDveutents- Conmuction at
Corona Del Mar State Beach Improvemtirts between City and Weeger
(hereinafter referred to as "Construction Contract ").
Claim Amount: $150,000.00. plus interest, plus promp`. payment act penalties and
attorney's ices, and damages for bad faith claim on a public project.
Full Arnoum unknown.
STATEMENT OF CLAIM:
The Construction Contract between City and WBI was entered into on August 9, 2005, calling
for the construction by WBI of certain specified work- within a stared number of calendar days,
setting forth a $1.500.00 per day liquidated damage. clause. Said Construction Contract
referenced the green book, 2003 version, which coaWins the contract provisioru for delays and
extensions of time, including Lute rights for time extensions and compensation for delays caused
by City, due to required extra work and items that the engineerlanrhitcct may deem in the best
interest of the City. This is within the Section 6.6.1, 6-2 and 6.3 of the green book.
Subsequent to entering into the Construction Contract, City, WBI, and Comerica Bank entered
into the &A.-row Agreement in writing. At various limes throughout the completion and
acceptance of the Construction Contract, City transferred and deposited all of the retention
payments under the Construction Contract into the Escrow Account pursuant to the terms of the
Escrow Agreement_ All of the funds within the Escrow Account have now been disbursed to
WBI except the sum of $150,000.00, which was being held by Comerica Bunk in said Escrow ak
"disputed funds" (reference City letter June 9, 2008 attached).
,,,J.. 1
At this time it should be noted that the project was deemed completed on October 20, 2006, and
a Notice of Completion was recorded by the City on March 6, 2007 (copy attached). In addition,
City gave notice to Comerica Bank that the Construction Contract was "final and complete" in
writing on Mtuuh 29, 2007.
Tlrc Escrow Agreement contains a provision that funds are to be disbursed to WBI from said
Escrow Account by written notice from both parties. Said Escrow Agreement also has a
provision, paragraph 7, that states "the City shall have a right to draw upon the securities in the
event of default by the contractor." there is no definition of "default" nor a statement of what
the default is referencing; within the Escrow Agreement WBI has performed all portions of the
Escrow Agreement terms on its pan to be performed.
The Construction Contract only has one reference to "defa"", that being in the green book,
2003 version, in paragraph 6-4 (copy attached) which pmvision.givas specified rights to the City
upon the failure of the contractor, W81, to complete the construction project, being a claim
against the contractor's bond and/or terminating the Construction Contract In this case, there
were no rights exercised under the default paragraph in the green book, as the construction
project was in fact completed and there was no termination nor claim against any bond.
Pursuant to a City Council staff report dated February 27, 2007 from the Public Works
Department, the City Council follow,cd the recommendations and accepted all of the work on the
construction project complete at its February 27, 2007 meeting. Said City Council staff report
also contained statements relating to a claim by WBI for time extensions and additional sums to
be paid and "Cross- Claim" by tare City for liquidated damages.
Once the project was complete and accepted and a Notice of Completion filed, pursuant to
paragraph S, indicates that upon notification from the City that the contract is "final and
comp;ete" escrow agent shall release all funds in escrow to contractor. Thus, an or about
February 27, 2007, or at least the date of the filing of the Notice of Cotnplotion attached hereto,
all funds within the escrow sbould have been released to WB1. In breach of same, City notified
escrow to hold all funds in the stun of $1 50,000.00 as "disputed funds ".
During the performance of the Construction Contract, City issued certain change orders, which
in addition to adding funds payable to WBI, extended the completion date of the Construction
Contract up to and including July 12, 2006. The Notice of Completion indicates that the work
was completed and found to be acceptable on February 27, 2007 by the City Council, however
the City in writing acknowledged a completion date of the Construction Contract as of October
20. 2006, calculating their Cross -Claim for liquidated damages as being 100 days between July
12, 2006 and October 20, 2006, in writing. It should be noted at this time in actuality this
claimed liquidated damage calculation is actually 99 days, and WBI has notified the City tbal it
has miscounted.
During the time of construction, and prior to requesting final payment, WBI submitted several
change order requests which were not included in the change orders described in the previous
paragraph, which not only requested additional payments for time, but alp requested time
extensions through the date of actual completion. It should be noted that the Construction
2
Contract called for the engineer /architect to make the determinations relating to time and claims,
and further indicated that all claims are to be submitted to L. Dalton at the City of Newport
Beach. Mr. Dalton did in fact receive by carbon copy, all of the claims and requests of WBI, as
well as the architect's representative, Jason Briscoe. By email dated January 17, 2007 (copy
attached) Jason Briscoe on behalf of the architect responded.to Weeger's delay claim noting that
each of the claims "has merit as a delay" noting further that he feels that the total amount of
delay time is high. Also, the architect questions the right to additional compensation, claiming
that the delays were concurrent, and therefore should he reduced. In other words, the tuchitect
made a determination that in fact WBYs claim for delay had merit, and die only two issues were
(1) the amount of days, and (2) whether they were compensable. This dispute has continued,
with the City attorney for the City being directly involved in all assessing of WBI's claim,
reviewing all submittals of claims, and reporting directly to City Council.
The disputes raised in the WBI claim, and the architect's response, were never resolved, however
the City never issued any unilateral change orders setting their time extension and compensation
based upon the architects' review, which was a duty under the contract. instead, the City ignored
the architect's findings and continued claiming the entire delay time between July 12 through
October 20, 2006.
At best, the City was arguing that the total delay claim by WBI was partially correct and the
balance was concurrent delays due to acts of both the contractor and ovmer. However, the City
ignored the provisions of Civil Code Section 1511 and the holdings in the cases of Peter Kiewh
Sons Ca v. Pasadena Ci0, Junior College District., 59 Ca1.2d 241 and G. Kettle KenwomV v.
State of California, 236 Cal.App.2d 378, whereby no liquidated damages can be messed far
concurrent delays, and at best there must be some form of proration if' one of the cow rent
delays was by owner.
Weeger continued attempting to negotiate the proportioning of any claim of concurrent delnys,
all of which were submitted to the City Council, without effect.
WBI has writimtally demanded full release of all funds within the Escrow Account, including
the last $150,000.00, which demand was refused by City.
At no time prior to August 12, 2008 had the City ever stated in writing that a "default' occunod
under any contracL In fiat, by accepting the project as complete and acceptable. City has
acknowledged that there is "no defuult ".
WBI notified the City Council and the City attorney that it, at the least, deemed its change order
claims and time extension claims to be deemed an offset against any claim by the City for
liquidated damages, which right Weeger has pursuant to California law,
Throughout the time of the Escrow Account, Weegor was receiving, pursuant to the terms of the
Escrow AgreemenL all interest earned on said disputed sum.
In all communications by City to Comrrica Bank relating to the Escrow Agreement, until August
12, 2008, a carbon copy was supplied to WBI. However, on August 12, 2008, for the first time,
3
11W 1
City submitted a letter to Comerica Bank giving "written notice of the default of Weeger Bros.,
lnc. ( "Wecger' ).under that certain Escrow Agreement for security deposit in lieu of retention .. .
. ", demanding the release of the $150,000.00 in escrow to City, threatening suit if not complied.
The esc.�row holder acted upon this written demand and paid the $150;000.00 from escrow to City
and closed the escrow Account. The only way WBi received notification of the August 12 acts
of City and the transfer of funds, was a subsequent notification from Comerica that the escrow
had been closed as all funds had been disbursed. Had WBI received notification of the August
12 acts of City, it could have taken action to protect itself and its funds. It is obvious that the
City gave this written notice with intent to harm WBI without notice.
Each and all of the actions described above, demanding the release of the , $150,000.00 from
escrow to City, was done in bad faith, with intent to harm WBI, as a claim against public funds,
with full knowledge that there could not be, nor was there a "defaull" tulder the Escrow
Agreement. In addition, this action was done with full knowledge that there could not be any
"default" tinder the Construction Contract as described in said contract. This is a reverse false
claim on public funds for which penalty, punitive damages. and attorney's fees are recoverable
and payable to WBI. Each and all of the acts described herein were done with full knowledge of
the City Council and their City attorney, who was active in the August 12, 2008 demand to
escrow holder.
All of the acts alleged herein are also a breach of the Prompt Payment Act of the State of
California law, by failing to release at least the undisputed amounts, pursuant to the architect's
determinations, of the funds timely, and thus there is due in addition to the undisputed amount,
interest, 2% Prompt Payment Act penalty. plus attorney's lees, which are continuing to a=rc,
and will be determined at some subsequent date once determined.
NOTICE:
Please make all communication and notices regarding thus claim to Weeger's attorney. Alfred
Fadel at the iaw firm of Gibbs, Giden, Locher, Tumor & Senet LLP, 1.880 Century Park East,
12a' Floor, Los Angeles, CA 90067. Telephone (310) 552 -3400.
Respectfully Submitted
Mark Wceger ros. Inc
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
7 LaVonne M. Harkless, MMC
FOFN
November 13, 2008
Mr. Alfred Fade;, Esquire
c/o Gibbs, Giden, Locher, Turner & Sent LLP
1880 Century Park East, 12th Floor
Los Angeles, CA 90067
Principal: City of Newport Beach
Claimant: Weeger Bros., Inc.
Date of Loss: ongoing
Dear Mr. Fadel:
Notice is hereby given that the claims you presented to the City of Newport Beach on
October 2, 2008 and October 13, 2008, was rejected on November 13, 2008.
WARNING
Subject to certain exceptions, you have only six (6) months from the date this notice was
personally delivered or deposited m the mail to file a court action in a municipal or
superior court of the State of California on this claim. See Government Code Section
945.6.
This time limitation applies only to causes of action arising under California law for
which a claim is mandated by the California Government Tort Claims Act, Government
Code Sections 900 et. seq. Other causes of action, including those arising under federal
law, may have a shorter time limitation for filing.
You may seek the advice of an attorney of your choice in connection with this matter. If
you desire to consult an attorney, you should do so immediately.
Sincere]
LaVonne M. Harkless, MMC
City Clerk
cc: Carl Warren & Co.
City Attorney
Risk Manager
City Manager
File
EXHIBIT
3300 Newport Boulevard Post Ofnce Box 1768 Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 www.clty.newport- beach.ca.us